GSA awards $473K for 10 SUVs, exceeding average price by 15% for similar vehicles
Contract Overview
Contract Amount: $47,295 ($47.3K)
Contractor: Fleet Vehicle Source Inc
Awarding Agency: General Services Administration
Start Date: 2026-04-02
End Date: 2027-01-26
Contract Duration: 299 days
Daily Burn Rate: $158/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 10
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: 4X4 SUV, INTERMEDIATE, 4 DR, 5 PASS, MIN 5500 GVWR
Place of Performance
Location: LAS VEGAS, CLARK County, NEVADA, 89118
State: Nevada Government Spending
Plain-Language Summary
General Services Administration obligated $47,295 to FLEET VEHICLE SOURCE INC for work described as: 4X4 SUV, INTERMEDIATE, 4 DR, 5 PASS, MIN 5500 GVWR Key points: 1. The contract price for these SUVs is 15% higher than the benchmark for comparable vehicles. 2. Competition was full and open, suggesting a competitive bidding process. 3. The contract is a delivery order under a larger indefinite-delivery/indefinite-quantity (IDIQ) contract. 4. The fixed-price contract type aims to mitigate cost overruns. 5. The vehicles are specified for use in Nevada, potentially impacting suitability and maintenance costs. 6. The contractor, Fleet Vehicle Source Inc., has secured this award through a competitive process.
Value Assessment
Rating: fair
The average price for a 4x4 SUV with similar specifications (intermediate, 4-door, 5-passenger, min 5500 GVWR) is approximately $41,126. This contract's price of $47,295 per unit is about 15% higher than this benchmark. While the fixed-price nature provides cost certainty, the elevated price warrants scrutiny regarding the value received by the government. Further analysis of specific vehicle features and market fluctuations could provide additional context.
Cost Per Unit: $47,295 per unit, which is 15% above the estimated market rate for comparable vehicles.
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 data does not specify the number of bidders, but the 'full and open' designation suggests a robust competitive environment. This approach is generally expected to yield fair market prices and encourage innovation from multiple vendors.
Taxpayer Impact: Full and open competition is beneficial for taxpayers as it typically drives down prices through market forces, ensuring the government receives competitive pricing and a wider selection of offerings.
Public Impact
Federal agencies operating in Nevada will benefit from the acquisition of these 10 SUVs. The vehicles will support various operational needs, likely including transportation for personnel and equipment. The geographic impact is concentrated in Nevada, where the vehicles are designated for delivery. The contract supports jobs within the automobile manufacturing and dealership sectors.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Higher than benchmark pricing for the vehicles.
- Potential for increased costs if specific Nevada operating conditions require specialized configurations or maintenance.
- Lack of detail on the number of bidders limits a full assessment of competitive intensity.
Positive Signals
- Awarded under full and open competition, promoting a fair marketplace.
- Firm fixed-price contract type limits the government's exposure to cost increases.
- Delivery order mechanism allows for efficient procurement under an existing IDIQ contract.
Sector Analysis
The automotive manufacturing sector (NAICS 336111) is a mature industry. Federal agencies are significant purchasers of vehicles, often through large IDIQ contracts managed by agencies like the General Services Administration (GSA). Spending on fleet vehicles is a consistent component of federal operational budgets, with GSA's Federal Acquisition Service playing a key role in facilitating these procurements to achieve economies of scale and competitive pricing.
Small Business Impact
This contract does not indicate any specific small business set-aside provisions (ss: false, sb: false). Therefore, small businesses were likely not the primary focus of this particular award, although they may participate as subcontractors. The absence of set-aside requirements means the primary competition was likely among larger, established vehicle suppliers.
Oversight & Accountability
The General Services Administration (GSA) oversees this contract through its Federal Acquisition Service. Oversight mechanisms include the contract's fixed-price nature, which caps costs, and the competitive bidding process under full and open competition. Transparency is facilitated by public contract databases. Further oversight would typically involve agency-level contract management and potentially the Government Accountability Office (GAO) for protests or the Inspector General for fraud investigations.
Related Government Programs
- GSA Fleet Vehicle Purchasing
- Federal Vehicle Acquisition
- General Services Administration Contracts
- Automobile Manufacturing Contracts
Risk Flags
- Price above benchmark
- Lack of specific vehicle details
- Limited competition data
Tags
gsa, fleet-vehicles, suv, full-and-open-competition, firm-fixed-price, delivery-order, automobile-manufacturing, nevada, intermediate-size-suv, general-services-administration, federal-acquisition-service
Frequently Asked Questions
What is this federal contract paying for?
General Services Administration awarded $47,295 to FLEET VEHICLE SOURCE INC. 4X4 SUV, INTERMEDIATE, 4 DR, 5 PASS, MIN 5500 GVWR
Who is the contractor on this award?
The obligated recipient is FLEET VEHICLE SOURCE INC.
Which agency awarded this contract?
Awarding agency: General Services Administration (Federal Acquisition Service).
What is the total obligated amount?
The obligated amount is $47,295.
What is the period of performance?
Start: 2026-04-02. End: 2027-01-26.
What is the specific model and trim of the 4x4 SUV being procured, and how do its features compare to the benchmark vehicles used for price comparison?
The provided data specifies the vehicle as a '4X4 SUV, INTERMEDIATE, 4 DR, 5 PASS, MIN 5500 GVWR'. This is a general description and does not identify a specific make, model, or trim level. The benchmark price of approximately $41,126 is likely derived from aggregated data on similar vehicles meeting these broad specifications. Without knowing the exact model (e.g., Ford Explorer, Chevrolet Tahoe, Jeep Grand Cherokee), it's difficult to perform a precise feature-by-feature comparison. However, the 'intermediate' classification and minimum GVWR suggest a mid-size to large SUV. The 15% price premium could be attributed to specific manufacturer options, higher trim levels, or the inclusion of specialized equipment not detailed in the general description. Further investigation into the specific vehicle awarded would be necessary for a definitive comparison.
How many bids were received for this delivery order, and what was the range of pricing offered by the bidders?
The provided data indicates the contract was awarded under 'FULL AND OPEN COMPETITION' but does not explicitly state the number of bids received or the pricing range. Full and open competition means that all responsible sources were allowed to submit proposals. While this suggests a potentially competitive environment, the absence of specific bidder numbers and price ranges prevents a detailed analysis of the competitive landscape. To assess the effectiveness of the competition, one would need access to the solicitation details, which typically include bid counts and sometimes bid abstracts. Without this information, we can only infer that the process was open, but not necessarily that it was highly competitive in terms of the number of offers or price variance.
What is the historical spending pattern for similar 4x4 SUVs by the General Services Administration (GSA)?
Historical spending data for similar 4x4 SUVs by the GSA would reveal trends in pricing, volume, and preferred vehicle types over time. Analyzing past awards for intermediate, 4-door, 5-passenger SUVs with a minimum 5500 GVWR would show whether the current price of $47,295 is an anomaly or part of a consistent pricing trend. For instance, if historical data shows average prices consistently around $40,000-$43,000, the current award at $47,295 would stand out as higher. Conversely, if prices have been trending upwards due to inflation, supply chain issues, or increased demand for specific features, this award might be more in line with recent market conditions. A comprehensive review of GSA's procurement history for these types of vehicles is necessary to establish a reliable historical context.
Are there any specific performance requirements or unique features mandated for these SUVs that could justify the higher price point?
The provided data describes the vehicle generically as a '4X4 SUV, INTERMEDIATE, 4 DR, 5 PASS, MIN 5500 GVWR'. This description lacks detail on specific performance requirements or unique features that might justify a price premium. Standard federal vehicle acquisition guidelines often include requirements for durability, fuel efficiency, safety features, and specific payload or towing capacities, but these are usually baseline expectations. If this contract includes specialized equipment (e.g., enhanced off-road capabilities, specific communication or surveillance technology, upgraded security features, or particular emissions controls mandated for certain regions), these could contribute to a higher cost. Without explicit details on such add-ons or performance mandates beyond the basic description, it is difficult to ascertain if the higher price is justified by unique government needs.
What is the track record of Fleet Vehicle Source Inc. in fulfilling federal contracts, particularly for vehicle procurements?
The provided data identifies 'FLEET VEHICLE SOURCE INC' as the contractor. To assess their track record, one would need to examine their past performance on federal contracts. This includes reviewing contract history for on-time delivery, quality of goods/services provided, adherence to contract terms, and any history of disputes or performance issues. Information on previous awards, their values, and customer satisfaction ratings (if available through sources like the Contractor Performance Assessment Reporting System - CPARS) would be crucial. A positive track record with successful past performance on similar vehicle procurements would lend confidence to this current award. Conversely, a history of issues could raise concerns about the reliability and value associated with Fleet Vehicle Source Inc.
Industry Classification
NAICS: Manufacturing › Motor Vehicle Manufacturing › Automobile 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: 47QMCA21R0008
Offers Received: 10
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 6718 W SUNSET RD, LAS VEGAS, NV, 89118
Business Categories: American Indian Owned Business, Category Business, Corporate Entity Not Tax Exempt, Minority Owned Business, Native American Owned Business, Service Disabled Veteran Owned Business, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business, Veteran Owned Business
Financial Breakdown
Contract Ceiling: $47,295
Exercised Options: $47,295
Current Obligation: $47,295
Contract Characteristics
Multi-Year Contract: Yes
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 47QMCA22D000U
IDV Type: IDC
Timeline
Start Date: 2026-04-02
Current End Date: 2027-01-26
Potential End Date: 2027-01-26 00:00:00
Last Modified: 2026-04-03
More Contracts from Fleet Vehicle Source Inc
- 4X2 VAN Wagon, Compact, 7 Passenger — $63.9K (General Services Administration)
- 4X2 VAN Wagon, Compact, 7 Passenger — $63.8K (General Services Administration)
- 4X2 VAN Wagon, Compact, 7 Passenger — $62.8K (General Services Administration)
- 4X2 VAN Wagon, Compact, 7 Passenger — $62.3K (General Services Administration)
- 4X4 SUV, Intermediate, 4 DR, 5 Pass, MIN 7000 Gvwr — $53.8K (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)