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
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
- Limited competition
- Potential for cost overruns without competitive bidding
Positive Signals
- Utilizes existing IDIQ contract for efficiency
- Clear contract type (FFP) for cost control
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
- Institutional Furniture Manufacturing
- Department of Labor Contracting
- Office of the Assistant Secretary for Administration and Management Programs
Risk Flags
- Lack of competition for task order
- Potential for cost increases if scope is not tightly managed
- Reliance on incumbent contractor may limit innovation
- Absence of detailed performance metrics in provided data
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: Manufacturing › Household and Institutional Furniture and Kitchen Cabinet Manufacturing › Institutional Furniture Manufacturing
Product/Service Code: INSTALLATION OF EQUIPMENT › INSTALLATION 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
- - the Contractor Shall Provide Project Management Support Services for Interior Outfitting, Commodities&transition Products and Services AS Outlined in the Performance Work Statement (PWS) Incorporated Herein and Made a Part of This Contract. Services and Products Will BE Performed/Delivered in Accordance With Work Orders Issued Under This Contract in Respective of the Performance Work Statement. the Total Estimated Ceiling (TEC) Price of $59.9 IS the United States Agency for International Development (usaid) Estimated Price for the Washington Real Estate Strategy and Space Initiative and Shall NOT BE Exceeded Unless Authorized and Approve by the Contracting Officer. This Contract IS Incrementally Funded AS Appropriated Funds ARE Made Available. Definitization of Cost Will BE in Accordance With Issued Work Orders and Submitted Invoices Shall BE in Accordance With Actual Work Performed. in Performance With This Contract, the Contractor Shall Performed ALL Ioc&t Services AS Directed by the Contracting Officer, the PWS and Each Individual Issued Work Order — $55.6M (Agency for International Development)
- SFC Furniture/Fixture/Equipment Wayfinding Graphics Procurement — $22.1M (Department of Labor)
- Architectural and Engineering (A&E) Services, and Furniture — $6.8M (Department of Transportation)
- Workstation&office Typicals AS Well AS Workstation Move Services — $198.5K (Department of the Treasury)
- System Furniture — $81.5K (Department of the Treasury)
Other Department of Labor Contracts
- DOL Enterprise Operations and Maintenance Support Services — $291.2M (Peraton Enterprise Solutions LLC)
- Operation of Gary JC Center — $256.4M (Management & Training Corporation)
- Operation of the Gary JCC — $220.1M (Management & Training Corporation)
- Federal Contract — $178.1M (Career Systems Development Corporation)
- Operation of Earle Clements JOB Corps Center — $175.1M (Management & Training Corporation)