Labor Awards $290K Task Order for SF Office Relocation Furniture and Services

Contract Overview

Contract Amount: $290,304 ($290.3K)

Contractor: Talu LLC

Awarding Agency: Department of Labor

Start Date: 2024-08-29

End Date: 2026-07-14

Contract Duration: 684 days

Daily Burn Rate: $424/day

Competition Type: NOT AVAILABLE FOR COMPETITION

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: ISSUE TASK ORDER OFF OF THE EXISTING TALU IDIQ FOR RELOCATING THE SAN FRANCISCO REGIONAL OFFICE FOR DISPOSAL, RELOCATION, DESIGN, INSTALLATION, AND RESTORATION SERVICES.

Place of Performance

Location: SAN FRANCISCO, SAN FRANCISCO County, CALIFORNIA, 94104

State: California Government Spending

Plain-Language Summary

Department of Labor obligated $290,304.46 to TALU LLC for work described as: ISSUE TASK ORDER OFF OF THE EXISTING TALU IDIQ FOR RELOCATING THE SAN FRANCISCO REGIONAL OFFICE FOR DISPOSAL, RELOCATION, DESIGN, INSTALLATION, AND RESTORATION SERVICES. Key points: 1. The task order is for disposal, relocation, design, installation, and restoration of furniture for the San Francisco Regional Office. 2. TALU LLC, the incumbent contractor, received this award. 3. The contract is Firm Fixed Price, indicating clear cost expectations. 4. This award falls under the Institutional Furniture Manufacturing sector.

Value Assessment

Rating: fair

The award amount of $290,304.46 for a 684-day duration appears reasonable for comprehensive office relocation services. Benchmarking against similar large-scale furniture installation and relocation contracts would provide a more precise assessment of value.

Cost Per Unit: N/A

Competition Analysis

Competition Level: limited

This task order was issued off an existing IDIQ contract, and the data indicates it was not available for competition. This limits price discovery and potentially reduces competitive pressure, though it may expedite service delivery.

Taxpayer Impact: Taxpayer funds are being used for this office relocation, with the cost justified by the need for functional workspace. The lack of competition warrants careful monitoring of costs.

Public Impact

Federal employees in the San Francisco Regional Office will benefit from updated facilities. The relocation services ensure continuity of operations for the Department of Labor. The project supports the furniture manufacturing and installation industry.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This award is within the Institutional Furniture Manufacturing sector, which includes services related to the production, installation, and relocation of office furniture. Spending in this sector can vary significantly based on government office consolidation, modernization, and relocation initiatives.

Small Business Impact

The data does not indicate if small businesses were involved in this specific task order or the parent IDIQ contract. Further analysis would be needed to determine small business participation.

Oversight & Accountability

The award is managed by the Department of Labor's Office of the Assistant Secretary for Administration and Management. Oversight should focus on ensuring the services are delivered on time, within budget, and meet the specified requirements.

Related Government Programs

Risk Flags

Tags

institutional-furniture-manufacturing, department-of-labor, ca, delivery-order, 100k-plus

Frequently Asked Questions

What is this federal contract paying for?

Department of Labor awarded $290,304.46 to TALU LLC. ISSUE TASK ORDER OFF OF THE EXISTING TALU IDIQ FOR RELOCATING THE SAN FRANCISCO REGIONAL OFFICE FOR DISPOSAL, RELOCATION, DESIGN, INSTALLATION, AND RESTORATION SERVICES.

Who is the contractor on this award?

The obligated recipient is TALU LLC.

Which agency awarded this contract?

Awarding agency: Department of Labor (Office of the Assistant Secretary for Administration and Management).

What is the total obligated amount?

The obligated amount is $290,304.46.

What is the period of performance?

Start: 2024-08-29. End: 2026-07-14.

What was the original justification for awarding the TALU IDIQ on a limited or sole-source basis, and how does that impact the current task order?

The justification for the original IDIQ award is not provided in the data. However, if the IDIQ itself was awarded through limited competition, it suggests a pre-existing relationship or specific capabilities were prioritized. This context is crucial for understanding why this task order was also not competed, potentially impacting the government's ability to secure the best possible pricing and terms.

Are there any performance metrics or quality assurance plans in place for TALU LLC to ensure the relocation and installation services meet federal standards?

The provided data does not detail specific performance metrics or quality assurance plans for this task order. It is essential for the Department of Labor to have robust oversight mechanisms, including clear deliverables, inspection protocols, and acceptance criteria, to ensure the successful and satisfactory completion of the disposal, relocation, design, installation, and restoration services.

How does the firm-fixed-price structure mitigate risks associated with potential scope creep or unforeseen issues during the relocation process?

A Firm Fixed Price (FFP) contract generally shifts the risk of cost overruns to the contractor. For this relocation task order, FFP means TALU LLC is obligated to complete the work for the agreed-upon price, regardless of unforeseen challenges. This structure incentivizes the contractor to manage their costs efficiently and mitigates the risk of the government paying more than initially budgeted, provided the scope of work is well-defined.

Industry Classification

NAICS: ManufacturingHousehold and Institutional Furniture and Kitchen Cabinet ManufacturingInstitutional Furniture Manufacturing

Product/Service Code: INSTALLATION OF EQUIPMENTINSTALLATION OF EQUIPMENT

Competition & Pricing

Extent Competed: NOT AVAILABLE FOR COMPETITION

Solicitation Procedures: ONLY ONE SOURCE

Solicitation ID: 1605C1-24-Q-00076

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 2553 DULLES VIEW DR STE 700, HERNDON, VA, 20171

Business Categories: 8(a) Program Participant, Alaskan Native Corporation Owned Firm, Category Business, Corporate Entity Not Tax Exempt, Limited Liability Corporation, Minority Owned Business, Native American Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $290,304

Exercised Options: $290,304

Current Obligation: $290,304

Actual Outlays: $153,185

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: 1605C321D0002

IDV Type: IDC

Timeline

Start Date: 2024-08-29

Current End Date: 2026-07-14

Potential End Date: 2027-02-06 00:00:00

Last Modified: 2026-04-02

More Contracts from Talu LLC

View all Talu LLC federal contracts →

Other Department of Labor Contracts

View all Department of Labor contracts →

Explore Related Government Spending