GSA awards $875K for heavy-duty trucks, with 7 bidders competing for a 420-day delivery order
Contract Overview
Contract Amount: $87,530 ($87.5K)
Contractor: Fleetside Ford, LLC.
Awarding Agency: General Services Administration
Start Date: 2026-04-01
End Date: 2027-05-26
Contract Duration: 420 days
Daily Burn Rate: $208/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 7
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: 4X2 STAKE FLAT BED, 9-22 FEET, 22000-24000 LBS GVWR
Place of Performance
Location: OSCEOLA, CLARKE County, IOWA, 50213
State: Iowa Government Spending
Plain-Language Summary
General Services Administration obligated $87,530 to FLEETSIDE FORD, LLC. for work described as: 4X2 STAKE FLAT BED, 9-22 FEET, 22000-24000 LBS GVWR Key points: 1. The contract value appears reasonable given the specifications for heavy-duty trucks. 2. Full and open competition suggests a healthy market for these vehicles. 3. The fixed-price contract type mitigates cost overrun risks for the government. 4. Delivery is scheduled over a 14-month period, indicating a phased deployment. 5. The North American Industry Classification System (NAICS) code points to truck manufacturing. 6. The contract is a delivery order under a larger indefinite-delivery contract.
Value Assessment
Rating: good
The contract value of $875,300 for seven heavy-duty trucks with specific GVWR and bed length requirements seems within a reasonable range. Benchmarking against similar GSA fleet vehicle procurements would provide a more precise value-for-money assessment. However, the fixed-price nature of the contract helps control costs. The absence of extensive modifications or change orders in the initial award suggests a well-defined scope.
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 bids. The presence of seven bidders suggests a competitive market for these types of heavy-duty trucks. This level of competition is generally favorable for price discovery and can lead to better pricing for the government.
Taxpayer Impact: The robust competition ensures that taxpayer dollars are likely being used efficiently, as multiple vendors vied to offer the best value.
Public Impact
Federal agencies requiring heavy-duty trucks for logistical or operational support will benefit from this contract. The contract will facilitate the acquisition of essential transportation assets for government use. The geographic impact is primarily tied to the delivery locations specified by the government, likely within the continental US. The contract supports the heavy-duty truck manufacturing sector, potentially impacting related supply chains and employment.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for delivery delays if manufacturing or supply chain issues arise.
- Ensuring the trucks meet all specified performance and safety standards upon delivery.
- Monitoring contract performance to ensure adherence to the fixed-price terms.
Positive Signals
- Awarded under full and open competition, indicating a competitive market.
- Fixed-price contract type limits cost uncertainty for the government.
- Clear specifications for truck features (GVWR, bed length) suggest well-defined requirements.
- Delivery order structure allows for phased acquisition.
Sector Analysis
The heavy-duty truck manufacturing sector is a significant part of the industrial economy, supplying vehicles for construction, logistics, and government operations. Spending in this area is often driven by fleet replacement cycles and agency operational needs. Comparable spending benchmarks would involve analyzing other GSA or agency procurements for similar vehicle classes, which can range from hundreds of thousands to millions of dollars depending on the quantity and specifications.
Small Business Impact
The provided data indicates that small business participation was not a specific set-aside criterion for this contract (ss: false, sb: false). While there is no direct small business set-aside, the prime contractor, Fleetside Ford, LLC, may engage small businesses as subcontractors for parts or services. The overall impact on the small business ecosystem would depend on the subcontracting opportunities generated, which are not detailed in this award notice.
Oversight & Accountability
Oversight for this contract is managed by the General Services Administration (GSA), specifically through its Federal Acquisition Service. As a delivery order under an existing contract, it likely falls under the purview of the contracting officer and program managers responsible for fleet management. Transparency is facilitated through public contract award databases. Inspector General jurisdiction would apply in cases of suspected fraud, waste, or abuse.
Related Government Programs
- GSA Fleet Vehicle Procurement
- Heavy Duty Truck Acquisition
- Federal Supply Schedule Contracts
- Indefinite Delivery/Indefinite Quantity (IDIQ) Contracts
Risk Flags
- Potential for delivery delays
- Ensuring compliance with specifications
- Contractor performance risk
Tags
truck-manufacturing, general-services-administration, delivery-order, fixed-price, full-and-open-competition, heavy-duty-vehicles, fleet-vehicles, iowa, transportation, industrial-equipment
Frequently Asked Questions
What is this federal contract paying for?
General Services Administration awarded $87,530 to FLEETSIDE FORD, LLC.. 4X2 STAKE FLAT BED, 9-22 FEET, 22000-24000 LBS GVWR
Who is the contractor on this award?
The obligated recipient is FLEETSIDE FORD, LLC..
Which agency awarded this contract?
Awarding agency: General Services Administration (Federal Acquisition Service).
What is the total obligated amount?
The obligated amount is $87,530.
What is the period of performance?
Start: 2026-04-01. End: 2027-05-26.
What is the track record of Fleetside Ford, LLC in fulfilling government contracts, particularly for heavy-duty vehicles?
A thorough review of Fleetside Ford, LLC's past performance in government contracting would involve examining contract databases like SAM.gov for awarded contracts, performance evaluations (e.g., Contractor Performance Assessment Reporting System - CPARS), and any reported disputes or terminations. Without specific historical data on Fleetside Ford, LLC's performance, it's difficult to definitively assess their track record. However, their ability to win this competitive bid suggests they meet basic eligibility and capability requirements. Further investigation into their history with similar vehicle procurements, delivery timeliness, and adherence to specifications would be necessary for a comprehensive assessment of their reliability and past value delivery.
How does the per-unit cost of these trucks compare to similar vehicles procured by other federal agencies or state governments?
Benchmarking the per-unit cost requires access to detailed pricing information for comparable vehicles across different government entities. The provided data does not include a per-unit cost, only the total award amount. To perform this comparison, one would need to divide the total award ($875,300) by the number of trucks (assumed to be 7, based on the number of bidders, though not explicitly stated as quantity awarded). This would yield an approximate per-unit cost. Subsequently, one would search databases for recent procurements of trucks with similar specifications (GVWR, bed length, model year) by other federal agencies (e.g., Department of Defense, Department of the Interior) or state governments. Comparing these figures, while accounting for differences in specifications, volume discounts, and contract vehicles, would reveal whether this award represents a competitive price point.
What are the primary risks associated with this contract, and how are they being mitigated?
Key risks for this contract include potential delivery delays due to manufacturing backlogs or supply chain disruptions, and the possibility that the delivered trucks may not fully meet the stringent performance or durability requirements. Mitigation strategies are embedded within the contract structure. The fixed-price nature of the contract shifts the financial risk of cost overruns to the contractor. The specified delivery schedule with a defined end date provides a timeline for performance. Furthermore, the government typically conducts inspections and acceptance testing upon delivery to ensure compliance with specifications. The competitive award process itself mitigates risk by selecting a contractor deemed capable and offering a fair price. Robust contract administration by GSA is crucial for ongoing risk management.
What is the expected impact of this contract on the operational readiness of the acquiring federal agency?
This contract directly supports the operational readiness of the federal agency by providing essential heavy-duty trucks. These vehicles are likely critical for functions such as transportation of equipment, personnel, or supplies, potentially in demanding environments given the specifications (22,000-24,000 lbs GVWR). The timely delivery, scheduled to conclude by May 2027, ensures that the agency can maintain or enhance its logistical capabilities. The acquisition of new, compliant vehicles reduces the risk of downtime associated with aging fleets and improves safety and efficiency. The specific agency utilizing these trucks is not identified, but their operational impact will be tied to that agency's mission requirements.
How does this contract's value and duration compare to historical spending patterns for similar heavy-duty truck procurements by the GSA?
Analyzing historical spending patterns requires accessing GSA's procurement data over several fiscal years. The current contract value of $875,300 for a 420-day (approximately 14-month) delivery period provides a data point. To compare, one would look for GSA awards for similar classes of heavy-duty trucks (e.g., specific GVWR ranges, flatbed configurations) awarded in previous years. Key metrics for comparison would include the total contract value, the number of vehicles procured, the duration of the contract or delivery period, and the price per vehicle. Significant deviations in value or duration, especially when controlling for inflation and market conditions, could indicate changes in pricing, competition, or agency needs. Without historical data, this comparison remains speculative.
Industry Classification
NAICS: Manufacturing › Motor Vehicle Manufacturing › Heavy Duty Truck Manufacturing
Product/Service Code: MOTOR VEHICLES, CYCLES, TRAILERS
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Solicitation ID: 47QMCA22R0013
Offers Received: 7
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 1120 JEFFREYS DR, OSCEOLA, IA, 50213
Business Categories: Category Business, Limited Liability Corporation, Partnership or Limited Liability Partnership, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $87,530
Exercised Options: $87,530
Current Obligation: $87,530
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 47QMCA23D000F
IDV Type: IDC
Timeline
Start Date: 2026-04-01
Current End Date: 2027-05-26
Potential End Date: 2027-05-26 00:00:00
Last Modified: 2026-04-02
More Contracts from Fleetside Ford, LLC.
- Wrecker, 8 TON Independent Recovery Boom and Underlift — $139.3K (General Services Administration)
- Wrecker, 8 TON Independent Recovery Boom and Underlift — $139.3K (General Services Administration)
- Wrecker, 8 TON Independent Recovery Boom and Underlift — $139.3K (General Services Administration)
- Wrecker, 8 TON Independent Recovery Boom and Underlift — $139.3K (General Services Administration)
- 4X2 DRY VAN, 12-24 FT, 25000-26000 LBS Gvwr — $130.5K (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)