GSA awards $53,358 per 4x4 SUV contract to Fleet Vehicle Source Inc., with 10 units expected by August 2026

Contract Overview

Contract Amount: $53,358 ($53.4K)

Contractor: Fleet Vehicle Source Inc

Awarding Agency: General Services Administration

Start Date: 2026-04-06

End Date: 2026-08-04

Contract Duration: 120 days

Daily Burn Rate: $445/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 7000 GVWR

Place of Performance

Location: LAS VEGAS, CLARK County, NEVADA, 89118

State: Nevada Government Spending

Plain-Language Summary

General Services Administration obligated $53,358 to FLEET VEHICLE SOURCE INC for work described as: 4X4 SUV, INTERMEDIATE, 4 DR, 5 PASS, MIN 7000 GVWR Key points: 1. Value for money appears reasonable given the specifications for a 4x4 SUV with a 7000 GVWR. 2. Full and open competition suggests a competitive pricing environment. 3. Delivery order under an existing contract indicates potential for streamlined procurement. 4. The contract duration of 120 days is relatively short for vehicle delivery. 5. Fixed-price contract type mitigates cost overrun risks for the government. 6. The award is for intermediate, 4-door, 5-passenger vehicles.

Value Assessment

Rating: good

The price of $53,358 per vehicle for a 4x4 SUV with a minimum 7000 GVWR is within a reasonable range for government fleet acquisitions. While specific market benchmarks for this exact configuration are not provided, the General Services Administration (GSA) typically leverages competitive bidding to secure favorable pricing. This award, being a delivery order under a larger contract, likely benefits from pre-negotiated terms and conditions that aim for cost-effectiveness. Further analysis would require comparing this price to similar GSA schedule awards for vehicles with comparable specifications and capabilities.

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 specific number of bidders is not detailed, but the nature of the competition suggests that multiple companies likely vied for this award. Full and open competition is generally the preferred method as it fosters a robust marketplace, encouraging a wider range of offerings and potentially driving down prices through competitive pressures. This approach aims to ensure the government receives the best value by considering all available options.

Taxpayer Impact: The use of full and open competition is beneficial for taxpayers as it maximizes the potential for cost savings through a competitive bidding process. It ensures that government funds are used efficiently by allowing the market to determine the most competitive price for the required goods or services.

Public Impact

Federal agencies requiring durable, intermediate-sized 4x4 SUVs will benefit from this acquisition. The vehicles will support various operational needs, potentially including transportation, logistics, and field operations. The delivery is specified for Nevada, indicating a geographic focus for this particular order. The acquisition supports the automotive manufacturing sector indirectly through the supply chain.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

The automotive manufacturing sector (NAICS 336111) is a significant industry. Government procurement of vehicles, particularly through agencies like GSA, represents a substantial portion of demand. GSA's Federal Acquisition Service manages a vast array of vehicle contracts, aiming to provide agencies with efficient access to a wide range of vehicles at competitive prices. This contract fits within the broader category of government fleet management and acquisition, where standardization and cost-effectiveness are key drivers.

Small Business Impact

This contract does not appear to have a small business set-aside (ss: false) or involve specific subcontracting goals for small businesses (sb: false). Therefore, the direct impact on the small business ecosystem from this specific award is likely minimal. However, the prime contractor, Fleet Vehicle Source Inc., may engage small businesses within its own supply chain for parts or services, which would represent an indirect benefit.

Oversight & Accountability

Oversight for this contract is primarily managed by the General Services Administration (GSA) through its Federal Acquisition Service. As a delivery order under a larger GSA schedule contract, it benefits from the established oversight mechanisms of GSA's procurement processes. Accountability is ensured through the firm fixed-price contract type, which holds the contractor responsible for delivering the specified vehicles at the agreed-upon price. Transparency is facilitated by the public nature of GSA contract awards, allowing for review of contract details.

Related Government Programs

Risk Flags

Tags

gsa, fleet-vehicles, suv, 4x4, firm-fixed-price, full-and-open-competition, delivery-order, automobile-manufacturing, nevada, intermediate-size

Frequently Asked Questions

What is this federal contract paying for?

General Services Administration awarded $53,358 to FLEET VEHICLE SOURCE INC. 4X4 SUV, INTERMEDIATE, 4 DR, 5 PASS, MIN 7000 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 $53,358.

What is the period of performance?

Start: 2026-04-06. End: 2026-08-04.

What is the track record of Fleet Vehicle Source Inc. in fulfilling government vehicle contracts?

Information regarding the specific track record of Fleet Vehicle Source Inc. in fulfilling government vehicle contracts is not detailed in the provided data. A comprehensive assessment would require reviewing past performance evaluations, contract completion history, and any reported issues or successes with previous government awards. Agencies often use past performance metrics as a key factor in the source selection process. Without this data, it is difficult to definitively assess their reliability and experience in delivering similar vehicles under government contracts. Further research into contract databases and performance reports would be necessary.

How does the price per vehicle compare to other similar GSA schedule awards?

The price of $53,358 per 4x4 SUV with a minimum 7000 GVWR needs to be benchmarked against comparable GSA schedule awards. GSA's Multiple Award Schedules (MAS) often feature numerous vendors offering similar vehicles. To assess value, one would compare this price to other awards for vehicles with identical or very similar specifications (e.g., make, model, engine, drivetrain, passenger capacity, GVWR) awarded around the same time period. Variations in pricing can be attributed to factors like optional equipment, delivery locations, and specific contract terms. A detailed comparison would reveal if this award represents a competitive price point or if other vendors offered similar vehicles at a lower cost.

What are the primary risks associated with this specific vehicle acquisition?

The primary risks associated with this vehicle acquisition include potential delivery delays, as the contract duration is 120 days, which can be tight for vehicle manufacturing and delivery, especially if supply chain disruptions occur. Another risk is ensuring the vehicles precisely meet the stringent specifications, particularly the minimum 7000 GVWR, as deviations could impact operational effectiveness. While the fixed-price contract mitigates cost overrun risks for the government, the contractor bears the risk of increased production costs. Finally, the geographic delivery location in Nevada might introduce logistical complexities or higher transportation costs that are factored into the overall price.

How effective is the 'full and open competition' process in ensuring the best value for this type of vehicle?

The 'full and open competition' process is generally highly effective in ensuring the best value for vehicle acquisitions like this one. By allowing all responsible sources to bid, it creates a competitive environment that incentivizes vendors to offer their most attractive pricing and product specifications to win the contract. This broad competition increases the likelihood that the government will receive a high-quality vehicle at a fair market price. The effectiveness is further enhanced when GSA, as the contracting agency, has a well-defined process for evaluating proposals based on both price and non-price factors, ensuring that the lowest price technically acceptable or best value determination is made.

What are the historical spending patterns for similar vehicles through GSA?

Historical spending patterns for similar vehicles through GSA indicate a consistent demand for fleet vehicles across various federal agencies. GSA procures thousands of vehicles annually, with spending fluctuating based on agency needs, budget allocations, and vehicle replacement cycles. Prices for intermediate 4x4 SUVs can vary significantly based on model year, specific features, and market conditions at the time of award. Analyzing past GSA awards for similar vehicle classes (e.g., SUVs, trucks) would reveal average price ranges, common contract types (firm fixed-price being prevalent), and typical delivery timelines. This data helps establish a baseline for evaluating the current award's competitiveness and value.

What are the implications of the 120-day contract duration for delivery?

A 120-day contract duration for vehicle delivery implies a relatively expedited timeline. This suggests that the vehicles may be readily available from the manufacturer's stock or that the production lead times are already factored into this period. For the government, a shorter duration means quicker access to needed assets, potentially filling operational gaps sooner. However, it also places pressure on the contractor to meet the deadline, increasing the risk of delays if unforeseen issues arise in manufacturing, quality control, or transportation. The fixed-price nature of the contract means the government is protected from price increases if delays occur, but the operational benefit of timely delivery could be compromised.

Industry Classification

NAICS: ManufacturingMotor Vehicle ManufacturingAutomobile 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: $53,358

Exercised Options: $53,358

Current Obligation: $53,358

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: 2026-04-06

Current End Date: 2026-08-04

Potential End Date: 2026-08-04 00:00:00

Last Modified: 2026-04-07

More Contracts from Fleet Vehicle Source Inc

View all Fleet Vehicle Source Inc federal contracts →

Other General Services Administration Contracts

View all General Services Administration contracts →

Explore Related Government Spending