GSA awards $3.3M contract for bomber jackets, highlighting potential for price adjustments
Contract Overview
Contract Amount: $3,288 ($3.3K)
Contractor: United Office Solutions Inc
Awarding Agency: General Services Administration
Start Date: 2026-04-07
End Date: 2026-04-12
Contract Duration: 5 days
Daily Burn Rate: $658/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 999
Pricing Type: FIXED PRICE WITH ECONOMIC PRICE ADJUSTMENT
Sector: Other
Official Description: JLJ6NV RG XXL BULWARK FR LINED BOMBER JACKET
Place of Performance
Location: MINNETONKA, HENNEPIN County, MINNESOTA, 55345
Plain-Language Summary
General Services Administration obligated $3,288.45 to UNITED OFFICE SOLUTIONS INC for work described as: JLJ6NV RG XXL BULWARK FR LINED BOMBER JACKET Key points: 1. Contract value appears reasonable for specialized apparel, but economic price adjustment clause warrants scrutiny. 2. Full and open competition suggests a healthy market for this type of government procurement. 3. Short contract duration (5 days) may indicate an urgent or specific need. 4. The contract is for office supplies, which is an unusual category for bomber jackets. 5. The North American Industry Classification System (NAICS) code 339940 is for 'Office Supplies (except Paper) Manufacturing', which seems misaligned with the product description. 6. The contract was awarded as a Delivery Order, suggesting it's part of a larger indefinite-delivery/indefinite-quantity (IDIQ) contract.
Value Assessment
Rating: fair
The contract value of $3,288.45 for 999 bomber jackets results in a per-unit cost of approximately $3.30. This price seems exceptionally low for a lined bomber jacket, even without considering potential economic price adjustments. It is possible this represents a base price or a specific component of a larger order. Benchmarking against similar government contracts for apparel would be necessary to confirm value, but the initial per-unit cost raises questions about the quality or completeness of the offering.
Cost Per Unit: $3.30 per jacket (estimated)
Competition Analysis
Competition Level: full-and-open
The contract was awarded under full and open competition, indicating that all responsible sources were permitted to submit offers. This suggests a competitive marketplace for the goods. However, the specific details regarding the number of bids received and the evaluation process are not provided. A competitive process is generally favorable for price discovery and ensuring the government receives fair market value.
Taxpayer Impact: Full and open competition is beneficial for taxpayers as it typically drives down prices through market forces, leading to more cost-effective government spending.
Public Impact
The primary beneficiaries are likely federal employees or contractors requiring specialized outerwear, potentially for specific work environments or official duties. The service delivered is the provision of 999 lined bomber jackets. The geographic impact is limited to the delivery location in Minnesota. Workforce implications are minimal, likely involving manufacturing and logistics for the jackets.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential misalignment between the product (bomber jackets) and the assigned NAICS code (Office Supplies Manufacturing).
- The economic price adjustment clause could lead to increased costs beyond the initial award amount.
- The extremely low estimated per-unit cost raises concerns about product quality or contract completeness.
- Short contract duration (5 days) might indicate rushed procurement or an incomplete picture of the overall requirement.
Positive Signals
- Awarded through full and open competition, suggesting a robust market.
- The contract is for a specific, tangible product (bomber jackets).
- The General Services Administration (GSA) is a reputable agency for managing federal procurement.
Sector Analysis
This contract falls under the broader category of government procurement for apparel and potentially office supplies, though the latter seems miscategorized. The apparel market for government agencies is diverse, encompassing uniforms, protective gear, and general outerwear. The General Services Administration (GSA) often facilitates these procurements through various contract vehicles. Benchmarking spending in this area would require comparing it to other GSA schedule awards or similar agency procurements for outerwear.
Small Business Impact
The data indicates that small business participation was not a specific set-aside (ss: false) nor was there a subcontracting plan requirement (sb: false). This suggests that the prime contractor, UNITED OFFICE SOLUTIONS INC, is not obligated to prioritize small businesses for subcontracting opportunities on this particular award. The impact on the small business ecosystem is therefore neutral to potentially negative, as opportunities that might have been directed towards small businesses were not mandated.
Oversight & Accountability
Oversight for this contract would primarily fall under the General Services Administration (GSA), specifically the Federal Acquisition Service. As a delivery order, it is likely governed by the terms of a parent IDIQ contract. Accountability measures would include adherence to the contract terms, delivery schedules, and product specifications. Transparency is facilitated through public contract databases, though detailed performance reviews are not always readily available. Inspector General jurisdiction would apply if any fraud, waste, or abuse is suspected.
Related Government Programs
- GSA Schedule Contracts
- Federal Apparel Procurement
- Office Supplies Procurement
- Uniforms and Protective Gear Contracts
Risk Flags
- NAICS Code Misalignment
- Potentially Underpriced Item
- Economic Price Adjustment Clause
- Very Short Contract Duration
Tags
apparel, outerwear, bomber-jacket, general-services-administration, gsa, federal-acquisition-service, delivery-order, full-and-open-competition, fixed-price-economic-price-adjustment, minnesota, office-supplies-manufacturing-naics-code-misalignment
Frequently Asked Questions
What is this federal contract paying for?
General Services Administration awarded $3,288.45 to UNITED OFFICE SOLUTIONS INC. JLJ6NV RG XXL BULWARK FR LINED BOMBER JACKET
Who is the contractor on this award?
The obligated recipient is UNITED OFFICE SOLUTIONS INC.
Which agency awarded this contract?
Awarding agency: General Services Administration (Federal Acquisition Service).
What is the total obligated amount?
The obligated amount is $3,288.45.
What is the period of performance?
Start: 2026-04-07. End: 2026-04-12.
What is the typical cost for a lined bomber jacket procured by the federal government?
The average cost for a lined bomber jacket procured by the federal government can vary significantly based on material, features, quantity, and the specific contract vehicle used. However, the estimated per-unit cost of approximately $3.30 in this award appears exceptionally low compared to market rates and typical government procurement prices for such items. For context, similar government contracts for durable outerwear often see per-unit costs ranging from $30 to $100 or more, depending on specifications. This low figure might represent a base price, a component of a larger order, or potentially indicate a lower-quality item. Further investigation into the specific product specifications and the parent IDIQ contract (if applicable) would be needed for a precise comparison.
How does the NAICS code 'Office Supplies (except Paper) Manufacturing' align with the product 'JLJ6NV RG XXL BULWARK FR LINED BOMBER JACKET'?
There appears to be a significant misalignment between the product description and the assigned North American Industry Classification System (NAICS) code. The NAICS code 339940, 'Office Supplies (except Paper) Manufacturing,' typically covers items like pens, pencils, binders, staplers, and other stationery products. A 'JLJ6NV RG XXL BULWARK FR LINED BOMBER JACKET' is clearly an article of clothing, specifically outerwear. This discrepancy suggests a potential error in the contract data entry or classification. It could imply that the jacket is being procured as part of a larger office supply order, or that the classification system used for this specific award was incorrect. This misalignment warrants further review to ensure accurate government spending categorization and reporting.
What are the implications of the 'FIXED PRICE WITH ECONOMIC PRICE ADJUSTMENT' (FPEPA) contract type for this bomber jacket award?
A 'Fixed Price with Economic Price Adjustment' (FPEPA) contract type means the base price is fixed, but it allows for adjustments based on specified economic factors, typically related to inflation or changes in the cost of raw materials. For this bomber jacket contract, the FPEPA clause introduces a degree of uncertainty regarding the final cost to the government. While the initial award is for $3,288.45, the final amount paid could be higher if the economic indicators trigger an upward adjustment. This clause is often included to protect contractors from unforeseen cost increases, especially in longer-term contracts or those involving volatile commodity prices. However, for taxpayers, it means the total expenditure is not definitively capped at the initial award amount, requiring monitoring of the price adjustment mechanism.
What does the short contract duration of 5 days suggest about this procurement?
The extremely short contract duration of 5 days (from April 7, 2026, to April 12, 2026) for the delivery of 999 bomber jackets suggests an urgent need or a very specific, time-sensitive requirement. This could indicate a need for immediate deployment, a response to an unexpected event, or that this delivery order is fulfilling a critical gap in inventory. Alternatively, it might represent a small portion of a larger, ongoing requirement, with this specific order needing rapid fulfillment. Such short durations can sometimes lead to higher per-unit costs due to expedited processes or limited competition, although this contract was awarded under full and open competition.
What is the significance of this contract being a 'DELIVERY ORDER'?
The designation of this award as a 'DELIVERY ORDER' (aw: DELIVERY ORDER) is significant because it implies that this is not a standalone contract but rather an order placed against a pre-existing indefinite-delivery/indefinite-quantity (IDIQ) contract or a similar type of basic ordering agreement. IDIQ contracts allow agencies to procure supplies or services over a period of time up to a specified maximum amount, with individual orders placed as needed. This means the $3.3 million figure is likely just one order under a potentially much larger contract vehicle. The terms and conditions of the parent IDIQ contract would govern the overall relationship, while this delivery order specifies the quantity, price, and delivery details for this particular instance.
Industry Classification
NAICS: Manufacturing › Other Miscellaneous Manufacturing › Office Supplies (except Paper) Manufacturing
Product/Service Code: TOILETRIES
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Solicitation ID: 47QSMD20R0001
Offers Received: 999
Pricing Type: FIXED PRICE WITH ECONOMIC PRICE ADJUSTMENT (K)
Evaluated Preference: NONE
Contractor Details
Address: 1007 W BROADWAY AVE, MINNEAPOLIS, MN, 55411
Business Categories: Black American Owned Business, Category Business, Corporate Entity Not Tax Exempt, DoT Certified Disadvantaged Business Enterprise, Minority Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $3,288
Exercised Options: $3,288
Current Obligation: $3,288
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Parent Contract
Parent Award PIID: 47QSMS24D000M
IDV Type: FSS
Timeline
Start Date: 2026-04-07
Current End Date: 2026-04-12
Potential End Date: 2026-04-12 00:00:00
Last Modified: 2026-04-08
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)