GSA awards $9,900 purchase order for sound controlling blocks to Nugeneration Technologies LLC
Contract Overview
Contract Amount: $9,900 ($9.9K)
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: $220/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
Plain-Language Summary
General Services Administration obligated $9,900 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 is relatively small, suggesting a specific, limited need. 2. The award was not competed under simplified acquisition procedures, raising questions about potential cost savings. 3. The short performance period indicates a time-sensitive requirement. 4. The product specification is highly detailed, suggesting a specialized application. 5. The contractor, Nugeneration Technologies LLC, is a new entity in federal contracting based on this award.
Value Assessment
Rating: questionable
The contract value of $9,900 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 value. The lack of competition further hinders a robust value assessment. The fixed price nature of the award provides some cost certainty, but the overall value proposition remains unclear due to limited market visibility.
Cost Per Unit: N/A
Competition Analysis
Competition Level: unknown
The contract was awarded as a Purchase Order and noted as 'NOT COMPETED UNDER SAP'. This indicates it was likely procured through a method other than full and open competition or simplified acquisition procedures. The specific procurement method used is not detailed, making it impossible to ascertain the number of bidders or the extent of competition.
Taxpayer Impact: The lack of clear competition means taxpayers may not have benefited from the most competitive pricing achievable through a broader solicitation process.
Public Impact
This contract likely supports a specific operational need within a federal agency requiring specialized sound control materials. The services delivered involve the manufacturing and supply of a highly specific industrial component. The geographic impact is limited to the delivery location in California. There are no immediate workforce implications indicated by this single purchase order.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of competition raises concerns about potential overpayment and limited market exploration.
- The 'NOT COMPETED UNDER SAP' designation requires further investigation into the justification for non-competitive award.
- Limited contract duration may indicate a pilot program or an urgent, one-time need, but the rationale is not provided.
Positive Signals
- The award is a firm fixed-price contract, providing cost predictability for the government.
- The specific product is defined by a military specification (MIL-DTL-24688), suggesting adherence to quality standards.
- The contract is managed by the General Services Administration (GSA), a central procurement agency.
Sector Analysis
This contract falls within the manufacturing sector, specifically related to industrial components and hardware. The product specified, 'SOUND CONTROLLING BLOCK: MIL-DTL-24688, TYPE II, CLASS 2', is a niche item. The federal market for such specialized manufactured goods can be limited, often relying on specific manufacturers or distributors who meet stringent military or industry specifications. Benchmarking spending for such a unique item is challenging without more context on its application.
Small Business Impact
This contract does not appear to be a small business set-aside, as the 'ss' field is false. There is no information provided regarding subcontracting plans or their impact on the small business ecosystem. The award to 'NUGENERATION TECHNOLOGIES LLC' does not provide sufficient information to determine if it is a small business itself.
Oversight & Accountability
The oversight for this purchase order would typically fall under the purview of the General Services Administration (GSA) Federal Acquisition Service. As a purchase order, oversight might be less formalized than for larger, competed contracts. Transparency is limited by the lack of detailed procurement documentation. Inspector General jurisdiction would apply if fraud or waste were suspected.
Related Government Programs
- Military Hardware Procurement
- Industrial Components
- Sound Dampening Materials
- GSA Schedule Purchases
Risk Flags
- Lack of Competition
- Limited Procurement Transparency
- Uncertain Value for Money
- New Contractor
Tags
gsa, federal-acquisition-service, purchase-order, not-competed, manufacturing, industrial-components, sound-control, firm-fixed-price, california, small-dollar-value
Frequently Asked Questions
What is this federal contract paying for?
General Services Administration awarded $9,900 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 $9,900.
What is the period of performance?
Start: 2026-04-09. End: 2026-05-24.
What is the specific application or agency requirement for the 'SOUND CONTROLLING BLOCK: MIL-DTL-24688, TYPE II, CLASS 2'?
The specific application for the 'SOUND CONTROLLING BLOCK: MIL-DTL-24688, TYPE II, CLASS 2' is not detailed in the provided data. However, MIL-DTL-24688 specifications typically relate to materials used for sound and vibration control in demanding environments, often found in naval vessels, aircraft, or industrial machinery. The 'Type II, Class 2' designation further refines the material properties and performance characteristics required. Without knowing the end-user agency or program, it's difficult to pinpoint the exact operational need, but it likely involves mitigating noise or vibration to meet performance, safety, or regulatory standards within a specific federal asset or facility.
What is the track record of NUGENERATION TECHNOLOGIES LLC with federal contracts?
Based on the provided data, this appears to be the sole federal contract award to NUGENERATION TECHNOLOGIES LLC. The 'aw' field indicates a 'PURCHASE ORDER', and the contract type is 'NOT COMPETED UNDER SAP'. This suggests that the company may be new to federal contracting or has only recently secured its first award. Without a history of previous awards, it is impossible to assess their track record, past performance, or reliability in fulfilling federal requirements. Further investigation into the company's registration and history would be needed to determine its experience level.
How does the price of $9,900 for these specific blocks compare to market rates or similar federal procurements?
Benchmarking the price of $9,900 for these specific 'SOUND CONTROLLING BLOCK: MIL-DTL-24688, TYPE II, CLASS 2' blocks is challenging due to the highly specialized nature of the item and the limited contract details. The data indicates a single purchase order for a quantity of 1 (though the unit of measure is not specified, it's likely a set or batch given the price and dimensions). Without knowing the exact quantity, specific material composition beyond the spec, or the supplier's cost structure, a direct comparison to market rates is difficult. The lack of competition also prevents an assessment of whether this price reflects competitive market dynamics. If this is a single, large, or custom-fabricated unit, the price might be justifiable, but without more data, it's hard to confirm value for money.
What are the risks associated with a 'NOT COMPETED UNDER SAP' award for this item?
The primary risk associated with a 'NOT COMPETED UNDER SAP' (Simplified Acquisition Procedures) award is the potential for a lack of price competition. Simplified Acquisition Procedures are designed for purchases below a certain dollar threshold (currently $250,000) to streamline the process, but they still generally encourage competition. When an award is made outside of these procedures or without competition, it raises concerns that the government may not have obtained the best possible price or that alternative sources were not adequately explored. This could lead to higher costs for taxpayers. Additionally, it may indicate a sole-source justification was used, which requires specific criteria to be met, or that the procurement process was not transparent, potentially limiting opportunities for other qualified vendors.
What is the significance of the short contract duration (45 days)?
The short contract duration of 45 days (from 2026-04-09 to 2026-05-24) suggests a time-sensitive requirement for the sound controlling blocks. This could indicate an urgent operational need, a repair or maintenance task with a tight deadline, or potentially a pilot program or a limited-quantity test. It might also imply that the procurement was initiated late, requiring rapid fulfillment. The brevity of the contract period limits the scope for extensive performance monitoring or long-term relationship building with the contractor. It also means that if the need is ongoing, further procurement actions will be required shortly after the current contract expires.
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: $9,900
Exercised Options: $9,900
Current Obligation: $9,900
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
- 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 Board, Mil-Dtl-24688, Type II, Class 2, QPL-24688, 48 Inches Long, 24 Inches Wide, 1 Inch Thick — $3.0K (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)