GSA awards $3.2M for security cabinets, with 7 bidders competing for a firm-fixed-price contract

Contract Overview

Contract Amount: $3,213 ($3.2K)

Contractor: Lockmasters Inc

Awarding Agency: General Services Administration

Start Date: 2026-04-09

End Date: 2026-04-24

Contract Duration: 15 days

Daily Burn Rate: $214/day

Competition Type: COMPETED UNDER SAP

Number of Offers Received: 7

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: LOCK, COMBINATION, BASIC SELF-CONTAINED, DESIGNED AND USED FOR SECURITY CABINETS

Place of Performance

Location: NICHOLASVILLE, JESSAMINE County, KENTUCKY, 40356

State: Kentucky Government Spending

Plain-Language Summary

General Services Administration obligated $3,213 to LOCKMASTERS INC for work described as: LOCK, COMBINATION, BASIC SELF-CONTAINED, DESIGNED AND USED FOR SECURITY CABINETS Key points: 1. The contract value of $3.2 million appears reasonable given the scope of security cabinet provision. 2. A competitive bidding process with 7 participants suggests a healthy market for this type of hardware. 3. The firm-fixed-price structure mitigates cost overrun risks for the government. 4. This award falls within the typical range for federal hardware procurement, indicating standard market pricing. 5. The General Services Administration (GSA) is a key player in federal procurement, ensuring broad market access. 6. The contract duration of 15 days is short, suggesting a need for immediate or rapid deployment of security cabinets.

Value Assessment

Rating: good

The contract value of $3.2 million for security cabinets seems aligned with market expectations for federal hardware. While specific per-unit cost data is not provided, the competitive nature of the award (7 bidders) suggests that pricing was likely scrutinized and found to be fair. Benchmarking against similar GSA schedules or other agency procurements for similar security cabinets would provide further validation, but the initial indicators point to a good value proposition.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This contract was competed under the Simplified Acquisition Procedures (SAP), indicating a full and open competition for a contract valued at $3.2 million. The presence of 7 bidders suggests a robust level of interest and participation from the market. This level of competition is generally favorable for price discovery and ensures that the government receives competitive offers, leading to better value.

Taxpayer Impact: The strong competition ensures that taxpayer dollars are used efficiently by driving down prices through market forces. A wider pool of bidders means more opportunities for small businesses to participate and potentially win contracts.

Public Impact

Federal agencies requiring secure storage solutions for sensitive materials will benefit from the provision of these security cabinets. The contract delivers essential hardware for maintaining physical security and data protection across government facilities. The geographic impact is likely nationwide, as GSA procurements typically serve various federal installations. The contract supports the hardware manufacturing sector, contributing to jobs and economic activity within that industry.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

The hardware manufacturing sector, specifically NAICS code 332510 (Hardware Manufacturing), encompasses the production of various metal products. This contract for security cabinets fits within this sector, addressing a specific need for secure storage solutions within government operations. Federal spending on hardware, including security-related items, is a consistent component of agency budgets, driven by requirements for physical security and asset protection. Comparable spending benchmarks would typically be found within GSA's Federal Procurement Data System (FPDS) for similar hardware categories.

Small Business Impact

The provided data does not indicate if this contract included a small business set-aside. However, the presence of 7 bidders in a full and open competition suggests that small businesses had the opportunity to compete. Further analysis of the awardee and any potential subcontracting plans would be necessary to fully assess the impact on the small business ecosystem.

Oversight & Accountability

The General Services Administration (GSA) generally employs robust oversight mechanisms for its procurements, including adherence to Federal Acquisition Regulation (FAR) and other procurement integrity standards. The Federal Acquisition Service (FAS) within GSA is responsible for managing many of these contracts. Transparency is typically maintained through public contract databases like FPDS. Inspector General oversight would apply if any issues of fraud, waste, or abuse arise.

Related Government Programs

Risk Flags

Tags

gsa, general-services-administration, hardware-manufacturing, security-cabinets, competed, firm-fixed-price, simplified-acquisition-procedures, bpa-call, national, usg

Frequently Asked Questions

What is this federal contract paying for?

General Services Administration awarded $3,213 to LOCKMASTERS INC. LOCK, COMBINATION, BASIC SELF-CONTAINED, DESIGNED AND USED FOR SECURITY CABINETS

Who is the contractor on this award?

The obligated recipient is LOCKMASTERS INC.

Which agency awarded this contract?

Awarding agency: General Services Administration (Federal Acquisition Service).

What is the total obligated amount?

The obligated amount is $3,213.

What is the period of performance?

Start: 2026-04-09. End: 2026-04-24.

What is the specific type and model of security cabinets being procured, and what are their key security features?

The provided data indicates the cabinets are 'BASIC SELF-CONTAINED, DESIGNED AND USED FOR SECURITY CABINETS' with a description code 'LOCK, COMBINATION'. However, specific model numbers, dimensions, material specifications (e.g., gauge of steel), locking mechanisms beyond 'combination', fire ratings, or burglary ratings are not detailed. Understanding these specifics is crucial for assessing if the cabinets meet the precise security requirements of the end-user agencies and for accurate benchmarking against other security cabinet offerings in the market. Without this granular detail, it's challenging to determine if the $3.2 million award represents optimal value for the exact security capabilities required.

How does the per-unit cost of these security cabinets compare to similar items purchased by other federal agencies or in the commercial market?

The data does not provide a per-unit cost, only the total award amount of $3.2 million for an unspecified quantity of cabinets. To perform a meaningful comparison, the number of units procured would be essential. Assuming a hypothetical quantity, one could divide $3.2 million by that quantity to derive an average per-unit cost. This figure could then be benchmarked against publicly available GSA Schedule pricing for similar security cabinets, prices listed on commercial vendor websites (e.g., office supply or security equipment retailers), or historical contract awards for comparable items. Without the quantity, a direct per-unit cost comparison is not feasible, limiting the assessment of value-for-money.

What is the track record of LOCKMASTERS INC. in fulfilling federal contracts, particularly for security hardware?

LOCKMASTERS INC. is the awardee of this $3.2 million contract. A review of their past performance in the Federal Procurement Data System (FPDS) or other contract databases would reveal their history with federal agencies. Key aspects to examine include the number of previous federal contracts awarded, their total value, the types of goods or services provided (specifically security hardware), on-time delivery rates, and any reported instances of contract disputes, terminations, or performance issues. A strong track record suggests reliability and competence, while a history of problems might indicate potential risks for this current contract, despite the competitive award.

What is the anticipated deployment timeline and geographic distribution of these security cabinets across federal agencies?

The contract has a short performance period, with an effective date of April 9, 2026, and an expiration date of April 24, 2026, indicating a 15-day duration. This suggests a need for rapid deployment. The 'BPA CALL' award type implies this is a call against an existing Blanket Purchase Agreement, often used for recurring needs or when specific agencies require items quickly. The geographic distribution is likely broad, as GSA procurements typically serve multiple federal installations nationwide, although the specific agencies or locations are not detailed in the provided summary data.

Are there any specific security certifications or standards (e.g., UL ratings, GSA approval) that these cabinets must meet, and were they verified during the procurement process?

The data mentions 'DESIGNED AND USED FOR SECURITY CABINETS' and a 'LOCK, COMBINATION', but does not explicitly state if specific security certifications or standards were required or verified. Federal security equipment often needs to meet stringent requirements, such as Underwriters Laboratories (UL) ratings for fire resistance or burglary protection, or specific GSA-mandated specifications for certain types of storage. The absence of this information in the summary makes it difficult to assess whether the procured cabinets meet the highest security benchmarks. Verification of such certifications would typically be part of the technical evaluation during the procurement process.

How does this $3.2 million award compare to historical federal spending on security cabinets over the past five fiscal years?

To assess this, one would need to query federal spending databases (like FPDS) for contracts categorized under relevant NAICS codes (e.g., 332510 for Hardware Manufacturing, or potentially others related to security equipment) and PSC codes related to cabinets and storage. Analyzing the total dollar volume awarded annually for security cabinets over the last five fiscal years would provide context. A $3.2 million award could represent a significant portion of annual spending if the market is typically fragmented, or it could be a standard-sized award if larger contracts are common. This historical perspective helps determine if current spending levels are consistent or represent an anomaly.

Industry Classification

NAICS: ManufacturingHardware ManufacturingHardware Manufacturing

Product/Service Code: HARDWARE AND ABRASIVES

Competition & Pricing

Extent Competed: COMPETED UNDER SAP

Solicitation Procedures: SIMPLIFIED ACQUISITION

Solicitation ID: 47QSSC25Q2701

Offers Received: 7

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 2101 JOHN C WATTS DR, NICHOLASVILLE, KY, 40356

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Manufacturer of Goods, Not Designated a Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $3,213

Exercised Options: $3,213

Current Obligation: $3,213

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Parent Contract

Parent Award PIID: 47QSSC25T000U

IDV Type: BPA

Timeline

Start Date: 2026-04-09

Current End Date: 2026-04-24

Potential End Date: 2026-04-24 00:00:00

Last Modified: 2026-04-12

More Contracts from Lockmasters Inc

View all Lockmasters Inc federal contracts →

Other General Services Administration Contracts

View all General Services Administration contracts →

Explore Related Government Spending