Interior Department awards $284K for utility vehicles to Federal Contracts LLC, with delivery by August 2026
Contract Overview
Contract Amount: $28,432 ($28.4K)
Contractor: Federal Contracts LLC
Awarding Agency: Department of the Interior
Start Date: 2026-04-06
End Date: 2026-08-07
Contract Duration: 123 days
Daily Burn Rate: $231/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: ID-DEER FLAT NWR-UTV
Place of Performance
Location: NAMPA, CANYON County, IDAHO, 83686
State: Idaho Government Spending
Plain-Language Summary
Department of the Interior obligated $28,432 to FEDERAL CONTRACTS LLC for work described as: ID-DEER FLAT NWR-UTV Key points: 1. Value for money appears reasonable given the fixed-price nature of the contract and the specialized equipment likely required. 2. Competition dynamics indicate a full and open process, suggesting a competitive bidding environment. 3. Risk indicators are low, with a firm fixed-price contract and a defined delivery period. 4. Performance context is a single delivery order for light trucks and utility vehicles. 5. Sector positioning is within the manufacturing of light trucks and utility vehicles, supporting agency operational needs.
Value Assessment
Rating: good
The contract value of $284,320 for 123 days of service (delivery order duration) for light trucks and utility vehicles appears to be within a reasonable range for specialized government procurement. Without specific details on the vehicle specifications, a direct per-unit cost comparison is difficult. However, the firm fixed-price structure suggests that the contractor bears the risk of cost overruns, which is generally favorable for the government. Benchmarking against similar federal procurements for utility vehicles would provide a more precise assessment of value.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded under full and open competition, indicating that all responsible sources were permitted to submit a bid. The number of bidders is not specified in the provided data, but the 'full and open' designation suggests a robust competitive process. This level of competition is generally expected to drive down prices and ensure the government receives the best value.
Taxpayer Impact: A full and open competition process is beneficial for taxpayers as it maximizes the potential for competitive pricing and encourages a wider range of suppliers to participate, potentially leading to cost savings.
Public Impact
The U.S. Fish and Wildlife Service benefits from this contract through the acquisition of essential utility vehicles. These vehicles will likely be used for operational support, wildlife management, and land patrol activities in various field locations. The geographic impact is centered in Idaho, where the delivery order is specified to be fulfilled. Workforce implications are minimal, primarily related to the manufacturing and delivery of the vehicles.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for delivery delays if manufacturing or supply chain issues arise.
- Ensuring the vehicles meet all specified technical requirements and performance standards.
Positive Signals
- Firm fixed-price contract limits cost escalation risks for the government.
- Clear delivery timeline provides predictability for operational planning.
- Awarded under full and open competition, suggesting a competitive market price was likely achieved.
Sector Analysis
The North American Industry Classification System (NAICS) code 336112, 'Light Truck and Utility Vehicle Manufacturing,' falls within the broader automotive manufacturing sector. This sector is characterized by significant capital investment, complex supply chains, and stringent quality control. Federal spending in this area typically supports agency operations, law enforcement, and logistical needs. Comparable spending benchmarks would involve analyzing other federal contracts for similar vehicle types procured by agencies like the Bureau of Land Management or the National Park Service.
Small Business Impact
The data indicates that this contract was not set aside for small businesses (ss: false, sb: false). Federal Contracts LLC is listed as the contractor. While this specific award does not directly benefit small businesses through a set-aside, the overall federal procurement ecosystem often includes subcontracting opportunities. The extent to which Federal Contracts LLC utilizes small business subcontractors is not detailed here but is a factor in assessing the broader impact on the small business ecosystem.
Oversight & Accountability
Oversight for this contract would primarily fall under the U.S. Fish and Wildlife Service's contracting officers and program managers. The firm fixed-price nature of the contract shifts some risk to the contractor, but performance monitoring and acceptance of deliverables remain key oversight functions. Transparency is facilitated by the public availability of contract data. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected.
Related Government Programs
- Federal Fleet Management
- Vehicle Procurement
- Department of the Interior Operations
- Wildlife Management Equipment
Risk Flags
- Potential for delivery delays
- Ensuring adherence to technical specifications
Tags
department-of-the-interior, u-s-fish-and-wildlife-service, light-truck-and-utility-vehicle-manufacturing, full-and-open-competition, firm-fixed-price, delivery-order, idaho, federal-contracts-llc, operational-support, vehicle-procurement
Frequently Asked Questions
What is this federal contract paying for?
Department of the Interior awarded $28,432 to FEDERAL CONTRACTS LLC. ID-DEER FLAT NWR-UTV
Who is the contractor on this award?
The obligated recipient is FEDERAL CONTRACTS LLC.
Which agency awarded this contract?
Awarding agency: Department of the Interior (U.S. Fish and Wildlife Service).
What is the total obligated amount?
The obligated amount is $28,432.
What is the period of performance?
Start: 2026-04-06. End: 2026-08-07.
What is the track record of Federal Contracts LLC in fulfilling government contracts, particularly for vehicle procurement?
A comprehensive review of Federal Contracts LLC's track record would involve examining their past performance on similar government contracts. This includes analyzing contract completion rates, adherence to delivery schedules, quality of goods or services provided, and any past performance issues or disputes. Data from sources like the Federal Procurement Data System (FPDS) or the Contractor Performance Assessment Reporting System (CPARS) would be crucial for this assessment. Understanding their experience with light truck and utility vehicle manufacturing and delivery, specifically for agencies like the Department of the Interior, would provide valuable insight into their capability to successfully execute this current award.
How does the awarded price compare to market rates for similar light trucks and utility vehicles?
To compare the awarded price of $284,320 to market rates, one would need to identify the specific makes, models, and configurations of the light trucks and utility vehicles being procured. Subsequently, market research would involve obtaining quotes from commercial vendors for comparable vehicles, considering factors like base price, optional equipment, and any fleet discounts typically offered. Benchmarking against recent federal contracts for similar vehicles, adjusted for inflation and specific requirements, would also be informative. Without these specific details, a precise comparison is challenging, but the firm fixed-price nature suggests the government has locked in a price, and the full and open competition aims to ensure it's competitive.
What are the primary risks associated with this contract, and how are they being mitigated?
The primary risks associated with this contract include potential delivery delays due to manufacturing or supply chain disruptions, and the risk that the delivered vehicles may not fully meet the specified technical requirements or performance standards. Mitigation strategies are inherent in the contract structure and oversight. The firm fixed-price (FFP) contract shifts the financial risk of cost overruns to the contractor, Federal Contracts LLC. The defined delivery period (ending August 7, 2026) provides a clear timeline. Mitigation for quality risks involves the government's inspection and acceptance process upon delivery, ensuring vehicles conform to the contract's specifications. The U.S. Fish and Wildlife Service's contracting officer will monitor performance.
How effective is the U.S. Fish and Wildlife Service in leveraging competitive bidding for vehicle procurements of this nature?
The effectiveness of the U.S. Fish and Wildlife Service (FWS) in leveraging competitive bidding for vehicle procurements can be assessed by analyzing the frequency of 'full and open competition' awards versus other methods like sole-source or limited competition. This specific contract was awarded under 'full and open competition,' which is the preferred method for maximizing competition and achieving best value. Analyzing a broader sample of FWS vehicle procurements would reveal trends. Factors to consider include the number of bids received on average, the price differences between the winning bid and subsequent bids, and whether these competitive processes consistently result in cost savings or superior product offerings for the agency's operational needs.
What is the historical spending pattern for light trucks and utility vehicles by the Department of the Interior?
To determine the historical spending pattern for light trucks and utility vehicles by the Department of the Interior (DOI), one would need to analyze federal procurement data over several fiscal years. This analysis would involve querying databases like FPDS using relevant NAICS codes (e.g., 336112) and product service codes (PSCs) related to vehicles, filtering by the Department of the Interior and its various bureaus (including the U.S. Fish and Wildlife Service). Key metrics to examine would include the total annual spending on such vehicles, the number of contracts awarded, the average contract value, and the predominant contract types and competition levels used. This would reveal trends in procurement volume, budget allocation, and sourcing strategies over time.
Industry Classification
NAICS: Manufacturing › Motor Vehicle Manufacturing › Light Truck and Utility Vehicle Manufacturing
Product/Service Code: MOTOR VEHICLES, CYCLES, TRAILERS
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 12918 N NEBRASKA AVE, TAMPA, FL, 33612
Business Categories: Category Business, Corporate Entity Not Tax Exempt, HUBZone Firm, Service Disabled Veteran Owned Business, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business, Veteran Owned Business
Financial Breakdown
Contract Ceiling: $28,432
Exercised Options: $28,432
Current Obligation: $28,432
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Parent Contract
Parent Award PIID: GS03F113DA
IDV Type: FSS
Timeline
Start Date: 2026-04-06
Current End Date: 2026-08-07
Potential End Date: 2026-08-07 00:00:00
Last Modified: 2026-04-07
More Contracts from Federal Contracts LLC
- BPA Call Order 12K Telehandler Call 0001 — $12.7M (General Services Administration)
- Bulldozer - Cheyenne — $470.1K (Department of Energy)
- Grove GCD20 or Equal Four-Wheel Drive Carry Deck Crane for RC — $378.7K (Department of Energy)
- Crown Work Assist Vehicles, Training, and Maintenance and Repair Services — $142.9K (National Archives and Records Administration)
- Ak-Kenai Nwr-Fire-Fuel Transport Trailer — $58.2K (Department of the Interior)
Other Department of the Interior Contracts
- Department of Health and Human Services, Administration of Children and Families, Office of Refugee Resettlement's Legal Services for Unaccompanied Children — $832.4M (Acacia Center for Justice)
- Military Family Life Counseling Program Igf::ot::igf — $638.8M (MHN Government Services LLC)
- Military Family Life Counseling Program — $637.0M (Magellan Healthcare Inc)
- Grants Program Solutions and Information Technology Support Services — $446.3M (Guidehouse Digital LLC)
- THE Purpose of This Requirement for Grants Program Solutions and IT Support Services IS to Provide Efficient and Effective Grant, Financial, and Contract Management Services, IT Solutions, and Support to the Grantsolutions and ITS Partners — $403.1M (Guidehouse Inc.)