GSA awards $9.7M for Arctic Vehicles, with Polaris Sales Inc. as the sole awardee under full and open competition
Contract Overview
Contract Amount: $9,765,202 ($9.8M)
Contractor: Polaris Sales Inc
Awarding Agency: General Services Administration
Start Date: 2024-09-30
End Date: 2026-09-29
Contract Duration: 729 days
Daily Burn Rate: $13.4K/day
Competition Type: FULL AND OPEN COMPETITION
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: ARCTIC VEHICLES
Place of Performance
Location: HAMEL, HENNEPIN County, MINNESOTA, 55340
Plain-Language Summary
General Services Administration obligated $9.8 million to POLARIS SALES INC for work described as: ARCTIC VEHICLES Key points: 1. The contract value of $9.7 million for Arctic Vehicles suggests a significant investment in specialized transportation capabilities. 2. While awarded under full and open competition, the single awardee raises questions about the breadth of market participation. 3. The fixed-price contract type aims to control costs, but performance monitoring will be key to ensuring value. 4. The duration of 729 days indicates a medium-term need for these specialized vehicles. 5. The manufacturing sector for light trucks and utility vehicles is competitive, making the single award notable. 6. Geographic considerations for Arctic operations likely influence the specialized nature and cost of these vehicles.
Value Assessment
Rating: fair
Benchmarking the value of this contract is challenging without specific details on the vehicle configurations and required capabilities. However, $9.7 million for specialized Arctic vehicles over two years suggests a substantial investment. Comparing this to similar procurements for extreme-weather or specialized utility vehicles would be necessary to assess if the pricing is competitive. The firm fixed-price nature provides cost certainty, but the ultimate value will depend on the performance and longevity of the delivered vehicles in demanding conditions.
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 offers. However, only one award was made. This could imply that while the competition was open, only one offer met all the requirements, or that the market for such highly specialized vehicles is limited. Further analysis would be needed to understand the number of proposals received and the reasons for the single award.
Taxpayer Impact: A single award under open competition can sometimes indicate a lack of robust market interest or a highly specialized requirement that only one vendor can meet, potentially leading to less aggressive pricing than a multi-bidder scenario.
Public Impact
The primary beneficiaries are likely federal agencies operating in Arctic or extreme cold-weather environments, such as those involved in research, logistics, or operational support. The services delivered include the provision of specialized Arctic vehicles designed for harsh conditions, ensuring operational capability in challenging terrains. The geographic impact is concentrated in regions requiring specialized cold-weather transportation, potentially including polar research stations or remote operational sites. Workforce implications may involve training for personnel to operate and maintain these specialized vehicles, ensuring effective utilization.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Limited competition despite open solicitation may indicate potential for higher costs.
- Lack of small business participation noted, raising questions about broader economic impact.
- Specialized nature of vehicles could lead to vendor lock-in if not managed carefully.
Positive Signals
- Firm fixed-price contract provides cost certainty for the government.
- Awarded by GSA, suggesting adherence to established procurement processes.
- Vehicles are intended for demanding Arctic conditions, implying critical operational needs are being met.
Sector Analysis
The procurement falls within the Light Truck and Utility Vehicle Manufacturing sector (NAICS 336112). This sector is characterized by the production of vehicles designed for various commercial and industrial uses. Procurements for specialized vehicles, particularly those intended for extreme environments like the Arctic, often represent a niche within this broader market. The contract value of $9.7 million is significant for a single award within this specific sub-sector, highlighting the high cost associated with specialized engineering and manufacturing for harsh conditions.
Small Business Impact
The data indicates that this contract was not set aside for small businesses, and there is no explicit mention of subcontracting requirements for small businesses. This suggests that the primary focus was on meeting the specialized requirements of the Arctic vehicles, potentially favoring larger manufacturers with the capacity and expertise. Further investigation into the solicitation details would be needed to confirm if any subcontracting opportunities were mandated or encouraged for small businesses within the supply chain.
Oversight & Accountability
The General Services Administration (GSA) typically employs robust oversight mechanisms for its contracts, including performance monitoring and compliance checks. As this is a delivery order under an existing contract vehicle, oversight would likely be managed by the Federal Acquisition Service. Transparency is generally maintained through public contract databases. Inspector General jurisdiction would apply in cases of fraud, waste, or abuse related to the contract.
Related Government Programs
- Polar Operations Support Vehicles
- Specialized Military Logistics Vehicles
- Cold Weather Equipment Procurement
- Arctic Research Infrastructure Support
- Utility Vehicle Fleet Modernization
Risk Flags
- Limited competition despite open solicitation
- Potential for vendor lock-in due to specialization
- Lack of explicit small business subcontracting requirements
Tags
arctic-vehicles, specialized-transportation, general-services-administration, federal-acquisition-service, light-truck-manufacturing, utility-vehicle-manufacturing, full-and-open-competition, firm-fixed-price, delivery-order, minnesota, polar-operations, cold-weather-equipment
Frequently Asked Questions
What is this federal contract paying for?
General Services Administration awarded $9.8 million to POLARIS SALES INC. ARCTIC VEHICLES
Who is the contractor on this award?
The obligated recipient is POLARIS SALES INC.
Which agency awarded this contract?
Awarding agency: General Services Administration (Federal Acquisition Service).
What is the total obligated amount?
The obligated amount is $9.8 million.
What is the period of performance?
Start: 2024-09-30. End: 2026-09-29.
What specific capabilities and features distinguish these 'Arctic Vehicles' from standard utility vehicles, and how do these justify the contract's value?
Arctic Vehicles are distinguished by features designed to operate reliably in extreme cold temperatures, snow, ice, and challenging terrain. This typically includes enhanced insulation, specialized heating systems for the engine and cabin, robust undercarriage protection, high-traction tires or tracks, advanced suspension systems for rough terrain, and potentially features like winches or specialized lighting for low-visibility conditions. These specialized components and engineering requirements significantly increase manufacturing complexity and cost compared to standard utility vehicles. The $9.7 million contract value reflects the investment in these critical, mission-specific capabilities necessary for agencies operating in polar or sub-polar regions, ensuring personnel safety and operational effectiveness in environments where standard equipment would fail.
Given the 'full and open competition' designation, why was there only a single award made by the General Services Administration?
A single award under 'full and open competition' can occur for several reasons. Firstly, the requirement might be highly specialized, meaning only one or a very limited number of contractors possess the unique technical expertise, manufacturing capabilities, or certifications necessary to meet the solicitation's stringent requirements. Secondly, the evaluation criteria might heavily favor specific technical approaches or past performance, leading to one offeror significantly outperforming all others. Thirdly, it's possible that while multiple proposals were received, only one was deemed fully compliant and represented the best value to the government. Without access to the specific evaluation results and the number of proposals submitted, it's difficult to definitively ascertain the precise reason, but it suggests a highly specific market or a clear technical advantage held by the awardee.
What is the typical cost range for specialized Arctic vehicles of this nature, and how does this contract's value benchmark against it?
Benchmarking the cost of specialized Arctic vehicles is complex due to the wide variation in configurations, capabilities, and intended use. Standard heavy-duty utility vehicles might range from $50,000 to $150,000. However, vehicles specifically engineered for Arctic conditions, incorporating extreme cold weather packages, enhanced mobility systems (like tracked variants), and specialized mission equipment, can easily cost $200,000 to $500,000 or more per unit. If the $9.7 million contract is for a fleet of, say, 20-40 such vehicles, the per-unit cost would fall within this higher range, which is not necessarily indicative of poor value given the extreme operational requirements. A precise benchmark would require detailed specifications of the vehicles procured under this contract and comparison with similar GSA schedules or other agency procurements for comparable equipment.
What are the potential risks associated with a single-source award, even if the competition was initially designated as 'full and open'?
Even with an initial 'full and open' competition, a single award carries inherent risks. One primary risk is reduced price competition, as the government lacks leverage from multiple competing bids for future needs or modifications. This can lead to higher prices over the contract's life. Another risk is vendor dependency; if the sole awardee faces financial difficulties, production issues, or decides to exit the market, the government may struggle to find a replacement quickly, potentially disrupting critical operations. Furthermore, without ongoing competitive pressure, there might be less incentive for the contractor to innovate or offer cost-saving improvements. This underscores the importance of robust contract management and performance monitoring to mitigate these risks.
How does this contract align with broader federal strategies for operating in the Arctic or for acquiring specialized transportation assets?
This contract aligns with broader federal strategies that increasingly recognize the strategic importance of the Arctic region, driven by climate change, increased accessibility, and geopolitical considerations. Agencies like the National Science Foundation, NOAA, and the Department of Defense require specialized assets to conduct research, maintain presence, and ensure security in these harsh environments. Procurements for Arctic-capable vehicles directly support these operational requirements. Furthermore, it reflects a trend in federal acquisition towards procuring highly specialized equipment tailored to specific mission needs, rather than relying solely on off-the-shelf solutions, ensuring that agencies have the necessary tools to execute their mandates effectively in challenging operational theaters.
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: NEGOTIATED PROPOSAL/QUOTE
Solicitation ID: 47QFSA24Q0088
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Parent Company: Polaris Inc.
Address: 2100 HWY 55, HAMEL, MN, 55340
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Manufacturer of Goods, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $9,765,202
Exercised Options: $9,765,202
Current Obligation: $9,765,202
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 47QFSA20D0005
IDV Type: IDC
Timeline
Start Date: 2024-09-30
Current End Date: 2026-09-29
Potential End Date: 2026-09-29 00:00:00
Last Modified: 2026-03-24
More Contracts from Polaris Sales Inc
- Lightweight Tactical All-Terrain Vehicle Purchase — $18.8M (General Services Administration)
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)