Department of Labor awards $22.1M contract for wayfinding graphics, raising questions about competition and value
Contract Overview
Contract Amount: $22,124,948 ($22.1M)
Contractor: Talu LLC
Awarding Agency: Department of Labor
Start Date: 2023-09-29
End Date: 2026-04-03
Contract Duration: 917 days
Daily Burn Rate: $24.1K/day
Competition Type: NOT COMPETED
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: SFC FURNITURE/FIXTURE/EQUIPMENT WAYFINDING GRAPHICS PROCUREMENT
Place of Performance
Location: HERNDON, FAIRFAX County, VIRGINIA, 20171
State: Virginia Government Spending
Plain-Language Summary
Department of Labor obligated $22.1 million to TALU LLC for work described as: SFC FURNITURE/FIXTURE/EQUIPMENT WAYFINDING GRAPHICS PROCUREMENT Key points: 1. The contract's value of over $22 million for furniture, fixtures, and equipment wayfinding graphics appears high for the specified services. 2. A 'NOT COMPETED' award suggests a lack of competitive bidding, potentially leading to suboptimal pricing and reduced value for taxpayers. 3. The contract duration of 917 days (over 2.5 years) indicates a long-term commitment, necessitating careful monitoring of performance and cost. 4. The awarding agency, Department of Labor, and its specific office (OASAM) are responsible for ensuring effective procurement and oversight. 5. The North American Industry Classification System (NAICS) code 337127 points to Institutional Furniture Manufacturing, which may not fully encompass the scope of wayfinding graphics. 6. The contract's fixed-price nature provides cost certainty but relies heavily on accurate initial estimates and contractor performance. 7. The absence of small business set-aside flags suggests this contract was not specifically targeted to support small businesses.
Value Assessment
Rating: questionable
The contract value of $22.1 million for wayfinding graphics and related equipment seems substantial. Without specific benchmarks for similar large-scale wayfinding projects within federal agencies, it is difficult to definitively assess value for money. However, the absence of competition and the broad scope of 'furniture/fixture/equipment' alongside 'wayfinding graphics' suggest potential for overpricing or scope creep. A comparison to commercial industry standards for similar installations in large facilities would be necessary for a more precise valuation.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was awarded using a 'NOT COMPETED' procedure, indicating that a full and open competition was not conducted. This typically occurs when only one source is capable of meeting the requirement, or in specific emergency situations. The lack of multiple bidders means there was no direct price comparison or incentive for vendors to offer their most competitive pricing, potentially impacting the final cost to the government.
Taxpayer Impact: A sole-source award means taxpayers did not benefit from the cost savings that typically arise from competitive bidding processes, where multiple companies vie for the contract by offering lower prices.
Public Impact
Federal employees and visitors within Department of Labor facilities will benefit from improved navigation and identification of spaces. The contract will deliver wayfinding signage, graphics, and potentially associated furniture and fixtures to enhance the physical environment. The geographic impact is primarily within the facilities managed by the Department of Labor, likely concentrated in Washington D.C. and potentially other major field offices. The contract supports the institutional furniture manufacturing sector and potentially the signage and graphics design industry.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of competition raises concerns about potential overpricing and suboptimal value for taxpayer funds.
- The broad description of 'furniture/fixture/equipment' alongside 'wayfinding graphics' could lead to scope creep and unmonitored costs.
- The sole-source nature of the award limits transparency and accountability in the procurement process.
- The long contract duration necessitates robust oversight to ensure continued relevance and cost-effectiveness.
Positive Signals
- The contract aims to improve the functionality and user experience within Department of Labor facilities.
- A firm fixed-price contract provides cost certainty for the government, assuming the initial scope is well-defined.
- The contract is awarded to TALU LLC, which may have specific expertise in this niche area.
Sector Analysis
The contract falls within the broader category of facilities management and specialized equipment procurement. The institutional furniture manufacturing sector (NAICS 337127) is a significant industry, but the inclusion of 'wayfinding graphics' suggests a specialized service component. Federal spending on facilities and related services is substantial, with agencies often procuring a wide range of items to maintain and improve their operational environments. Benchmarking this specific contract is challenging without more granular data on wayfinding system costs, but the overall value suggests a large-scale installation or significant refresh.
Small Business Impact
The contract data indicates that this was not a small business set-aside, and the 'sb' field is false. This suggests that the procurement was not specifically designed to award a portion of the work to small businesses. Consequently, there are no direct subcontracting implications for small businesses mandated by this specific contract award. The primary contractor, TALU LLC, is not flagged as a small business in the provided data.
Oversight & Accountability
Oversight for this contract would primarily reside with the Department of Labor's Office of the Assistant Secretary for Administration and Management (OASAM), which awarded the contract. As a definitive contract, it is subject to standard federal procurement regulations and oversight mechanisms. Transparency is limited due to the sole-source nature of the award. Accountability will be measured by the contractor's adherence to the contract terms, delivery schedule, and quality of goods and services provided. Inspector General jurisdiction would apply if any fraud, waste, or abuse is suspected.
Related Government Programs
- Federal Building and Facilities Management
- Government Office Furniture Procurement
- Signage and Wayfinding Systems
- Institutional Furnishings
- Federal Agency Wayfinding Solutions
Risk Flags
- Sole-source award raises concerns about fair pricing and value for money.
- Broad contract description may indicate potential for scope creep.
- Long contract duration requires sustained oversight.
- Lack of competition limits transparency in the procurement process.
Tags
furniture-fixture-equipment, wayfinding-graphics, department-of-labor, definitive-contract, not-competed, firm-fixed-price, institutional-furniture-manufacturing, federal-agency, administration-management, virginia
Frequently Asked Questions
What is this federal contract paying for?
Department of Labor awarded $22.1 million to TALU LLC. SFC FURNITURE/FIXTURE/EQUIPMENT WAYFINDING GRAPHICS PROCUREMENT
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 $22.1 million.
What is the period of performance?
Start: 2023-09-29. End: 2026-04-03.
What is the specific scope of 'wayfinding graphics' and 'furniture/fixture/equipment' included in this $22.1 million contract?
The provided data abbreviates the contract description as 'SFC FURNITURE/FIXTURE/EQUIPMENT WAYFINDING GRAPHICS PROCUREMENT'. This suggests the contract encompasses both the physical furniture and fixtures, as well as the graphical elements for wayfinding. However, the precise breakdown of costs between these components is not detailed. It could include items like signage, directories, floor markings, directional cues, and potentially related furniture like benches or information kiosks. The broadness of this description, combined with the significant contract value, warrants a detailed breakdown from the Department of Labor to understand the allocation of funds and ensure all expenditures are justified and aligned with the intended purpose of improving navigation within their facilities.
Why was this contract awarded on a sole-source basis instead of through full and open competition?
The contract was awarded as 'NOT COMPETED,' indicating a sole-source procurement. Federal regulations permit sole-source awards under specific circumstances, such as when only one responsible source can provide the required supplies or services, or in cases of urgent and compelling need. Without further justification from the Department of Labor, the reason for this sole-source award remains unclear. This lack of competition raises concerns about whether the government obtained the best possible price and value. A detailed justification for the sole-source award, outlining why other potential sources were not considered or capable, would be necessary to assess the appropriateness of this procurement method.
How does the $22.1 million contract value compare to similar wayfinding and furniture procurements by other federal agencies?
Directly comparing this $22.1 million contract for wayfinding graphics and furniture/fixtures is challenging without access to detailed cost breakdowns and specific project scopes across federal agencies. However, the amount is substantial for what is typically considered a facilities support service. Large-scale renovations or new construction projects might include such elements, but a standalone contract of this magnitude for wayfinding and fixtures suggests a significant undertaking. Benchmarking would require identifying contracts with similar NAICS codes (like 337127 for furniture manufacturing, or potentially others related to signage and architectural services) and similar contract values, while accounting for differences in scale, complexity, and geographic location. The lack of competition further complicates value assessment.
What are the potential risks associated with a firm fixed-price contract of this size and duration?
A firm fixed-price (FFP) contract, while offering cost certainty, carries risks, especially for a contract valued at $22.1 million and spanning over 900 days. The primary risk is that the initial price may not accurately reflect the final cost if the scope of work is not perfectly defined or if unforeseen issues arise. If the contractor underestimated costs or encountered unexpected challenges, they might be incentivized to cut corners on quality or delivery to maintain profitability. Conversely, if the scope was overestimated, the government might overpay. The long duration increases the risk of market price fluctuations for materials and labor impacting the contractor's profitability and potentially leading to disputes or requests for equitable adjustments. Robust oversight and clear performance metrics are crucial to mitigate these risks.
What is TALU LLC's track record with federal contracts, particularly in large-scale furniture and graphics procurement?
Information on TALU LLC's specific track record with federal contracts, especially concerning large-scale furniture and graphics procurement, is not detailed in the provided data. The contract award notice indicates TALU LLC as the contractor for this $22.1 million definitive contract. To assess their track record, one would need to consult federal procurement databases like SAM.gov or FPDS-NG to review their past performance on other federal contracts, including contract values, types, agencies served, and any reported performance issues or awards. Understanding their experience with similar projects, their past performance ratings, and their history of delivering on time and within budget would provide crucial context for evaluating the risk associated with this current award.
Industry Classification
NAICS: Manufacturing › Household and Institutional Furniture and Kitchen Cabinet Manufacturing › Institutional Furniture Manufacturing
Product/Service Code: FURNITURE
Competition & Pricing
Extent Competed: NOT COMPETED
Solicitation Procedures: ONLY ONE SOURCE
Solicitation ID: 1605C5-23-Q-00029
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 2553 DULLES VIEW DR, 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: $22,124,948
Exercised Options: $22,124,948
Current Obligation: $22,124,948
Actual Outlays: $21,574,144
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Timeline
Start Date: 2023-09-29
Current End Date: 2026-04-03
Potential End Date: 2026-04-03 00:00:00
Last Modified: 2026-02-06
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)
- Architectural and Engineering (A&E) Services, and Furniture — $6.8M (Department of Transportation)
- Issue Task Order OFF of the Existing Talu Idiq for Relocating the SAN Francisco Regional Office for Disposal, Relocation, Design, Installation, and Restoration Services — $290.3K (Department of Labor)
- 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)