GSA awards $12,634 for specialized sound-controlling blankets under SAP, with a 30-day delivery period
Contract Overview
Contract Amount: $12,634 ($12.6K)
Contractor: THE Claremont Sales Corp
Awarding Agency: General Services Administration
Start Date: 2026-04-02
End Date: 2026-05-02
Contract Duration: 30 days
Daily Burn Rate: $421/day
Competition Type: COMPETED UNDER SAP
Number of Offers Received: 2
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: SOUND CONTROLLING BLANKET, IAW NAVSEA SPEC PPD-802-6335737, TYPE 1 24" WD, 48" LG, .5" TH SPECIAL MARKING REQUIREDWITH LOT OR BATCH NUMBERMATERIAL, AND MANUFACTURE DATE. MSDS REQUIRED
Place of Performance
Location: DURHAM, MIDDLESEX County, CONNECTICUT, 06422
Plain-Language Summary
General Services Administration obligated $12,634 to THE CLAREMONT SALES CORP for work described as: SOUND CONTROLLING BLANKET, IAW NAVSEA SPEC PPD-802-6335737, TYPE 1 24" WD, 48" LG, .5" TH SPECIAL MARKING REQUIREDWITH LOT OR BATCH NUMBERMATERIAL, AND MANUFACTURE DATE. MSDS REQUIRED Key points: 1. Specialized sound-controlling blankets are procured for specific Navy requirements. 2. The contract was competed under Simplified Acquisition Procedures (SAP). 3. Claremont Sales Corp is the sole awardee for this purchase order. 4. The material specifications are detailed, including size, thickness, and marking requirements.
Value Assessment
Rating: good
The price of $12,634 for 2 units appears reasonable given the specialized nature and specific requirements of the sound-controlling blankets, including MSDS and special markings.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
The contract was competed under Simplified Acquisition Procedures (SAP), suggesting a limited competition environment. While competed, the specific nature of the product may limit the number of capable vendors.
Taxpayer Impact: The total value is relatively small, minimizing significant taxpayer impact. The use of SAP aims for efficiency in smaller procurements.
Public Impact
Ensures critical Navy operational needs for sound control are met. Supports specialized manufacturing and material supply chains. Procurement process aims for efficiency for smaller dollar value items.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Limited competition due to specialized product.
- Short delivery window may pose logistical challenges.
Positive Signals
- Procurement under SAP indicates efficiency.
- Clear product specifications reduce ambiguity.
Sector Analysis
This procurement falls within the 'Roofing, Siding, and Insulation Material Merchant Wholesalers' sector. Spending in this sector for specialized materials can vary widely based on construction and defense needs.
Small Business Impact
The data does not indicate if small businesses were involved in this procurement. Further analysis would be needed to determine small business participation.
Oversight & Accountability
The use of a Purchase Order through the General Services Administration (GSA) suggests adherence to established procurement regulations. Oversight would focus on compliance with specifications and delivery timelines.
Related Government Programs
- Roofing, Siding, and Insulation Material Merchant Wholesalers
- General Services Administration Contracting
- Federal Acquisition Service Programs
Risk Flags
- Limited competition
- Short delivery period
- Reliance on specific NAVSEA specification
- Potential for sole-source if only one vendor meets specs
Tags
roofing-siding-and-insulation-material-m, general-services-administration, ct, purchase-order, under-100k
Frequently Asked Questions
What is this federal contract paying for?
General Services Administration awarded $12,634 to THE CLAREMONT SALES CORP. SOUND CONTROLLING BLANKET, IAW NAVSEA SPEC PPD-802-6335737, TYPE 1 24" WD, 48" LG, .5" TH SPECIAL MARKING REQUIREDWITH LOT OR BATCH NUMBERMATERIAL, AND MANUFACTURE DATE. MSDS REQUIRED
Who is the contractor on this award?
The obligated recipient is THE CLAREMONT SALES CORP.
Which agency awarded this contract?
Awarding agency: General Services Administration (Federal Acquisition Service).
What is the total obligated amount?
The obligated amount is $12,634.
What is the period of performance?
Start: 2026-04-02. End: 2026-05-02.
What is the benchmark cost for similar specialized sound-controlling blankets in the defense sector?
Benchmarking specialized materials like these sound-controlling blankets is challenging without more detailed specifications and market data. However, given the specific NAVSEA requirements, Type 1 designation, and material properties, costs can be significantly higher than standard insulation materials. A thorough market research report would be needed to establish a precise benchmark, but costs could range from several hundred to over a thousand dollars per unit depending on exact performance characteristics and certifications.
What are the primary risks associated with this limited competition procurement?
The primary risks include potential overpricing due to limited vendor pool, and supply chain disruptions if the sole awardee faces production or delivery issues. There's also a risk that the specific requirements might not be perfectly met if alternative solutions were not fully explored during the limited competition phase.
How effectively does this procurement meet the Navy's sound control requirements?
The effectiveness hinges on the precise adherence to the NAVSEA specification PPD-802-6335737 and the material's performance in its intended application. Assuming the awarded vendor can meet all stringent material, marking, and MSDS requirements, and the blanket performs as specified, the procurement should be effective in meeting the sound control needs.
Industry Classification
NAICS: Wholesale Trade › Lumber and Other Construction Materials Merchant Wholesalers › Roofing, Siding, and Insulation Material Merchant Wholesalers
Product/Service Code: CONSTRUCTION AND BUILDING MATERIAL
Competition & Pricing
Extent Competed: COMPETED UNDER SAP
Solicitation Procedures: SIMPLIFIED ACQUISITION
Offers Received: 2
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 35 WINSOME RD, DURHAM, CT, 06422
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Manufacturer of Goods, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $12,634
Exercised Options: $12,634
Current Obligation: $12,634
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Timeline
Start Date: 2026-04-02
Current End Date: 2026-05-02
Potential End Date: 2026-05-02 00:00:00
Last Modified: 2026-04-03
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)