NASA awards $2.3M contract for furniture management services to Price Modern LLC
Contract Overview
Contract Amount: $2,317,420 ($2.3M)
Contractor: Price Modern LLC
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2023-10-27
End Date: 2026-10-26
Contract Duration: 1,095 days
Daily Burn Rate: $2.1K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 1
Pricing Type: TIME AND MATERIALS
Sector: Other
Official Description: COMPREHENSIVE FURNITURE MANAGEMENT SERVICES (CFMS)
Place of Performance
Location: BALTIMORE, BALTIMORE CITY County, MARYLAND, 21211
State: Maryland Government Spending
Plain-Language Summary
National Aeronautics and Space Administration obligated $2.3 million to PRICE MODERN LLC for work described as: COMPREHENSIVE FURNITURE MANAGEMENT SERVICES (CFMS) Key points: 1. Contract focuses on comprehensive furniture management, including planning, delivery, installation, and maintenance. 2. The contract was awarded using full and open competition, suggesting a competitive bidding process. 3. Price Modern LLC, the awardee, is based in Maryland. 4. The contract type is Time and Materials, which can pose cost control challenges if not managed closely. 5. This award represents a small portion of NASA's overall spending on facilities and operational support. 6. The duration of the contract is three years, with potential for extensions.
Value Assessment
Rating: fair
The contract value of $2.3 million over three years for comprehensive furniture management services appears reasonable for a federal agency like NASA. However, without specific benchmarks for furniture management services or detailed cost breakdowns, a precise value-for-money assessment is difficult. The Time and Materials (T&M) pricing structure introduces inherent risk, as costs can escalate if not carefully monitored and controlled. Comparing this to similar contracts for furniture management across other federal agencies would provide a clearer picture of its competitiveness and efficiency.
Cost Per Unit: N/A
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 bids. This typically leads to a more robust selection process and potentially better pricing due to market forces. The fact that it was competed openly suggests that NASA sought the best value available in the market for these services. The number of bidders is not specified, which limits a deeper analysis of the competitive intensity.
Taxpayer Impact: Full and open competition generally benefits taxpayers by fostering a competitive environment that can drive down costs and improve service quality, ensuring federal funds are used efficiently.
Public Impact
NASA facilities and personnel will benefit from efficient and well-managed furniture services. Services include planning, delivery, installation, reconfiguration, and disposal of furniture. The contract supports NASA's operational needs across its various centers. Workforce implications are primarily related to the logistics and management of furniture assets.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Time and Materials contract type can lead to cost overruns if not managed diligently.
- Lack of specific performance metrics in the provided data makes it hard to gauge service quality.
- The geographic scope of services is not detailed, potentially leading to unforeseen logistical costs.
Positive Signals
- Awarded through full and open competition, suggesting a competitive process.
- Contract duration of three years provides stability for service provision.
- Focus on comprehensive management aims to streamline furniture lifecycle.
Sector Analysis
The furniture manufacturing and management sector is diverse, encompassing both product manufacturing and service-based operations. This contract falls under the service aspect, specifically focusing on the lifecycle management of office furniture. The North American Industry Classification System (NAICS) code 337214 (Office Furniture (except Wood) Manufacturing) is related, but the service component is key here. Federal spending on facilities management and office supplies is substantial, with contracts like this contributing to the operational efficiency of government agencies. Benchmarking would require comparison with similar facilities management contracts across agencies.
Small Business Impact
The data indicates that this contract was not set aside for small businesses (ss: false, sb: false). Therefore, there are no direct subcontracting implications for small businesses stemming from a small business set-aside. The primary impact on the small business ecosystem would be through potential subcontracting opportunities if Price Modern LLC chooses to engage small businesses for specific aspects of the service delivery, which is not detailed in the provided information.
Oversight & Accountability
Oversight for this contract would typically reside with the contracting officer and the designated contract specialist at NASA. The Time and Materials nature of the contract necessitates close monitoring of labor hours and material costs to ensure compliance with the contract terms and prevent overspending. Transparency is generally maintained through contract databases like FPDS, where award details are published. Inspector General jurisdiction would apply if any fraud, waste, or abuse related to the contract is suspected.
Related Government Programs
- Facilities Management Services
- Office Furniture Procurement
- Logistics and Supply Chain Management
- Government Property Management
Risk Flags
- Time and Materials contract type requires close monitoring to control costs.
- Lack of detailed performance metrics in summary data.
- Potential for scope creep in comprehensive service contracts.
Tags
nasa, furniture-management, price-modern-llc, time-and-materials, full-and-open-competition, facilities-support, maryland, office-furniture, service-contract
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $2.3 million to PRICE MODERN LLC. COMPREHENSIVE FURNITURE MANAGEMENT SERVICES (CFMS)
Who is the contractor on this award?
The obligated recipient is PRICE MODERN LLC.
Which agency awarded this contract?
Awarding agency: National Aeronautics and Space Administration (National Aeronautics and Space Administration).
What is the total obligated amount?
The obligated amount is $2.3 million.
What is the period of performance?
Start: 2023-10-27. End: 2026-10-26.
What is the track record of Price Modern LLC in performing similar federal contracts?
Information regarding Price Modern LLC's specific track record with federal contracts is not detailed in the provided data. A thorough assessment would require reviewing their past performance on similar government contracts, including client feedback, any past performance evaluations, and any history of contract disputes or terminations. Without this information, it is difficult to ascertain their experience level and reliability in fulfilling comprehensive furniture management services for a federal agency like NASA. Further research into federal procurement databases and past performance repositories would be necessary to provide a comprehensive answer.
How does the awarded amount compare to market rates for similar furniture management services?
The provided data does not include specific market rate benchmarks for comprehensive furniture management services, making a direct comparison difficult. The contract value of $2.3 million over three years for NASA is a significant sum, but its alignment with market rates depends heavily on the scope of services, geographic coverage, and the specific types of furniture managed. Time and Materials contracts can also obscure true market value, as costs are driven by actual labor and material expenses rather than a fixed price. To benchmark effectively, one would need to analyze similar contracts awarded to other federal agencies or large commercial entities, considering factors like square footage managed, inventory size, and service level agreements.
What are the primary risks associated with a Time and Materials contract for furniture management?
The primary risk associated with a Time and Materials (T&M) contract for furniture management is the potential for cost overruns. Unlike fixed-price contracts, T&M contracts reimburse the contractor for the actual cost of labor and materials, plus a fixed fee or profit. If the contractor's labor hours are not efficiently managed, or if material costs escalate unexpectedly, the total cost to the government can exceed initial estimates. For furniture management, this could manifest as excessive labor hours spent on tasks like delivery, installation, or reconfiguration, or unexpected increases in the cost of replacement parts or new furniture items. Robust oversight, clear task definitions, and diligent monitoring of hours and expenses are crucial to mitigate these risks.
How effective is NASA's current furniture management system, and how will this contract improve it?
The provided data does not offer insights into the current effectiveness of NASA's furniture management system or specific metrics for improvement. The contract's objective is to provide 'comprehensive furniture management services,' which implies a goal of enhancing efficiency, reducing costs associated with furniture lifecycle, and ensuring optimal utilization of assets. The success of this contract in improving the system will depend on the contractor's ability to deliver on services such as strategic planning, timely delivery and installation, effective maintenance, and efficient disposal. NASA's internal oversight and performance evaluations will be key to determining the contract's effectiveness.
What has been NASA's historical spending on furniture management services?
The provided data focuses on a single contract award and does not include historical spending patterns for NASA's furniture management services. To understand historical spending, one would need to analyze procurement data over several fiscal years, identifying all contracts related to furniture management, facilities support, and related services. This analysis would reveal trends in spending, identify key contractors, and potentially highlight periods of increased or decreased investment in these areas. Without this broader context, it's challenging to assess whether the current $2.3 million award represents an increase, decrease, or stable level of spending.
Are there any specific performance standards or KPIs outlined in the contract?
The provided data summary does not specify the performance standards or Key Performance Indicators (KPIs) associated with this contract. Comprehensive furniture management contracts typically include metrics related to on-time delivery, installation accuracy, response times for service requests, furniture asset tracking accuracy, and customer satisfaction. The absence of this information in the summary makes it difficult to evaluate the contractor's expected performance levels and how their success will be measured. NASA's contract management team would be responsible for defining and monitoring these KPIs throughout the contract's duration.
Industry Classification
NAICS: Manufacturing › Office Furniture (including Fixtures) Manufacturing › Office Furniture (except Wood) Manufacturing
Product/Service Code: INSTALLATION OF EQUIPMENT › INSTALLATION OF EQUIPMENT
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Solicitation ID: 80HQTR23FA031
Offers Received: 1
Pricing Type: TIME AND MATERIALS (Y)
Evaluated Preference: NONE
Contractor Details
Address: 2604 SISSON ST, BALTIMORE, MD, 21211
Business Categories: Category Business, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $9,237,100
Exercised Options: $5,602,260
Current Obligation: $2,317,420
Actual Outlays: $2,029,208
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Parent Contract
Parent Award PIID: GS28F0031R
IDV Type: FSS
Timeline
Start Date: 2023-10-27
Current End Date: 2026-10-26
Potential End Date: 2028-10-26 00:00:00
Last Modified: 2026-02-19
More Contracts from Price Modern LLC
- This Award Procures Furniture to Support Enforcement and Removal Operations Officers Hired Under the Reconciliation Bill in Support of the Administration's Immigration Enforcement Priorities — $14.3M (Department of Homeland Security)
- Description: APM-340 ACE Furniture and Related Services for Somera Road 1100 Main Street LLC, — $4.3M (Department of Transportation)
- This Award Procures Furniture, Design, Installation, and Associated Services to Create Workstations for Enforcement and Removal Operations — $228.7K (Department of Homeland Security)
- Purchase of Haworth Systems Furniture and Provide Workplace/Furniture Adjustments to NRC Staff Workspace — $115.0K (Nuclear Regulatory Commission)
Other National Aeronautics and Space Administration Contracts
- International Space Station — $22.4B (THE Boeing Company)
- TAS::80 0124::TAS Design, Development, Test&evaluation of Project Orion — $15.5B (Lockheed Martin Corp)
- Provide Developmental Hardware and Test Articles, and Manufacture and Assemble Ares I Upper Stages. the Upper Stage (US) Element IS an Integral Part of the Ares I Launch Vehicle and Provides the Second Stage of Flight. the US Element IS Responsible for the Roll Control During the First Stage Burn and Separation; and Will Provide the Guidance and Navigation, Command and Data Handling, and Other Avionics Functions for the Ares I During ALL Phases of the Ascent Flight. the US Element IS a NEW Design That Emphasizes Safety, Operability, and Minimum Life Cycle Cost. the Overall Design, Development, Test and Evaluation (ddt&e), Production, and Sustaining Engineering Efforts Include Activities Performed by Three Organizations; the Nasa Design Team (NDT), the Upper Stage Production Contractor (uspc) and the Instrument Unit Production Contractor (iupc). for Clarity, the Uspc Will BE Referred to AS the Contractor Throughout This Document. Nasa IS Responsible for the Integration of the Primary Elements of the Ares I Launch Vehicle Including: the First Stage, US Including Instrument Unit (IU), and US Engine; and Will Also Integrate the Ares I Launch Vehicle AT the Launch Site. Nasa IS Responsible for the Ddt&e, Including Technical and Programmatic Integration of the US Subsystems and Government-Furnished Property. Nasa Will Lead the Effort to Develop the Requirements and Specifications of the US Element, the Development Plan and Testing Requirements, and ALL Design Documentation, Initial Manufacturing and Assembly Process Planning, Logistics Planning, and Operations Support Planning. Development, Qualification, and Acceptance Testing Will BE Conducted by Nasa and the Contractor to Satisfy Requirements and for Risk Mitigation. Nasa IS Responsible for the Overall Upper Stage Verification and Validation Process and Will Require Support From the Contractor. the Contractor IS Responsible for the Manufacture and Assembly of the Upper Stage Test Flight and Operational Upper Stage Units Including the Installation of Upper Stage Instrument Unit, the Government-Furnished US Engine, Booster Separation Motors, and Other Government-Furnished Property. a Description of the Nasa Managed and Performed Efforts IS Contained in the US Work Packages and Will BE Made Available to the Contractor to Ensure Their Understanding of the Roles and Responsibilities of the NDT, Iupc, and Contractor During the Design, Development, and Operation of the US Element. the US Conceptual Design Described in the Uso-Clv-Se-25704 US Design Definition Document (DDD) IS the Baseline Design for This Contract. the Contractors Early Role Will BE to Provide Producibility Engineering Support to Nasa VIA the Established US Office Structure and to Provide Inputs Into the Final Design Configuration, Specifications, and Standards. Nasa Will Transition the Manufacturing and Assembly, Logistics Support Infrastructure, Configuration Management, and the Sustaining Engineering Functions to the Contractor AT the KEY Points During the Development and Implementation of the Program Currently Planned to Occur NO Later Than 90 Days After the Completion of the Following Major Milestones: Manufacturing and Assembly US Preliminary Design Review (PDR) Logistics Support Infrastructure US PDR Configuration Management US Critical Design Review CDR) Sustaining Engineering US Design Certification Review (DCR) After the Completion of an Orderly Transition of Roles and Responsibilities to the Contractor, Nasa Will Assume an Insight Role Into the Contractors Production, Sustaining Engineering, and Operations Support of the Ares I US Test Program and Flight Hardware. After DCR, the Contractor Will BE Responsible for Sustaining Engineering PER SOW Section 4.7, AS Necessary to Maintain and Support the US Configuration and for Production and Operations Support — $10.5B (THE Boeing Company)
- Space Program Operations Contract (spoc) — $8.5B (United Space Alliance, LLC)
- Joint Us/Russian Human Space Flight Activities — $4.7B (Russia Space Agency)
View all National Aeronautics and Space Administration contracts →