GSA Awards $9,959 Contract for Lynchburg Courthouse Generator Module Replacement
Contract Overview
Contract Amount: $9,959 ($10.0K)
Contractor: DAE Sung LLC
Awarding Agency: General Services Administration
Start Date: 2026-04-09
End Date: 2026-07-08
Contract Duration: 90 days
Daily Burn Rate: $111/day
Competition Type: FULL AND OPEN COMPETITION
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: THE OBJECTIF OF THIS PROJECT IS TO REPLACE THE GENERATOR SPEED CONTROL MODULE AT THE LYNCHBURG COURTHOUSE, 1101 COURT ST, LYNCHBURG, VA 24504.
Place of Performance
Location: LYNCHBURG, CAMPBELL County, VIRGINIA, 24504
State: Virginia Government Spending
Plain-Language Summary
General Services Administration obligated $9,958.91 to DAE SUNG LLC for work described as: THE OBJECTIF OF THIS PROJECT IS TO REPLACE THE GENERATOR SPEED CONTROL MODULE AT THE LYNCHBURG COURTHOUSE, 1101 COURT ST, LYNCHBURG, VA 24504. Key points: 1. Contract awarded to DAE SUNG LLC for generator speed control module replacement. 2. Project aims to maintain critical infrastructure at the Lynchburg Courthouse. 3. The contract value is relatively small, suggesting a focused scope. 4. Facilities Support Services sector, NAICS 561210, is a common area for government contracting.
Value Assessment
Rating: good
The contract value of $9,958.91 appears reasonable for a single generator speed control module replacement. Benchmarking against similar, smaller-scale facilities maintenance contracts would provide further validation.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under full and open competition, indicating a competitive bidding process. This method generally leads to better price discovery and value for the government.
Taxpayer Impact: Taxpayer funds are used efficiently through a competitive process for essential facility maintenance.
Public Impact
Ensures continued operation of essential services at the Lynchburg Courthouse. Supports local infrastructure maintenance and operational reliability. Demonstrates government commitment to maintaining public facilities.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Positive Signals
- Full and open competition utilized
- Clear project objective
- Firm fixed price contract type
Sector Analysis
This contract falls within the Facilities Support Services sector, which includes a wide range of services for maintaining government buildings. Spending in this sector is consistent and essential for operational continuity.
Small Business Impact
The contract was not awarded to a small business, as indicated by 'sb': false. Further analysis would be needed to determine if small businesses had the opportunity to compete or if this was a conscious decision.
Oversight & Accountability
The General Services Administration (GSA) is responsible for overseeing this contract, ensuring proper execution and adherence to terms. The Public Buildings Service (PBS) likely manages the day-to-day aspects.
Related Government Programs
- Facilities Support Services
- General Services Administration Contracting
- Public Buildings Service Programs
Risk Flags
- Lack of small business award
- Limited detail on technical specifications
- No mention of warranty or performance guarantees
Tags
facilities-support-services, general-services-administration, va, bpa-call, under-100k
Frequently Asked Questions
What is this federal contract paying for?
General Services Administration awarded $9,958.91 to DAE SUNG LLC. THE OBJECTIF OF THIS PROJECT IS TO REPLACE THE GENERATOR SPEED CONTROL MODULE AT THE LYNCHBURG COURTHOUSE, 1101 COURT ST, LYNCHBURG, VA 24504.
Who is the contractor on this award?
The obligated recipient is DAE SUNG LLC.
Which agency awarded this contract?
Awarding agency: General Services Administration (Public Buildings Service).
What is the total obligated amount?
The obligated amount is $9,958.91.
What is the period of performance?
Start: 2026-04-09. End: 2026-07-08.
What is the expected lifespan of the new generator speed control module and how does it compare to the previous one?
The provided data does not specify the expected lifespan of the new generator speed control module or offer details about the previous unit. Understanding the longevity and performance improvements would be crucial for assessing the long-term value and return on investment for this replacement project.
Were there any specific technical requirements or unique challenges that might have limited the number of bidders despite full and open competition?
The data does not detail specific technical requirements or unique challenges. While 'full and open competition' was used, specialized equipment or site-specific needs could have implicitly limited the pool of qualified bidders. Further investigation into the technical specifications is warranted.
How does the cost of this module replacement compare to similar projects in other federal courthouses of comparable size and age?
Benchmarking this $9,958.91 contract against similar generator speed control module replacements in comparable federal courthouses is essential for a thorough value assessment. Without comparative data, it's difficult to definitively determine if this price represents optimal value or if there's potential for cost savings in future procurements.
Industry Classification
NAICS: Administrative and Support and Waste Management and Remediation Services › Facilities Support Services › Facilities Support Services
Product/Service Code: UTILITIES AND HOUSEKEEPING › HOUSEKEEPING SERVICES
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Solicitation ID: EQPMAB-26-0261
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 23808 W ANDREW RD, PLAINFIELD, IL, 60585
Business Categories: 8(a) Program Participant, American Indian Owned Business, Category Business, Government, Native American Tribal Government, Limited Liability Corporation, Minority Owned Business, Native American Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, Tribally Owned Firm, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $9,959
Exercised Options: $9,959
Current Obligation: $9,959
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 47PN0323A0001
IDV Type: BPA
Timeline
Start Date: 2026-04-09
Current End Date: 2026-07-08
Potential End Date: 2026-07-08 00:00:00
Last Modified: 2026-04-08
More Contracts from DAE Sung LLC
- Awards Option Year 2 of the Facilities Engineering, Operations & Maintenance Services Blanket Purchase Agreement Call Order AT CMS Headquarters in Woodlawn, MD — $14.9M (General Services Administration)
- Operations Maintenance Services Richmond Field Offices — $13.4M (General Services Administration)
- 47pb0022a0004-Bpa Call 47PF5225F0002 Operations & Maintenance, and Custodial and Related Services for 9 Western Massachusetts and Rhode Island Locations This Call Consolidates 5 Previous BPA Calls and Exercises Option Year 3 (11/01/2025 - 10/31/2026) — $5.7M (General Services Administration)
- BPA Call for Base Year Highgate Combined Sevices Blanket Purchase Agreement — $5.0M (General Services Administration)
- Blanket Purchase Agreement (BPA) Call 47PF5225F0001, Vermont Combined Services, Option Year 3 — $2.0M (General Services Administration)
Other General Services Administration Contracts
- Software Life Cycle Development — $1.4B (Science Applications International Corporation)
- Task Order (TO) 47qfca21f0018 IS Hereby Awarded to Booz Allen Hamilton, Inc. (BAH) to Provide Enterprise Level Data to the Ousd(c), and ITS Strategic Partners (I.E., DOD Fourth Estate, DOD Departments, and IC Community) — $1.4B (Booz Allen Hamilton Inc)
- Federal Contract — $1.2B (Booz Allen Hamilton Inc)
- THE Scope of the to IS to Provide Enterprise IT Services for the Usace — $1.1B (Science Applications International Corporation)
- Task Order Award — $1.1B (Booz Allen Hamilton Inc)