Forest Service awards $540K copier lease to New Tech Solutions, Inc. for Glide, OR

Contract Overview

Contract Amount: $54,000 ($54.0K)

Contractor: NEW Tech Solutions, Inc.

Awarding Agency: Department of Agriculture

Start Date: 2022-05-01

End Date: 2027-05-14

Contract Duration: 1,839 days

Daily Burn Rate: $29/day

Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Number of Offers Received: 4

Pricing Type: FIRM FIXED PRICE

Sector: IT

Official Description: OPERATIONAL COPIER LEASE; WOLF CREEK JCC; GLIDE, OR; NEW TASK ORDER AWARD

Place of Performance

Location: GLIDE, DOUGLAS County, OREGON, 97443

State: Oregon Government Spending

Plain-Language Summary

Department of Agriculture obligated $54,000 to NEW TECH SOLUTIONS, INC. for work described as: OPERATIONAL COPIER LEASE; WOLF CREEK JCC; GLIDE, OR; NEW TASK ORDER AWARD Key points: 1. The contract value appears reasonable for a multi-year copier lease, though specific equipment details are not provided. 2. Full and open competition was utilized, suggesting a competitive bidding process that should drive favorable pricing. 3. The contract duration of over 5 years presents a long-term commitment, requiring careful monitoring of equipment performance and service. 4. This award falls under IT services, specifically 'Other Computer Related Services', aligning with general government IT procurement trends. 5. The geographic focus on Glide, Oregon, indicates a localized service requirement for a specific facility.

Value Assessment

Rating: good

The contract value of $540,000 over approximately 5 years for copier leasing services appears to be within a reasonable range for government contracts of this nature. Without specific details on the number and type of copiers, or the included services (maintenance, supplies), a precise benchmark is difficult. However, compared to typical office equipment leases, the annual cost of roughly $108,000 suggests a substantial number of devices or a comprehensive service package. The firm fixed-price structure helps manage cost certainty for the agency.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

The contract was awarded under 'Full and Open Competition After Exclusion of Sources,' indicating that the solicitation was broadly advertised, and all responsible sources were permitted to submit offers. The presence of 4 bids suggests a healthy level of competition for this requirement. This competitive environment is generally expected to lead to more competitive pricing and better value for the government.

Taxpayer Impact: The use of full and open competition is beneficial for taxpayers as it encourages multiple vendors to bid, driving down prices and ensuring the government receives competitive market rates for the copier leasing services.

Public Impact

The primary beneficiaries are the employees and operations at the Wolf Creek Job Corps Center in Glide, Oregon, who will have access to necessary office equipment. The service delivered is the leasing of operational copiers, likely including maintenance and support, ensuring business continuity for the facility. The geographic impact is localized to Glide, Oregon, serving a specific federal facility. There are no direct workforce implications mentioned, as this is a service contract for equipment.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

The IT services sector, particularly the provision of office equipment and related services, is a mature market with numerous vendors. Government agencies are significant consumers of such services, often utilizing leasing agreements to manage costs and technology refresh cycles. This contract for copier leasing fits within the broader category of IT infrastructure support and managed services, where competition is typically strong. Benchmarking against similar federal contracts for copier leases would provide further context on pricing and service terms.

Small Business Impact

The contract data indicates that small business participation was not a specific set-aside requirement for this award (ss: false, sb: false). While New Tech Solutions, Inc. may be a small business itself, the primary competition was conducted under full and open terms. There is no explicit mention of subcontracting plans related to small businesses within the provided data. The impact on the small business ecosystem is therefore neutral unless the prime contractor actively engages small businesses for support services.

Oversight & Accountability

Oversight for this contract would typically fall under the U.S. Forest Service contracting officers and program managers responsible for the Wolf Creek Job Corps Center. Accountability measures are inherent in the firm fixed-price contract terms, requiring delivery of specified services by the end date. Transparency is facilitated by the contract being awarded under full and open competition, with data likely available through federal procurement databases. Inspector General jurisdiction would apply in cases of suspected fraud, waste, or abuse.

Related Government Programs

Risk Flags

Tags

it-services, copier-leasing, forest-service, department-of-agriculture, firm-fixed-price, delivery-order, full-and-open-competition, oregon, medium-value, office-equipment

Frequently Asked Questions

What is this federal contract paying for?

Department of Agriculture awarded $54,000 to NEW TECH SOLUTIONS, INC.. OPERATIONAL COPIER LEASE; WOLF CREEK JCC; GLIDE, OR; NEW TASK ORDER AWARD

Who is the contractor on this award?

The obligated recipient is NEW TECH SOLUTIONS, INC..

Which agency awarded this contract?

Awarding agency: Department of Agriculture (Forest Service).

What is the total obligated amount?

The obligated amount is $54,000.

What is the period of performance?

Start: 2022-05-01. End: 2027-05-14.

What is the track record of New Tech Solutions, Inc. with federal contracts, particularly for copier leasing?

A review of federal procurement data would be necessary to fully assess New Tech Solutions, Inc.'s track record. This would involve examining past contract awards, performance evaluations (if available), and any history of contract modifications or disputes. Without access to this specific data, it's difficult to provide a detailed assessment of their reliability and past performance in delivering similar services to government agencies. However, the award of this contract suggests they met the qualifications and requirements set forth in the solicitation.

How does the annual cost of this contract compare to similar copier leasing contracts awarded by the Forest Service or other agencies?

To benchmark the annual cost of approximately $108,000, a comparative analysis of similar copier leasing contracts is needed. This would involve searching federal procurement databases for contracts with comparable durations, quantities of equipment, service levels, and geographic locations. Factors such as the specific models of copiers, included maintenance, toner, paper, and on-site support significantly influence pricing. A detailed comparison would reveal if this contract represents a competitive market rate or if there are potential areas for cost savings in future procurements.

What are the specific performance metrics and service level agreements (SLAs) associated with this copier lease contract?

The provided data does not include specific performance metrics or Service Level Agreements (SLAs) for this contract. Typically, such contracts would detail response times for maintenance, equipment uptime guarantees, and procedures for equipment replacement or repair. The Forest Service would have these details within the contract's statement of work. Effective monitoring of these SLAs is crucial for ensuring the agency receives the expected level of service and that the copiers remain operational throughout the lease term.

What is the total historical spending by the Forest Service on copier leasing over the past five years?

Determining the total historical spending by the Forest Service on copier leasing requires a comprehensive search of federal procurement databases (like FPDS or USASpending.gov) using relevant keywords and contract types over the specified period. This analysis would aggregate spending across various contracts, agencies, and locations. Such historical data is valuable for understanding budget trends, identifying major vendors, and informing future procurement strategies for office equipment.

Are there any identified risks associated with the long-term nature of this lease agreement?

The primary risk associated with a long-term lease (over 5 years) is technological obsolescence. Copier technology can evolve rapidly, and the leased equipment may become outdated or less efficient compared to newer models available on the market. Another risk is vendor lock-in, where the agency might be tied to a specific vendor for an extended period, potentially limiting flexibility if service quality declines or better options emerge. Ensuring robust contract terms that allow for upgrades or early termination under certain conditions can mitigate these risks.

Industry Classification

NAICS: Professional, Scientific, and Technical ServicesComputer Systems Design and Related ServicesOther Computer Related Services

Product/Service Code: LEASE/RENT EQUIPMENTLEASE OR RENTAL OF EQUIPMENT

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Offers Received: 4

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 4179 BUSINESS CENTER DR, FREMONT, CA, 94538

Business Categories: 8(a) Program Participant, Category Business, Corporate Entity Not Tax Exempt, Manufacturer of Goods, Minority Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, Indian (Subcontinent) American Owned Business, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $54,000

Exercised Options: $54,000

Current Obligation: $54,000

Actual Outlays: $40,500

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Parent Contract

Parent Award PIID: NNG15SC82B

IDV Type: GWAC

Timeline

Start Date: 2022-05-01

Current End Date: 2027-05-14

Potential End Date: 2027-05-14 00:00:00

Last Modified: 2026-04-08

More Contracts from NEW Tech Solutions, Inc.

View all NEW Tech Solutions, Inc. federal contracts →

Other Department of Agriculture Contracts

View all Department of Agriculture contracts →

Explore Related Government Spending