GSA awards $2,987 purchase order for sound controlling boards to NUGENERATION TECHNOLOGIES LLC
Contract Overview
Contract Amount: $2,987 ($3.0K)
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: $66/day
Competition Type: NOT COMPETED UNDER SAP
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: SOUND CONTROLLING BOARD, MIL-DTL-24688, TYPE II, CLASS 2, QPL-24688, 48 INCHES LONG, 24 INCHES WIDE, 1 INCH THICK
Place of Performance
Location: EMERYVILLE, ALAMEDA County, CALIFORNIA, 94608
Plain-Language Summary
General Services Administration obligated $2,987.2 to NUGENERATION TECHNOLOGIES LLC for work described as: SOUND CONTROLLING BOARD, MIL-DTL-24688, TYPE II, CLASS 2, QPL-24688, 48 INCHES LONG, 24 INCHES WIDE, 1 INCH THICK Key points: 1. The contract was awarded as a purchase order under simplified acquisition procedures, indicating a focus on smaller value procurements. 2. The specific item, a sound controlling board with detailed specifications (MIL-DTL-24688, Type II, Class 2), suggests a specialized need. 3. The award to NUGENERATION TECHNOLOGIES LLC is a single-source award, raising questions about potential cost efficiencies and market exploration. 4. The contract duration is short, 45 days, suggesting an immediate or short-term requirement. 5. The fixed-price contract type aims to provide cost certainty for the government. 6. The item's dimensions (48 inches long, 24 inches wide, 1 inch thick) and material specifications are critical for its intended application.
Value Assessment
Rating: questionable
Benchmarking the value of this specific sound controlling board is challenging without more comparable contract data. The unit price, derived from the total award and quantity, needs to be compared against similar specialized boards. Given the sole-source nature, it's difficult to assess if the government received the best possible price. Further analysis would require understanding the market for these specific MIL-SPEC boards and whether alternative suppliers could offer comparable quality at a lower cost.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was not competed under simplified acquisition procedures (SAP), indicating it was likely awarded on a sole-source basis. This approach bypasses the standard competitive bidding process, which typically involves soliciting offers from multiple vendors. Without competition, there is a reduced incentive for the awarded contractor to offer the most competitive pricing.
Taxpayer Impact: Sole-source awards can lead to higher costs for taxpayers as the government may not benefit from the price reductions typically achieved through competitive bidding. It also limits opportunities for other businesses to secure government contracts.
Public Impact
The primary beneficiary of this contract is likely the agency that requires the specified sound controlling boards for its operations. The service delivered is the provision of specialized sound controlling boards meeting stringent military specifications. The geographic impact is limited to the delivery location in California, where the Federal Acquisition Service is located. There are no immediate workforce implications as this is a procurement of goods, not services requiring significant labor.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of competition may result in a higher price than could be achieved through a competitive process.
- Sole-source awards can limit the government's access to innovative solutions from a broader range of suppliers.
- Reliance on a single supplier for specialized components can create supply chain risks.
Positive Signals
- The use of a firm-fixed-price contract provides cost certainty for the government.
- The award is made under simplified acquisition procedures, suggesting an efficient procurement process for a relatively small dollar value.
- The specifications (MIL-DTL-24688) indicate adherence to established quality and performance standards.
Sector Analysis
The procurement of specialized components like sound controlling boards falls within the broader manufacturing sector, specifically under industrial equipment and materials. The market for such items is often niche, driven by specific industry standards (like MIL-SPEC) and performance requirements. Comparable spending benchmarks would involve analyzing other government contracts for similar MIL-SPEC materials or industrial components, considering factors like material, size, and certification.
Small Business Impact
This contract was not set aside for small businesses, and the awardee, NUGENERATION TECHNOLOGIES LLC, is not explicitly identified as a small business in the provided data. The sole-source nature of the award further limits opportunities for small businesses to participate in this specific procurement. There are no indications of subcontracting requirements for small businesses associated with this purchase order.
Oversight & Accountability
Oversight for this purchase order would primarily fall under the General Services Administration's (GSA) Federal Acquisition Service. Standard procurement regulations and internal GSA policies govern the award and execution of purchase orders. Transparency is limited due to the sole-source nature, but contract award data is generally available through federal procurement databases. There is no specific mention of an Inspector General investigation related to this particular award.
Related Government Programs
- General Services Administration (GSA) Procurement
- Federal Supply Schedule (FSS) Contracts
- Military Specification (MIL-SPEC) Material Procurement
- Industrial Equipment Manufacturing
Risk Flags
- Sole-source award
- Lack of competition
- Potential for overpricing
Tags
general-services-administration, federal-acquisition-service, purchase-order, not-competed, sole-source, firm-fixed-price, simplified-acquisition-procedures, manufacturing, industrial-equipment, california, mil-spec
Frequently Asked Questions
What is this federal contract paying for?
General Services Administration awarded $2,987.2 to NUGENERATION TECHNOLOGIES LLC. SOUND CONTROLLING BOARD, MIL-DTL-24688, TYPE II, CLASS 2, QPL-24688, 48 INCHES LONG, 24 INCHES WIDE, 1 INCH 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 $2,987.2.
What is the period of performance?
Start: 2026-04-09. End: 2026-05-24.
What is the typical market price for a MIL-DTL-24688 Type II Class 2 sound controlling board of these dimensions?
Determining the precise market price for a MIL-DTL-24688 Type II Class 2 sound controlling board of the specified dimensions (48" L x 24" W x 1" T) is challenging without access to specialized industry pricing databases or multiple quotes. MIL-SPEC items often command a premium due to stringent testing, quality control, and material requirements. However, a general benchmark for industrial materials of this size and complexity, even without the MIL-SPEC designation, could range from several hundred to a few thousand dollars per unit, depending on the manufacturer and specific performance characteristics. Given this is a sole-source award, the government's price of $2,987.20 per unit (assuming one unit was purchased) needs careful internal validation against any available historical GSA pricing for similar items or industry cost models to ensure value for money.
Why was this contract awarded on a sole-source basis instead of being competed?
The provided data indicates the contract was 'NOT COMPETED UNDER SAP' (Simplified Acquisition Procedures). This suggests that either the procurement met specific criteria for a sole-source award under FAR Part 13.5 (for SAP) or potentially under other FAR parts if it exceeded SAP thresholds and was justified as sole-source. Common reasons for sole-source awards include: the item is available only from a single source (e.g., proprietary technology, unique manufacturing capability), there is an urgent and compelling need that competition cannot meet, or the value is below a certain threshold where competition is not practicable. Without further justification documentation from the GSA, the exact reason remains speculative, but it implies that competitive bidding was deemed unnecessary or impossible for this specific requirement.
What are the risks associated with awarding a contract on a sole-source basis?
Sole-source awards carry several inherent risks for the government. The primary risk is paying a higher price than would be achievable through competition, as the awarded contractor faces less pressure to offer the lowest possible cost. There's also a risk of reduced innovation, as the government doesn't benefit from the diverse solutions and approaches that multiple bidders might offer. Furthermore, sole-source awards can limit market research and understanding of available technologies or suppliers, potentially leading to over-reliance on a single vendor. This can create supply chain vulnerabilities and reduce the government's leverage in future negotiations. Finally, sole-source awards can be perceived as less transparent and may raise concerns about fairness and equal opportunity for other potential contractors.
How does the firm-fixed-price contract type benefit the government in this scenario?
A firm-fixed-price (FFP) contract type is generally advantageous for the government when the scope of work and requirements are well-defined, as they appear to be with a specific manufactured item like a sound controlling board. Under an FFP contract, the price is set and not subject to adjustment based on the contractor's cost experience. This provides the government with maximum cost certainty and transfers most of the cost risk to the contractor. For the government, this means predictable budgeting and protection against cost overruns. The contractor is incentivized to manage their costs efficiently to maximize profit, as any savings achieved below the fixed price benefit them directly.
What is the significance of the MIL-DTL-24688 specification?
MIL-DTL-24688 refers to a Military Performance Specification, indicating that the sound controlling board must meet rigorous standards established by the Department of Defense. This specification likely details requirements for materials, dimensions, performance characteristics (such as sound dampening capabilities, durability, environmental resistance), testing procedures, and quality assurance. Adherence to MIL-DTL-24688 ensures that the board is suitable for demanding military or other high-performance applications where reliability and specific functional attributes are critical. Procuring items that meet these specifications suggests the government has a requirement for a product with proven, validated performance characteristics, often implying a higher quality and potentially higher cost compared to non-specified commercial-grade items.
Industry Classification
NAICS: Manufacturing › Cutlery and Handtool Manufacturing › Saw 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: $2,987
Exercised Options: $2,987
Current Obligation: $2,987
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
- Sound Controlling Block: Mil-Dtl-24688, Type II, Class 2, and QPL-24688, 36 Inches Long, 24 Inches Wide, 2 Inches Thick — $9.9K (General Services Administration)
- Insulation Block, Therma; Mil-Dtl-32585, Type I , Form 1, Facing B; 2 Inches Thick, 36 Inches Long, 24 Inches Wide — $7.8K (General Services Administration)
- Sound Controlling Block: Mil-Dtl-24688, Type II, Class 2, and QPL-24688, 36 Inches Long, 24 Inches Wide, 2 Inches Thick — $4.0K (General Services Administration)
- High Temperature Cement Insulation — $3.2K (General Services Administration)
- Sound Controlling Block: Mil-Dtl-24688, Type II, Class 2, and QPL-24688, 36 Inches Long, 24 Inches Wide, 2 Inches Thick — $3.0K (General Services Administration)
Other General Services Administration Contracts
- Software Life Cycle Development — $1.4B (Science Applications International Corporation)
- Task Order (TO) 47qfca21f0018 IS Hereby Awarded to Booz Allen Hamilton, Inc. (BAH) to Provide Enterprise Level Data to the Ousd(c), and ITS Strategic Partners (I.E., DOD Fourth Estate, DOD Departments, and IC Community) — $1.4B (Booz Allen Hamilton Inc)
- Federal Contract — $1.2B (Booz Allen Hamilton Inc)
- THE Scope of the to IS to Provide Enterprise IT Services for the Usace — $1.1B (Science Applications International Corporation)
- Task Order Award — $1.1B (Booz Allen Hamilton Inc)