DOI awards $87K for vehicle upfitting and decommissioning, with 2 bidders competing
Contract Overview
Contract Amount: $87,416 ($87.4K)
Contractor: Guardian Fleet Safety LLC
Awarding Agency: Department of the Interior
Start Date: 2026-04-09
End Date: 2026-12-01
Contract Duration: 236 days
Daily Burn Rate: $370/day
Competition Type: COMPETED UNDER SAP
Number of Offers Received: 2
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: MN DIVISION OF REFUGE LE VEHICLE UPFITTING AND VEHICLE DECOMMISSION
Place of Performance
Location: CLEAR LAKE, SHERBURNE County, MINNESOTA, 55319
Plain-Language Summary
Department of the Interior obligated $87,416.32 to GUARDIAN FLEET SAFETY LLC for work described as: MN DIVISION OF REFUGE LE VEHICLE UPFITTING AND VEHICLE DECOMMISSION Key points: 1. Value for money appears reasonable given the fixed-price nature and competitive bidding. 2. Competition dynamics indicate a healthy market for these specialized fleet services. 3. Risk indicators are low due to the short performance period and clear scope. 4. Performance context suggests a routine service requirement for the agency's fleet. 5. Sector positioning places this within the broader government fleet management and maintenance industry.
Value Assessment
Rating: good
The contract value of $87,416.32 for vehicle upfitting and decommissioning is modest. Benchmarking against similar contracts is challenging without more specific details on the scope of work (e.g., number of vehicles, complexity of upfitting). However, the fixed-price nature of the award suggests that the government has a clear understanding of costs and that the contractor assumes the risk of cost overruns. The presence of competition further supports the likelihood of a fair price.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was competed under Simplified Acquisition Procedures (SAP), indicating a procurement valued below the threshold for full and open competition. Two bids were received, suggesting a reasonable level of competition for this type of specialized service. While not a large-scale competitive bid, SAP allows for efficient procurement while still encouraging multiple offers.
Taxpayer Impact: The competition, even under SAP, helps ensure that taxpayer funds are used efficiently by driving down prices through multiple offers.
Public Impact
The U.S. Fish and Wildlife Service benefits from properly equipped and maintained vehicles. Services include upfitting vehicles for specific operational needs and decommissioning old ones. Geographic impact is primarily within Minnesota, where the contractor is located. Workforce implications are minimal, likely involving specialized technicians for the upfitting and decommissioning tasks.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for scope creep if upfitting requirements are not precisely defined.
- Dependence on contractor's specialized skills and availability.
Positive Signals
- Fixed-price contract limits financial risk for the government.
- Competitive bidding process likely secured a fair market price.
- Short performance period reduces long-term commitment risk.
Sector Analysis
This contract falls within the government's fleet management and maintenance sector, which includes services for vehicle acquisition, upfitting, maintenance, and disposal. The market for these services is diverse, ranging from large fleet management companies to specialized upfitters. Government spending in this area is substantial, driven by the operational needs of various agencies across the country. This specific award is a small component of that larger spending.
Small Business Impact
There is no indication that this contract was specifically set aside for small businesses, nor is there information on subcontracting plans. Given the value and nature of the work, it's possible that small businesses could participate, either as prime contractors or subcontractors, depending on their capabilities and the specific requirements.
Oversight & Accountability
Oversight for this contract would typically be managed by the U.S. Fish and Wildlife Service contracting officer and program managers. The fixed-price nature of the purchase order provides a degree of accountability by limiting the government's financial exposure. Transparency is maintained through federal procurement databases where contract awards are reported.
Related Government Programs
- Federal Fleet Management Services
- Vehicle Maintenance and Repair
- Government Vehicle Acquisition
- Specialty Vehicle Upfitting
Risk Flags
- Potential for undefined scope in upfitting requirements.
- Contractor performance risk on specialized tasks.
Tags
vehicle-upfitting, vehicle-decommissioning, fleet-management, department-of-the-interior, u-s-fish-and-wildlife-service, minnesota, competed-under-sap, purchase-order, firm-fixed-price, maintenance-and-repair, precision-equipment-repair-and-maintenance
Frequently Asked Questions
What is this federal contract paying for?
Department of the Interior awarded $87,416.32 to GUARDIAN FLEET SAFETY LLC. MN DIVISION OF REFUGE LE VEHICLE UPFITTING AND VEHICLE DECOMMISSION
Who is the contractor on this award?
The obligated recipient is GUARDIAN FLEET SAFETY 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 $87,416.32.
What is the period of performance?
Start: 2026-04-09. End: 2026-12-01.
What is the typical cost range for similar vehicle upfitting and decommissioning services for government agencies?
Determining a precise cost range for similar services is complex without detailed specifications of the upfitting required (e.g., specialized equipment installation, communication systems, interior modifications) and the number/type of vehicles for decommissioning. However, for standard vehicle upfitting, costs can range from a few thousand dollars for basic additions to tens of thousands for highly specialized modifications. Decommissioning costs are generally lower, often involving disposal fees or minor repairs before sale. Given the $87,416 award for what appears to be a batch of vehicles, the per-vehicle cost would need to be calculated based on the quantity to assess its competitiveness against market rates for similar government contracts.
What is the track record of Guardian Fleet Safety LLC in performing government contracts?
Information on Guardian Fleet Safety LLC's specific track record with government contracts would require a deeper dive into federal procurement databases like SAM.gov or FPDS. As this is a purchase order awarded under Simplified Acquisition Procedures (SAP), it suggests a contract valued below $250,000. While SAP awards are less scrutinized than larger competitive bids, a history of successful past performance, even on smaller contracts, would be a positive indicator. The agency likely considered the contractor's qualifications and past performance, even if informally, before making the award. Further investigation into their contract history, including any past performance reviews or disputes, would provide a more complete picture.
How does the competition level (2 bidders) compare to other similar federal procurements?
Receiving two bids for a contract competed under Simplified Acquisition Procedures (SAP) is not uncommon, especially for specialized services or when the procurement is below the threshold that typically attracts a larger number of bidders. For procurements valued between the micro-purchase threshold and the SAP threshold (currently $250,000), receiving two or three offers is often considered adequate competition. While more bidders generally lead to better price discovery and potentially lower prices for the government, the specific nature of vehicle upfitting and decommissioning might limit the pool of qualified and interested contractors. Therefore, two bidders may represent a reasonable level of competition for this particular service.
What are the key performance indicators (KPIs) for this contract, and how will performance be measured?
Specific Key Performance Indicators (KPIs) for this contract are not detailed in the provided data. However, for vehicle upfitting and decommissioning contracts, typical performance metrics would likely include adherence to the Statement of Work (SOW) for upfitting specifications, timely completion of services within the specified delivery dates (by December 1, 2026), quality of workmanship (e.g., no defects in upfitting), and proper documentation of decommissioning. The contracting officer's representative (COR) would be responsible for monitoring these aspects. The firm fixed-price nature of the award incentivizes the contractor to meet these requirements to avoid financial penalties or deductions.
What is the historical spending trend for vehicle upfitting and decommissioning by the U.S. Fish and Wildlife Service?
Analyzing the historical spending trend for vehicle upfitting and decommissioning by the U.S. Fish and Wildlife Service (USFWS) would require accessing historical contract data over several fiscal years. This specific award of $87,416.32 represents a single instance of spending. To identify a trend, one would need to aggregate data on similar contracts awarded by USFWS, noting the total dollar amounts, number of awards, and the nature of the services. This would help determine if spending in this category is increasing, decreasing, or remaining relatively stable, and whether this current award is in line with past expenditures for similar needs.
Industry Classification
NAICS: Other Services (except Public Administration) › Electronic and Precision Equipment Repair and Maintenance › Electronic and Precision Equipment Repair and Maintenance
Product/Service Code: MODIFICATION OF EQUIPMENT › MODIFICATION OF EQUIPMENT
Competition & Pricing
Extent Competed: COMPETED UNDER SAP
Solicitation Procedures: SIMPLIFIED ACQUISITION
Solicitation ID: 140FS226Q0071
Offers Received: 2
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 7020 STATE HIGHWAY 24, CLEAR LAKE, MN, 55319
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Limited Liability Corporation, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $87,416
Exercised Options: $87,416
Current Obligation: $87,416
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Timeline
Start Date: 2026-04-09
Current End Date: 2026-12-01
Potential End Date: 2026-12-01 00:00:00
Last Modified: 2026-04-09
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.)