GSA awards $148K for office furniture to TEKNION LLC under a BPA Call
Contract Overview
Contract Amount: $148,117 ($148.1K)
Contractor: Teknion LLC
Awarding Agency: General Services Administration
Start Date: 2025-09-26
End Date: 2026-09-14
Contract Duration: 353 days
Daily Burn Rate: $420/day
Competition Type: FULL AND OPEN COMPETITION
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: BOSTON MA FO SQUAD RELOCATION OPEN PLAN INITIAL AWARD
Place of Performance
Location: CHELSEA, SUFFOLK County, MASSACHUSETTS, 02150
Plain-Language Summary
General Services Administration obligated $148,116.59 to TEKNION LLC for work described as: BOSTON MA FO SQUAD RELOCATION OPEN PLAN INITIAL AWARD Key points: 1. Value for money appears reasonable given the scope of relocation and office setup. 2. Competition dynamics indicate a full and open competition, suggesting fair market pricing. 3. Risk indicators are low due to a firm fixed-price contract and established vendor. 4. Performance context is a relocation support task for a federal agency. 5. Sector positioning is within the office furniture manufacturing and supply chain.
Value Assessment
Rating: good
The award of $148,116.59 for office furniture appears to be within a reasonable range for a federal agency relocation. Benchmarking against similar federal contracts for office furniture, especially those awarded through GSA schedules, suggests that pricing is competitive. The firm fixed-price nature of the contract provides cost certainty. Without specific details on the quantity and type of furniture, a precise per-unit cost comparison is difficult, but the overall award amount seems aligned with market expectations for such a project.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded under a full and open competition, likely utilizing a GSA Multiple Award Schedule (MAS) contract. This method ensures that a wide range of qualified vendors had the opportunity to bid. The use of a BPA Call under an existing MAS contract suggests that the solicitation was posted and evaluated according to established federal acquisition regulations, promoting fair pricing and vendor selection.
Taxpayer Impact: A full and open competition ensures that taxpayer dollars are used efficiently by fostering a competitive environment that drives down prices and encourages quality service delivery.
Public Impact
Federal employees in Boston, MA, will benefit from updated and functional office space. The contract delivers essential office furniture to support the relocation of a federal agency. The geographic impact is localized to Boston, Massachusetts. Workforce implications include the potential for temporary jobs in installation and logistics, though the primary impact is on the federal workforce's working environment.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for delays if furniture delivery or installation is not managed effectively.
- Risk of furniture not meeting specific ergonomic or functional requirements if not clearly specified in the BPA Call.
Positive Signals
- Award to an established vendor with a track record on GSA schedules.
- Firm fixed-price contract provides cost predictability.
- Utilizes an existing GSA MAS contract, streamlining the acquisition process.
Sector Analysis
The office furniture manufacturing sector is a significant part of the broader manufacturing industry, with federal agencies being substantial consumers. GSA schedules, like the one likely used here, are a primary channel for government procurement of office furnishings. This contract fits within the typical spending patterns for agency relocations or office modernizations, where furniture is a key component. Comparable spending benchmarks would typically be found within GSA's own contract award data for similar furniture categories.
Small Business Impact
The data indicates this contract was not specifically set aside for small businesses, nor does it explicitly mention subcontracting requirements for small businesses. As TEKNION LLC is a large manufacturer, the primary focus is likely on direct fulfillment. Further analysis would be needed to determine if any subcontracting opportunities were mandated or voluntarily pursued by the prime contractor to support small businesses within the supply chain.
Oversight & Accountability
Oversight for this contract would primarily fall under the General Services Administration (GSA), specifically the Federal Acquisition Service. The BPA Call mechanism, used under an existing MAS contract, implies that the terms and conditions of the parent contract provide a framework for oversight. Accountability is ensured through the firm fixed-price agreement and the contract's performance period. Transparency is generally maintained through public contract databases where award information is published.
Related Government Programs
- GSA Federal Supply Schedule Contracts
- Office Relocation Services
- Federal Agency Workspace Modernization
Risk Flags
- Potential for delivery delays
- Furniture suitability for specific ergonomic needs
Tags
gsa, general-services-administration, massachusetts, boston, office-furniture, manufacturing, bpa-call, firm-fixed-price, full-and-open-competition, relocation, federal-acquisition-service
Frequently Asked Questions
What is this federal contract paying for?
General Services Administration awarded $148,116.59 to TEKNION LLC. BOSTON MA FO SQUAD RELOCATION OPEN PLAN INITIAL AWARD
Who is the contractor on this award?
The obligated recipient is TEKNION LLC.
Which agency awarded this contract?
Awarding agency: General Services Administration (Federal Acquisition Service).
What is the total obligated amount?
The obligated amount is $148,116.59.
What is the period of performance?
Start: 2025-09-26. End: 2026-09-14.
What is the track record of TEKNION LLC with federal contracts, particularly with the GSA?
TEKNION LLC is a well-established manufacturer and vendor of office furniture, frequently utilizing GSA Federal Supply Schedule contracts to serve federal agencies. A review of federal procurement data indicates numerous awards to TEKNION across various agencies and contract types, including GSA MAS contracts. Their history suggests a capacity to meet federal requirements for furniture, including delivery and installation services. The specific performance history on prior GSA BPA Calls or similar solicitations would provide further insight into their reliability and adherence to contract terms, but their consistent presence in the federal market implies a generally positive track record.
How does the awarded price compare to market rates for similar office furniture procurements?
The awarded amount of $148,116.59 for office furniture for a relocation is difficult to benchmark precisely without itemized details of the furniture procured. However, federal agencies often leverage GSA schedules, which are designed to offer competitive pricing through pre-negotiated rates. Comparing this award to other GSA Schedule BPA Calls for office furniture in the Boston area or for similar-sized agency moves would be the most relevant comparison. Generally, firm fixed-price contracts awarded through full and open competition on GSA schedules tend to align closely with market rates, potentially offering savings compared to non-schedule procurements due to established volume discounts and streamlined processes.
What are the primary risks associated with this contract, and how are they mitigated?
The primary risks associated with this contract include potential delays in delivery and installation, and the risk that the procured furniture may not fully meet the specific functional or ergonomic needs of the agency's workforce. Mitigation strategies are in place through the contract's structure. The firm fixed-price nature locks in costs, reducing financial risk for the government. The use of a BPA Call under an existing GSA MAS contract implies that TEKNION LLC has already been vetted for capability and financial stability. Clear specifications within the BPA Call document regarding furniture types, quantities, delivery timelines, and installation requirements are crucial for mitigating performance risks. The contract duration (353 days) also provides a defined window for completion.
What is the expected effectiveness of the procured furniture in supporting the agency's mission?
The effectiveness of the procured furniture hinges on its suitability for the agency's specific operational needs and the well-being of its employees. If the furniture is ergonomic, durable, and appropriately configured for the tasks performed by the federal employees in Boston, it will contribute positively to productivity, morale, and overall mission support. Conversely, if the furniture is ill-suited or of poor quality, it could hinder operations and negatively impact employee performance. The GSA's role in vetting vendors and establishing schedule pricing aims to ensure a baseline level of quality and suitability, but the agency's specific requirements as detailed in the BPA Call are paramount to achieving desired effectiveness.
How does this award fit into the broader historical spending patterns for office furniture by the GSA?
This $148,116.59 award is a relatively modest sum within the context of the GSA's overall annual spending on office furniture, which can run into hundreds of millions or even billions of dollars annually across all its schedules and contract vehicles. Awards of this size are typical for specific agency needs, such as relocations, office reconfigurations, or replacements for particular departments or locations. It aligns with the GSA's strategy of providing a wide range of furniture options through its MAS program, catering to diverse agency requirements and budgets. Historical data would show a consistent pattern of such awards supporting federal workspace needs nationwide.
Industry Classification
NAICS: Manufacturing › Office Furniture (including Fixtures) Manufacturing › Office Furniture (except Wood) Manufacturing
Product/Service Code: FURNITURE
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Solicitation ID: 47QSMA25Q0077
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 350 FELLOWSHIP RD, MOUNT LAUREL, NJ, 08054
Business Categories: Category Business, Foreign-Owned and U.S.-Incorporated Business, Limited Liability Corporation, Manufacturer of Goods, Not Designated a Small Business, Special Designations
Financial Breakdown
Contract Ceiling: $148,117
Exercised Options: $148,117
Current Obligation: $148,117
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Parent Contract
Parent Award PIID: 47QSMA22A0005
IDV Type: BPA
Timeline
Start Date: 2025-09-26
Current End Date: 2026-09-14
Potential End Date: 2026-09-14 00:00:00
Last Modified: 2026-04-08
More Contracts from Teknion LLC
- BPA Call 47qsma22f0006 IS Issued for $595.00 IAW Teknion's Quote Submitted 11/29/21. Teknion's Quote WAS Submitted AS Outlined in the Awarded Open Plan Workstation BPA to Provide Phase 2B Design Services Only for the Fbi's Field Office in Phila, PA — $2.9M (General Services Administration)
- Sandston VA Richmond Airport Hangar Open Plan - Initial Award — $135.1K (General Services Administration)
- Anchorage AK FO Cyber Open Plan Initial Award — $112.2K (General Services Administration)
- Kalispell MT RA Open Plan Initial Award — $90.5K (General Services Administration)
- Kalispell MT RA Casegoods - DD Update — $37.9K (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)