GSA awards $3,960 purchase order for sound controlling blocks to NUGENERATION TECHNOLOGIES LLC

Contract Overview

Contract Amount: $3,960 ($4.0K)

Contractor: Nugeneration Technologies LLC

Awarding Agency: General Services Administration

Start Date: 2026-04-09

End Date: 2026-05-24

Contract Duration: 45 days

Daily Burn Rate: $88/day

Competition Type: NOT COMPETED UNDER SAP

Number of Offers Received: 1

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: SOUND CONTROLLING BLOCK: MIL-DTL-24688, TYPE II, CLASS 2, AND QPL-24688, 36 INCHES LONG, 24 INCHES WIDE, 2 INCHES THICK

Place of Performance

Location: EMERYVILLE, ALAMEDA County, CALIFORNIA, 94608

State: California Government Spending

Plain-Language Summary

General Services Administration obligated $3,960 to NUGENERATION TECHNOLOGIES LLC for work described as: SOUND CONTROLLING BLOCK: MIL-DTL-24688, TYPE II, CLASS 2, AND QPL-24688, 36 INCHES LONG, 24 INCHES WIDE, 2 INCHES THICK Key points: 1. The contract value of $3,960 is relatively small, suggesting a specific, limited need. 2. The award was made under the Simplified Acquisition Procedures (SAP), indicating a non-complex procurement. 3. The short performance period of 45 days suggests an urgent or short-term requirement. 4. The product specification (MIL-DTL-24688) points to a defense or specialized industrial application. 5. The lack of competition raises questions about potential cost efficiencies and market responsiveness. 6. The firm fixed-price contract type aims to transfer cost risk to the contractor.

Value Assessment

Rating: questionable

The contract value of $3,960 is for a single purchase order with a short duration. Without comparable contract data for the specific 'SOUND CONTROLLING BLOCK: MIL-DTL-24688, TYPE II, CLASS 2' or similar specialized items, it is difficult to benchmark the value. The firm fixed-price nature is standard for such procurements, but the absence of competition prevents a thorough assessment of whether this price represents optimal value for money.

Cost Per Unit: N/A

Competition Analysis

Competition Level: unknown

The contract was not competed under SAP, which typically implies a limited competition or a sole-source justification was not explicitly stated in the provided data. For procurements under SAP, agencies often have flexibility, but the absence of competition for a standard manufacturing item like this raises questions about whether a broader search for qualified vendors was conducted. The specific reason for not competing is not detailed.

Taxpayer Impact: When a contract is not competed, taxpayers may not benefit from the most competitive pricing that could be achieved through a broader solicitation process.

Public Impact

The primary beneficiary is likely a government entity requiring specialized sound-controlling blocks for a specific application. The service delivered is the manufacturing and supply of a specialized industrial component. The geographic impact is limited to the delivery location specified in the purchase order, likely within the United States. Workforce implications are minimal, likely involving a small number of manufacturing personnel at the contractor's facility.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Lack of competition may lead to higher prices than potentially available in a more open market.
  • The specific nature of the MIL-DTL specification might limit the pool of qualified small businesses.
  • Limited contract duration may not provide long-term stability for the awarded contractor.

Positive Signals

  • The firm fixed-price contract type provides cost certainty for the government.
  • The award to NUGENERATION TECHNOLOGIES LLC supports a business in the manufacturing sector.
  • The use of SAP suggests an efficient procurement process for a relatively low-value item.

Sector Analysis

The manufacturing of specialized industrial components, such as sound-controlling blocks conforming to military specifications, falls within the broader manufacturing sector, specifically metal fabrication and handtool manufacturing (NAICS 332216). This contract represents a small transaction within a market that can range from niche suppliers to larger industrial manufacturers. Benchmarking is difficult without more specific market data on MIL-DTL-24688 compliant products, but the value suggests a highly specialized or low-volume requirement.

Small Business Impact

The provided data indicates that this contract was not set aside for small businesses (SB is false) and does not appear to involve significant subcontracting opportunities given its small value and specific nature. The award to NUGENERATION TECHNOLOGIES LLC, if they are a small business, would contribute to their revenue, but the lack of a formal set-aside or subcontracting plan suggests a limited direct impact on the broader small business ecosystem for this specific procurement.

Oversight & Accountability

Oversight for this purchase order would primarily fall under the General Services Administration's Federal Acquisition Service. As a firm fixed-price contract awarded under SAP, the primary accountability measure is the delivery of the specified goods according to the contract terms. Transparency is limited by the lack of detailed competition information. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected.

Related Government Programs

  • Military Hardware Procurement
  • Industrial Components Manufacturing
  • General Services Administration Contracts
  • Sound Dampening Materials

Risk Flags

  • Lack of Competition
  • Limited Transparency
  • Potential for Non-Competitive Pricing

Tags

manufacturing, general-services-administration, federal-acquisition-service, purchase-order, firm-fixed-price, not-competed, simplified-acquisition-procedures, specialized-component, military-specification, sound-control

Frequently Asked Questions

What is this federal contract paying for?

General Services Administration awarded $3,960 to NUGENERATION TECHNOLOGIES LLC. SOUND CONTROLLING BLOCK: MIL-DTL-24688, TYPE II, CLASS 2, AND QPL-24688, 36 INCHES LONG, 24 INCHES WIDE, 2 INCHES THICK

Who is the contractor on this award?

The obligated recipient is NUGENERATION TECHNOLOGIES LLC.

Which agency awarded this contract?

Awarding agency: General Services Administration (Federal Acquisition Service).

What is the total obligated amount?

The obligated amount is $3,960.

What is the period of performance?

Start: 2026-04-09. End: 2026-05-24.

What is the typical cost range for MIL-DTL-24688 compliant sound controlling blocks?

Determining a typical cost range for MIL-DTL-24688 compliant sound controlling blocks is challenging without access to specific market research or a broader set of comparable contracts. Military specifications often denote specialized materials and manufacturing processes that can influence pricing. The $3,960 value for a single purchase order suggests either a very specific, low-volume requirement or that this price point is for a limited quantity. Without further data on the exact dimensions and material composition beyond the general description, and without knowing the number of units procured, it's difficult to establish a reliable benchmark. However, specialized industrial components meeting stringent military standards generally command higher prices than commodity items due to quality control, testing, and material requirements.

Why was this contract not competed under SAP?

The provided data states the contract was 'NOT COMPETED UNDER SAP'. This typically implies that either the procurement fell below the threshold for mandatory competition under SAP, or a specific justification for other-than-full-and-open competition was utilized, such as a sole-source award to a particular vendor due to unique capabilities or urgency. Simplified Acquisition Procedures (SAP) allow for more streamlined purchasing of supplies and services up to certain dollar thresholds (e.g., $250,000 as of recent regulations). While SAP encourages competition, it also provides flexibility. Without explicit details on the justification, it's presumed that either the value was low enough to warrant a direct award or a specific exception applied, limiting the competitive process.

What is the significance of the MIL-DTL-24688 specification?

MIL-DTL-24688 is a military detail specification that outlines the requirements for a specific type of material or component. In this case, it pertains to 'SOUND CONTROLLING BLOCK: MIL-DTL-24688, TYPE II, CLASS 2'. This designation indicates that the product must meet stringent performance, material, and manufacturing standards set forth by the Department of Defense. Compliance with military specifications often implies higher quality, durability, and specific functional characteristics compared to commercial-grade products. The 'TYPE II, CLASS 2' further refines these requirements, specifying particular attributes or performance levels within the broader MIL-DTL-24688 standard. This level of detail ensures the component is suitable for its intended military or specialized industrial application.

What is the role of the General Services Administration (GSA) in this contract?

The General Services Administration (GSA) acts as the contracting agency for this purchase order, specifically through its Federal Acquisition Service (FAS). GSA's role is to provide centralized procurement and acquisition solutions for the federal government. In this instance, GSA is facilitating the purchase of the sound controlling blocks on behalf of another government entity or for its own use. GSA manages the acquisition process, ensuring compliance with federal procurement regulations, and often leverages its purchasing power to obtain favorable terms. The Federal Acquisition Service is particularly focused on delivering efficient and effective acquisition solutions for a wide range of government needs.

How does the short contract duration (45 days) impact the procurement?

The short contract duration of 45 days (from 2026-04-09 to 2026-05-24) suggests an urgent or time-sensitive requirement for the sound controlling blocks. This brevity can influence several aspects of the procurement. It may have limited the number of potential bidders willing or able to commit to such a short turnaround, potentially contributing to the lack of competition. For the contractor, it necessitates a rapid production and delivery schedule. From a government perspective, it indicates that the need is immediate and likely for a specific project or operational requirement that has a defined endpoint within that timeframe, rather than an ongoing supply need.

Industry Classification

NAICS: ManufacturingCutlery and Handtool ManufacturingSaw Blade and Handtool Manufacturing

Product/Service Code: HAND TOOLS

Competition & Pricing

Extent Competed: NOT COMPETED UNDER SAP

Solicitation Procedures: SIMPLIFIED ACQUISITION

Offers Received: 1

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 1155 PARK AVE, EMERYVILLE, CA, 94608

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Limited Liability Corporation, Manufacturer of Goods, Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $3,960

Exercised Options: $3,960

Current Obligation: $3,960

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Timeline

Start Date: 2026-04-09

Current End Date: 2026-05-24

Potential End Date: 2026-05-24 00:00:00

Last Modified: 2026-04-10

More Contracts from Nugeneration Technologies LLC

View all Nugeneration Technologies LLC federal contracts →

Other General Services Administration Contracts

View all General Services Administration contracts →

Explore Related Government Spending