General Motors awarded $71,088 contract for 4x4 SUVs by GSA, highlighting fleet acquisition needs
Contract Overview
Contract Amount: $71,088 ($71.1K)
Contractor: General Motors LLC
Awarding Agency: General Services Administration
Start Date: 2026-04-06
End Date: 2026-07-05
Contract Duration: 90 days
Daily Burn Rate: $790/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 10
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: 4X4 SUV, FULL SIZE, 4 DR, 8 PASS, MIN 7000 LBS GVWR
Place of Performance
Location: DETROIT, WAYNE County, MICHIGAN, 48243
State: Michigan Government Spending
Plain-Language Summary
General Services Administration obligated $71,088 to GENERAL MOTORS LLC for work described as: 4X4 SUV, FULL SIZE, 4 DR, 8 PASS, MIN 7000 LBS GVWR Key points: 1. Contract awarded through full and open competition, suggesting a competitive bidding process. 2. The firm-fixed-price contract type indicates predictable costs for the government. 3. Delivery order issued against an existing contract, implying a streamlined acquisition process. 4. The vehicle specifications point to a need for robust, high-capacity utility vehicles. 5. Awarded by the General Services Administration, a key agency for federal procurement. 6. The contract duration is relatively short, suggesting immediate fleet needs. 7. No small business set-aside was utilized, indicating a focus on broader market participation.
Value Assessment
Rating: good
The contract value of $71,088 for a single 4x4 SUV appears reasonable given the specifications (full size, 4-door, 8-passenger, minimum 7000 lbs GVWR). Benchmarking against similar government fleet vehicle procurements would provide a more precise value assessment. However, the firm-fixed-price structure helps mitigate cost overruns for this specific acquisition. The award by GSA suggests adherence to established procurement standards.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded under full and open competition, meaning all responsible sources were permitted to submit a bid. The presence of 10 bids (implied by 'no': 10) indicates a healthy level of competition for this vehicle requirement. This competitive environment is generally favorable for price discovery and achieving market-based pricing for the government.
Taxpayer Impact: The robust competition suggests that taxpayer dollars are likely being used efficiently, as multiple manufacturers vied to offer the best price and terms for these specialized vehicles.
Public Impact
Federal agencies requiring robust, multi-passenger utility vehicles for operational needs will benefit from this contract. The contract facilitates the acquisition of essential transportation assets for government operations. The geographic impact is primarily within the United States, where federal agencies operate. This contract supports the automotive manufacturing sector and its associated supply chains.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for higher prices if competition was less robust in other similar procurements.
- Dependence on a single manufacturer for specific vehicle types could pose supply chain risks.
- Ensuring the long-term availability and maintenance support for these specialized vehicles.
Positive Signals
- Awarded through full and open competition, indicating a competitive market.
- Firm-fixed-price contract provides cost certainty for the government.
- GSA's involvement suggests adherence to established procurement best practices.
- Delivery order mechanism implies efficient acquisition of needed assets.
Sector Analysis
This contract falls within the broader automotive manufacturing and fleet services sector. The federal government is a significant purchaser of vehicles, often requiring specialized models that may not be readily available in the commercial market. GSA plays a crucial role in consolidating federal purchasing power to achieve economies of scale and favorable pricing for common goods and services, including vehicles. The benchmark for similar full-size SUVs procured by the government can vary widely based on specific configurations and quantities.
Small Business Impact
The data indicates that this contract was not set aside for small businesses (ss: false, sb: false). This suggests that the requirement was open to all responsible bidders, including large manufacturers like General Motors. While there is no direct subcontracting information provided, large vehicle procurements often involve extensive supply chains where small businesses may participate as suppliers to the prime contractor.
Oversight & Accountability
The General Services Administration (GSA) oversees federal procurement, including vehicle acquisitions, and has established oversight mechanisms to ensure fair and competitive bidding. The use of a firm-fixed-price contract provides a degree of cost control. Transparency is generally maintained through public contract databases. Inspector General oversight may apply to ensure the integrity of the procurement process.
Related Government Programs
- Federal Fleet Management
- GSA Vehicle Procurement
- Automotive Manufacturing Contracts
- Government Vehicle Acquisition
Risk Flags
- Potential for delivery delays
- Ensuring long-term maintenance and parts availability
- Quality control during manufacturing
Tags
automotive, vehicle-acquisition, general-services-administration, firm-fixed-price, full-and-open-competition, delivery-order, 4x4-suv, fleet-management, general-motors, usa
Frequently Asked Questions
What is this federal contract paying for?
General Services Administration awarded $71,088 to GENERAL MOTORS LLC. 4X4 SUV, FULL SIZE, 4 DR, 8 PASS, MIN 7000 LBS GVWR
Who is the contractor on this award?
The obligated recipient is GENERAL MOTORS LLC.
Which agency awarded this contract?
Awarding agency: General Services Administration (Federal Acquisition Service).
What is the total obligated amount?
The obligated amount is $71,088.
What is the period of performance?
Start: 2026-04-06. End: 2026-07-05.
What is the historical spending pattern for similar 4x4 SUVs by the General Services Administration?
Analyzing historical spending patterns for similar 4x4 SUVs by the GSA would involve reviewing past contract awards for vehicles with comparable specifications (e.g., full-size, 4-door, high GVWR, passenger capacity). This would require querying federal procurement databases like FPDS or USASpending for awards made by GSA to various manufacturers over several fiscal years. Key metrics to examine would include the average price per vehicle, the number of bids received on similar solicitations, and the duration of those contracts. Understanding these historical trends can help benchmark the current award's value and assess whether pricing has remained consistent, increased, or decreased over time, providing context for the $71,088 awarded to General Motors.
How does the awarded price compare to commercial retail prices for similar vehicles?
Comparing the awarded price of $71,088 to commercial retail prices for a comparable 4x4 SUV requires identifying specific models from General Motors that match the contract's specifications (full size, 4-door, 8-passenger, minimum 7000 lbs GVWR). Government contracts often include fleet discounts, which can make the awarded price lower than the Manufacturer's Suggested Retail Price (MSRP). However, the government may also procure vehicles with specific modifications or equipment not typically found on retail models. A thorough comparison would involve looking at fleet pricing guides, dealer quotes for similar configurations, and considering any additional government-mandated features or services included in the contract.
What are the potential risks associated with General Motors LLC as a contractor for this vehicle acquisition?
Potential risks associated with General Motors LLC as a contractor for this vehicle acquisition are generally low given their established track record and market position. However, risks could include potential production delays impacting delivery timelines, unforeseen quality control issues during manufacturing, or challenges in providing adequate post-delivery maintenance and support, especially if the vehicles are deployed in remote locations. Another consideration could be the long-term availability of spare parts for specialized configurations. While GSA's procurement process aims to mitigate these risks through pre-award evaluations and contract terms, ongoing monitoring is essential.
What is the expected performance and reliability of these 4x4 SUVs based on General Motors' product history?
General Motors has a long history of producing 4x4 SUVs, and vehicles like the Chevrolet Tahoe or GMC Yukon XL often meet or exceed the specified requirements (full size, 4-door, 8-passenger, minimum 7000 lbs GVWR). These models are generally known for their durability and capability in various conditions. Reliability ratings from consumer and automotive industry sources (e.g., J.D. Power, Consumer Reports) can provide insights into expected performance and potential issues. The firm-fixed-price contract structure incentivizes GM to deliver vehicles that meet specifications to avoid penalties, further supporting the expectation of reliable performance.
How does the number of bids (10) influence the value proposition for the government in this contract?
Receiving 10 bids for this contract significantly enhances the value proposition for the government. A higher number of bidders typically indicates robust competition, which puts downward pressure on prices as contractors vie to win the award. This competitive environment allows the government to potentially secure more favorable pricing and terms than if only a few bids were received. Furthermore, a larger pool of bidders increases the likelihood that the government's specific requirements will be met effectively by at least one offeror. The 10 bids suggest that the market is responsive to this type of requirement and that the GSA solicitation was structured to attract broad participation.
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
Parent Company: General Motors Company
Address: 30400 VAN DYKE AVE, WARREN, MI, 48093
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Limited Liability Corporation, Manufacturer of Goods, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $71,088
Exercised Options: $71,088
Current Obligation: $71,088
Contract Characteristics
Multi-Year Contract: Yes
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 47QMCA22D000Q
IDV Type: IDC
Timeline
Start Date: 2026-04-06
Current End Date: 2026-07-05
Potential End Date: 2026-07-05 00:00:00
Last Modified: 2026-04-07
More Contracts from General Motors LLC
- Ventilators — $476.4M (Department of Health and Human Services)
- Next Generation Limousines (NGL4) — $28.3M (Department of Homeland Security)
- 07-Ssd-Pr-008 — $10.4M (Department of Homeland Security)
- 4X4 SUV, Full Size, 4 DR, 8 Pass, MIN 7000 LBS Gvwr — $71.1K (General Services Administration)
- 4X4 SUV, Full Size, 4 DR, 8 Pass, MIN 7000 LBS Gvwr — $71.1K (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)