Agriculture Department awards $172K for relocation services to support animal production research
Contract Overview
Contract Amount: $172,464 ($172.5K)
Contractor: Weleski Transfer Inc
Awarding Agency: Department of Agriculture
Start Date: 2026-04-02
End Date: 2026-05-31
Contract Duration: 59 days
Daily Burn Rate: $2.9K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 3
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: FORAGE ANIMAL PRODUCTION RESEARCH UNIT MUST RELOCATE OFFICE AND LAB EQUIPMENT FROM AG SCIENCE CENTER TO KENTUCKY TOBACCO RESEARCH DEVELOPMENT CENTER (KTRDC). PROJECTED MOVE DATE: MID-MAY
Place of Performance
Location: LEXINGTON, FAYETTE County, KENTUCKY, 40506
State: Kentucky Government Spending
Plain-Language Summary
Department of Agriculture obligated $172,464 to WELESKI TRANSFER INC for work described as: FORAGE ANIMAL PRODUCTION RESEARCH UNIT MUST RELOCATE OFFICE AND LAB EQUIPMENT FROM AG SCIENCE CENTER TO KENTUCKY TOBACCO RESEARCH DEVELOPMENT CENTER (KTRDC). PROJECTED MOVE DATE: MID-MAY Key points: 1. Value for money appears reasonable given the specialized nature of moving lab equipment. 2. Full and open competition suggests a competitive bidding process was utilized. 3. The short duration of the contract (59 days) indicates a focused, time-sensitive task. 4. The contract is a delivery order, suggesting it's part of a larger indefinite-delivery contract. 5. The fixed-price nature of the contract helps control costs for the government.
Value Assessment
Rating: good
The contract value of $172,464 for relocation services seems appropriate for a specialized move involving office and lab equipment. While specific benchmarks for this exact service are difficult to ascertain without more detail on the scope of the move (e.g., volume, distance, specialized equipment), the fixed-price contract type provides cost certainty. The number of bids received (3) suggests some level of market interest, but a more robust competition might have yielded better pricing.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under full and open competition, indicating that all responsible sources were permitted to submit a bid. Three bids were received, suggesting a moderate level of competition for this specific service. While three bidders is not a large number, it does indicate that the service was not exclusively sought from a limited pool of providers.
Taxpayer Impact: Full and open competition generally benefits taxpayers by encouraging competitive pricing and potentially leading to cost savings compared to sole-source or limited competition awards.
Public Impact
The primary beneficiaries are the Agricultural Research Service (ARS) within the Department of Agriculture, ensuring the continuity of their animal production research. The services delivered include the physical relocation of office and lab equipment. The geographic impact is concentrated in Kentucky, specifically at the Kentucky Tobacco Research Development Center (KTRDC). Workforce implications are minimal, likely involving the moving company's personnel and potentially some coordination from ARS staff.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for delays impacting research timelines if the move is not executed efficiently.
- Risk of damage to sensitive lab equipment during transit, requiring careful handling and insurance.
Positive Signals
- Clear objective: relocation of essential research facilities.
- Fixed-price contract helps manage budget predictability.
- Delivery order indicates it's part of a potentially larger, established framework agreement.
Sector Analysis
This contract falls within the professional, scientific, and technical services sector, specifically logistics and consulting related to physical distribution. The market for relocation services is broad, but specialized moves involving laboratory equipment require specific expertise. The value is relatively small compared to larger federal contracts, but critical for the operational continuity of the research unit.
Small Business Impact
The provided data does not indicate any small business set-aside or subcontracting requirements for this contract. Therefore, the direct impact on the small business ecosystem is likely minimal unless the prime contractor utilizes small businesses for specific aspects of the relocation.
Oversight & Accountability
Oversight would typically be managed by the contracting officer and program officials within the Agricultural Research Service. Accountability is ensured through the fixed-price contract terms and the delivery order process. Transparency is facilitated by public contract databases, though specific details of the move's execution are not publicly detailed.
Related Government Programs
- Agricultural Research Service Operations
- Federal Relocation Services
- Logistics and Transportation Support Contracts
Risk Flags
- Potential for damage to sensitive equipment
- Risk of research disruption
- Contract duration may be tight for complex moves
Tags
agriculture, research, relocation-services, logistics, department-of-agriculture, agricultural-research-service, kentucky, firm-fixed-price, delivery-order, full-and-open-competition
Frequently Asked Questions
What is this federal contract paying for?
Department of Agriculture awarded $172,464 to WELESKI TRANSFER INC. FORAGE ANIMAL PRODUCTION RESEARCH UNIT MUST RELOCATE OFFICE AND LAB EQUIPMENT FROM AG SCIENCE CENTER TO KENTUCKY TOBACCO RESEARCH DEVELOPMENT CENTER (KTRDC). PROJECTED MOVE DATE: MID-MAY
Who is the contractor on this award?
The obligated recipient is WELESKI TRANSFER INC.
Which agency awarded this contract?
Awarding agency: Department of Agriculture (Agricultural Research Service).
What is the total obligated amount?
The obligated amount is $172,464.
What is the period of performance?
Start: 2026-04-02. End: 2026-05-31.
What is the specific nature of the lab equipment being moved, and does it require specialized handling beyond standard office furniture?
The provided data does not specify the exact nature of the lab equipment. However, the description 'office and lab equipment' implies a mix. Lab equipment can range from standard glassware and centrifuges to highly sensitive and calibrated instruments (e.g., spectrometers, incubators, specialized freezers). If the latter is involved, it necessitates specialized packing, climate-controlled transport, and potentially on-site setup by technicians, which would justify the contract value and the need for experienced movers like Weleski Transfer Inc. Further details on the equipment's sensitivity and calibration requirements would be needed for a precise risk assessment.
How does the $172,464 contract value compare to similar federal relocation contracts for research facilities?
Benchmarking this specific contract value is challenging without more granular data on the scope of work, distance, and type of equipment. Federal relocation contracts can vary significantly. A move of office furniture and standard equipment over a short distance might cost tens of thousands, while a complex laboratory move involving specialized, high-value, or sensitive equipment across states could easily run into hundreds of thousands or even millions. Given the projected move date is mid-May and the contract duration is short (59 days), this value appears to be for a focused, potentially regional move. It is not exceptionally high but reflects the specialized nature of lab equipment.
What are the potential risks associated with relocating a research unit, and how are they mitigated in this contract?
Key risks include damage to sensitive lab equipment, disruption of ongoing research, data loss, and delays in resuming operations. Mitigation strategies evident in this contract include the use of a professional moving company (Weleski Transfer Inc.), a fixed-price contract to incentivize efficient completion, and a defined, albeit short, performance period (mid-May to end of April 2026). The contract's limited duration suggests a concentrated effort. However, the specific mitigation for equipment protection (e.g., insurance, specialized packing protocols) and continuity of research operations would depend on the detailed statement of work and the contractor's execution plan, which are not fully detailed in the provided summary.
What is the historical spending pattern for relocation services by the Agricultural Research Service or similar USDA agencies?
Historical spending data for relocation services by the Agricultural Research Service (ARS) or the broader Department of Agriculture (USDA) is not provided in the summary. To assess historical patterns, one would need to analyze past contracts for similar services, noting the frequency, value, and scope of relocations. This would help determine if this $172,464 contract is typical, an outlier, or indicative of increased relocation activity. Analyzing trends over several fiscal years would reveal if ARS frequently relocates facilities or if this is an infrequent, project-specific event.
What is the track record of Weleski Transfer Inc. in performing federal relocation contracts, particularly those involving sensitive equipment?
The provided data identifies Weleski Transfer Inc. as the contractor but offers no information on their track record with federal contracts or their specific experience with sensitive lab equipment relocation. A thorough assessment would require reviewing their past performance evaluations (e.g., Contractor Performance Assessment Reporting System - CPARS), the number and types of federal contracts they have previously held, and any reported issues or successes. Without this information, it's difficult to gauge their reliability and expertise for this specific, potentially high-stakes, relocation task.
How does the relocation support the overall mission and objectives of the FORAGE ANIMAL PRODUCTION RESEARCH UNIT?
The relocation of the FORAGE ANIMAL PRODUCTION RESEARCH UNIT's office and lab equipment from the AG SCIENCE CENTER to the KENTUCKY TOBACCO RESEARCH DEVELOPMENT CENTER (KTRDC) is essential for the unit to continue its mission. This move implies that the current facility is no longer suitable or available, or that the new location offers strategic advantages for research, collaboration, or resource access. By ensuring the seamless transfer of necessary infrastructure, the contract directly supports the unit's ability to conduct research on forage animal production, which is vital for agricultural innovation, livestock health, and food security.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Management, Scientific, and Technical Consulting Services › Process, Physical Distribution, and Logistics Consulting Services
Product/Service Code: TRANSPORT, TRAVEL, RELOCATION › OTHER TRANSPORT, TRAVEL, RELOCAT SV
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Solicitation ID: 1232SA26Q0274
Offers Received: 3
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 140 W 4TH AVE, TARENTUM, PA, 15084
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $172,464
Exercised Options: $172,464
Current Obligation: $172,464
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Parent Contract
Parent Award PIID: 47QSMA23D08PK
IDV Type: FSS
Timeline
Start Date: 2026-04-02
Current End Date: 2026-05-31
Potential End Date: 2026-05-31 00:00:00
Last Modified: 2026-04-02
Other Department of Agriculture Contracts
- Usda Enterprise-Scale Fedramp Certified Cloud Hosting Services. Igf::ot::igf — $336.8M (Accenture Federal Services LLC)
- Usda Disc Enterprise Wide Salesforce Software&support Services — $294.8M (Carahsoft Technology Corp)
- Provide Removal of Carcasses AT Premise X Igf::ot::igf Hpai — $292.5M (Clean Harbors Environmental Services Inc)
- Financial Management Modernization Initiative — $291.0M (Accenture LLP)
- Enterprise Application Services — $273.5M (Synergy Business Innovation & Solutions Inc.)