VA Awards $30M for Fleet Commander System to Government Marketing and Procurement, LLC

Contract Overview

Contract Amount: $30,014 ($30.0K)

Contractor: Government Marketing and Procurement, LLC

Awarding Agency: Department of Veterans Affairs

Start Date: 2025-04-01

End Date: 2026-09-30

Contract Duration: 547 days

Daily Burn Rate: $55/day

Competition Type: FULL AND OPEN COMPETITION

Number of Offers Received: 1

Pricing Type: FIRM FIXED PRICE

Sector: IT

Official Description: AGILE FLEET COMMANDER

Place of Performance

Location: NORTH CHICAGO, LAKE County, ILLINOIS, 60064

State: Illinois Government Spending

Plain-Language Summary

Department of Veterans Affairs obligated $30,014.21 to GOVERNMENT MARKETING AND PROCUREMENT, LLC for work described as: AGILE FLEET COMMANDER Key points: 1. Contract awarded to GOVERNMENT MARKETING AND PROCUREMENT, LLC for the AGILE FLEET COMMANDER system. 2. The contract has a duration of 547 days, ending September 30, 2026. 3. This award falls under the Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing sector. 4. The contract was awarded using full and open competition.

Value Assessment

Rating: good

The award value of $30,014,210 for a 547-day period appears reasonable given the specialized nature of the system. Benchmarking against similar complex navigation and guidance systems would provide further validation.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

The use of full and open competition suggests a robust price discovery process. This method allows multiple vendors to bid, driving competitive pricing and potentially better value for the government.

Taxpayer Impact: Taxpayers benefit from a competitive bidding process that aims to secure the best possible price for essential fleet management technology.

Public Impact

Enhances operational efficiency for the Department of Veterans Affairs fleet. Supports critical navigation and guidance functions for aeronautical and nautical systems. Potential for improved safety and performance through advanced system capabilities.

Waste & Efficiency Indicators

Waste Risk Score: 55 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the IT and Defense sectors, specifically related to advanced navigation and guidance systems. Spending in this area is often driven by modernization efforts and the need for sophisticated operational tools.

Small Business Impact

The contract was awarded to GOVERNMENT MARKETING AND PROCUREMENT, LLC, and there is no indication of small business subcontracting in the provided data. Further analysis would be needed to determine if small businesses were involved or could have been.

Oversight & Accountability

The Department of Veterans Affairs is responsible for oversight of this contract. The use of a delivery order under a larger contract framework suggests established oversight mechanisms are in place.

Related Government Programs

Risk Flags

Tags

search-detection-navigation-guidance-aer, department-of-veterans-affairs, il, delivery-order, under-100k

Frequently Asked Questions

What is this federal contract paying for?

Department of Veterans Affairs awarded $30,014.21 to GOVERNMENT MARKETING AND PROCUREMENT, LLC. AGILE FLEET COMMANDER

Who is the contractor on this award?

The obligated recipient is GOVERNMENT MARKETING AND PROCUREMENT, LLC.

Which agency awarded this contract?

Awarding agency: Department of Veterans Affairs (Department of Veterans Affairs).

What is the total obligated amount?

The obligated amount is $30,014.21.

What is the period of performance?

Start: 2025-04-01. End: 2026-09-30.

What specific functionalities does the AGILE FLEET COMMANDER system provide to the VA, and how do these align with current operational needs?

The AGILE FLEET COMMANDER system is designed for search, detection, navigation, guidance, and related functions for aeronautical and nautical systems. For the VA, this likely translates to enhanced management and tracking of its diverse fleet, potentially including vehicles, aircraft, or vessels used for medical transport, logistics, or other critical services. The system's capabilities are expected to improve operational efficiency, safety, and resource allocation.

What are the primary risks associated with the implementation and long-term use of this system, considering its specialized nature?

Key risks include potential integration challenges with existing VA infrastructure, the possibility of vendor lock-in due to specialized technology, and the need for ongoing maintenance and upgrades. Cybersecurity vulnerabilities are also a concern for any networked system. Furthermore, the long-term sustainment costs and the availability of skilled personnel to operate and maintain the system require careful consideration.

How effectively will this system contribute to the VA's mission, particularly in terms of cost savings or improved service delivery?

The system's effectiveness will hinge on its ability to streamline fleet operations, reduce downtime, and enhance mission readiness. If it successfully optimizes routes, improves asset utilization, and provides real-time operational intelligence, it could lead to significant cost savings and improved service delivery for veterans. The firm fixed price contract provides cost certainty, but long-term value depends on performance and adoption.

Industry Classification

NAICS: ManufacturingNavigational, Measuring, Electromedical, and Control Instruments ManufacturingSearch, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing

Product/Service Code: IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONSIT AND TELECOM - DELIVERY

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Solicitation ID: 36C252-25-AP-2148

Offers Received: 1

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 13350 RANCH ROAD 12, WIMBERLEY, TX, 78676

Business Categories: Category Business, Limited Liability Corporation, Service Disabled Veteran Owned Business, Small Business, Special Designations, U.S.-Owned Business, Veteran Owned Business

Financial Breakdown

Contract Ceiling: $30,014

Exercised Options: $30,014

Current Obligation: $30,014

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Parent Contract

Parent Award PIID: GS07F187GA

IDV Type: FSS

Timeline

Start Date: 2025-04-01

Current End Date: 2026-09-30

Potential End Date: 2026-09-30 00:00:00

Last Modified: 2026-04-01

More Contracts from Government Marketing and Procurement, LLC

View all Government Marketing and Procurement, LLC federal contracts →

Other Department of Veterans Affairs Contracts

View all Department of Veterans Affairs contracts →

Explore Related Government Spending