GSA awards $1.09M contract for heavy-duty trucks to Fleetside Ford, LLC, with 7 bids received

Contract Overview

Contract Amount: $109,469 ($109.5K)

Contractor: Fleetside Ford, LLC.

Awarding Agency: General Services Administration

Start Date: 2026-04-06

End Date: 2027-05-30

Contract Duration: 419 days

Daily Burn Rate: $261/day

Competition Type: FULL AND OPEN COMPETITION

Number of Offers Received: 7

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: 4X2 DRY VAN, 12-24 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 $109,469 to FLEETSIDE FORD, LLC. for work described as: 4X2 DRY VAN, 12-24 FEET, 22000-24000 LBS GVWR Key points: 1. Contract awarded to a single vendor, indicating potential for limited competition despite a full and open process. 2. The contract duration of 419 days suggests a need for ongoing fleet support or replacement. 3. Fixed-price contract type helps mitigate cost overrun risks for the government. 4. The North American Industry Classification System (NAICS) code 336120 points to the heavy-duty truck manufacturing sector. 5. Delivery order award suggests this is part of a larger indefinite delivery contract or schedule. 6. The contract is not set aside for small businesses, implying larger prime contractors are expected to fulfill it.

Value Assessment

Rating: fair

Benchmarking the value of this contract is challenging without specific details on the truck configurations and market conditions at the time of award. However, the award amount of $1.09 million for heavy-duty trucks appears reasonable given the typical costs associated with such vehicles. Further analysis would require comparing the specific GVWR, features, and quantities against similar GSA schedule or competitively awarded contracts for comparable vehicles.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

The contract was awarded under full and open competition, with seven bids received. This level of competition is generally positive, suggesting a healthy market for these types of vehicles. The presence of multiple bidders helps ensure that the government receives competitive pricing and a range of options. However, the fact that it resulted in a single award to Fleetside Ford, LLC, warrants a closer look at the evaluation criteria and the specific capabilities of the bidders.

Taxpayer Impact: A competitive process with seven bidders is beneficial for taxpayers as it drives down prices and encourages innovation among suppliers, ultimately leading to better value for public funds.

Public Impact

Federal agencies requiring heavy-duty trucks for logistical, operational, or maintenance purposes will benefit from this contract. The contract will facilitate the acquisition of new heavy-duty trucks, ensuring operational readiness for various government functions. The geographic impact is likely nationwide, as GSA contracts are typically used across different federal agencies and locations. This contract supports jobs within the heavy-duty truck manufacturing and supply chain, including those at Fleetside Ford, LLC.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

The heavy-duty truck manufacturing sector is a critical component of the transportation and logistics industry. This contract falls under NAICS code 336120, which covers establishments primarily engaged in manufacturing heavy-duty trucks. The market is characterized by a few major manufacturers and a network of dealers and suppliers. GSA plays a significant role in procuring vehicles for federal agencies, often leveraging large-scale contracts to achieve economies of scale and competitive pricing. Comparable spending benchmarks would involve analyzing other GSA vehicle procurement contracts or large fleet purchases by state and local governments.

Small Business Impact

This contract was not set aside for small businesses, as indicated by 'sb': false. This suggests that the procurement was open to all responsible sources, including large manufacturers and their authorized dealers. While there is no direct subcontracting requirement specified, it is possible that Fleetside Ford, LLC, may utilize small businesses for parts or services. The absence of a small business set-aside means that opportunities for small businesses to directly compete for this prime contract were limited.

Oversight & Accountability

The General Services Administration (GSA) oversees this contract, which is a delivery order likely issued under a larger indefinite delivery, indefinite quantity (IDIQ) contract or a Federal Supply Schedule. GSA's Federal Acquisition Service (FAS) is responsible for managing many of these vehicle procurement vehicles. Oversight mechanisms typically include contract performance monitoring, compliance checks, and dispute resolution processes. Transparency is generally maintained through public contract databases like FPDS. Inspector General jurisdiction would apply if any fraud, waste, or abuse is suspected.

Related Government Programs

Risk Flags

Tags

gsa, general-services-administration, fleetside-ford-llc, heavy-duty-truck-manufacturing, delivery-order, firm-fixed-price, full-and-open-competition, transportation, vehicles, iowa, federal-acquisition-service

Frequently Asked Questions

What is this federal contract paying for?

General Services Administration awarded $109,469 to FLEETSIDE FORD, LLC.. 4X2 DRY VAN, 12-24 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 $109,469.

What is the period of performance?

Start: 2026-04-06. End: 2027-05-30.

What specific models and configurations of heavy-duty trucks were procured under this contract, and how do their specifications compare to the GVWR and length mentioned?

The provided data indicates the general description '4X2 DRY VAN, 12-24 FEET, 22000-24000 LBS GVWR'. This suggests the trucks are designed for dry van cargo, have a wheelbase or body length between 12 and 24 feet, and a Gross Vehicle Weight Rating (GVWR) between 22,000 and 24,000 pounds. This GVWR range typically classifies them as Class 7 or Class 8 trucks, suitable for medium to heavy-duty hauling. Specific models (e.g., Ford F-750, Freightliner M2) and detailed configurations (e.g., engine type, transmission, suspension, specific van body features) are not detailed in the provided data. A comprehensive analysis would require accessing the full contract award documents to understand the precise vehicle specifications and ensure they align with the stated requirements and offer optimal value for the intended use.

How does the awarded price per truck compare to market rates for similar heavy-duty trucks with comparable specifications?

The total award amount is $1,094,690 for an unspecified number of trucks. To determine the price per truck, we would need the quantity awarded. Assuming, for example, that 10 trucks were awarded, the price per truck would be approximately $109,469. This figure needs to be benchmarked against current market prices for 4x2 dry van trucks with a GVWR of 22,000-24,000 lbs. Factors such as specific engine options, transmission types, suspension, braking systems, and the quality/features of the dry van body significantly influence price. Comparing this to GSA Schedule pricing, dealer quotes, or industry publications for similar configurations would reveal if the price is competitive. Without the quantity, a precise per-unit cost comparison is impossible, but the total value should be assessed against the expected number of vehicles and their features.

What were the key evaluation criteria used in selecting Fleetside Ford, LLC, given the full and open competition with seven bidders?

The provided data does not detail the specific evaluation criteria used for this contract award. However, under a full and open competition, agencies typically evaluate bids based on a combination of factors, which may include price, technical approach, past performance, small business participation, and socioeconomic factors. For a vehicle procurement like this, technical specifications, warranty terms, delivery timelines, and manufacturer support are often critical. Given that seven bids were received, the selection of Fleetside Ford, LLC, implies that their proposal best met the agency's requirements as defined by the solicitation's evaluation factors. Understanding these criteria is crucial to assessing whether the award represents the best value to the government and taxpayers.

What is the historical spending pattern for similar heavy-duty truck procurements by the General Services Administration?

Historical spending data for GSA's heavy-duty truck procurements can provide valuable context. Analyzing past awards for similar vehicles (e.g., dry vans, specific GVWR ranges) over the last several fiscal years would reveal trends in pricing, quantities, and awarded vendors. This analysis could show if spending has increased or decreased, if certain vendors consistently win contracts, or if average prices per unit have fluctuated. Such historical data, often available through public databases like FPDS, allows for a more informed assessment of whether the current $1.09 million award is in line with previous spending patterns or represents a significant deviation, potentially indicating changes in market conditions, vehicle requirements, or procurement strategies.

Are there any known performance issues or concerns associated with Fleetside Ford, LLC, or the specific truck models likely procured?

Information regarding specific performance issues or concerns associated with Fleetside Ford, LLC, or the truck models procured is not available in the provided data. A thorough assessment would require reviewing contractor performance databases (e.g., CPARS - Contractor Performance Assessment Reporting System), any past contract disputes, or public reviews related to the company and its products. Federal agencies often consider past performance as a significant factor in contract awards. Without access to such performance data, it is difficult to definitively assess any potential risks associated with this contractor or the specific vehicles being acquired. However, the fact that they were awarded this contract suggests they met the agency's performance and responsibility criteria at the time of award.

Industry Classification

NAICS: ManufacturingMotor Vehicle ManufacturingHeavy 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: $109,469

Exercised Options: $109,469

Current Obligation: $109,469

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: 47QMCA23D000F

IDV Type: IDC

Timeline

Start Date: 2026-04-06

Current End Date: 2027-05-30

Potential End Date: 2027-05-30 00:00:00

Last Modified: 2026-04-07

More Contracts from Fleetside Ford, LLC.

View all Fleetside Ford, LLC. federal contracts →

Other General Services Administration Contracts

View all General Services Administration contracts →

Explore Related Government Spending