GSA awards $53,358 per 4x4 SUV contract to Fleet Vehicle Source Inc., with 10 units expected
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 fair given the specifications for a heavy-duty 4x4 SUV. 2. Full and open competition suggests a competitive pricing environment. 3. Delivery order structure indicates a need for immediate fleet expansion. 4. Contract performance period is relatively short, suggesting a specific, time-bound requirement. 5. Sector positioning is within the general fleet vehicle procurement for federal agencies. 6. The fixed-price contract type mitigates cost overrun risks for the government.
Value Assessment
Rating: fair
The contract price of $53,358 per unit for a 4x4 SUV with a minimum 7000 GVWR is within a reasonable range for specialized government vehicles. Benchmarking against similar federal contracts for heavy-duty SUVs shows prices can vary significantly based on exact specifications, but this figure does not appear excessively high. The firm fixed-price structure provides cost certainty, which is a positive aspect for value assessment.
Cost Per Unit: Approximately $53,358 per unit.
Competition Analysis
Competition Level: full-and-open
The contract was awarded under full and open competition, indicating that all responsible sources were permitted to submit offers. While the number of bidders is not specified, this procurement method generally fosters a competitive environment, which should lead to more favorable pricing and terms for the government. The agency likely leveraged existing contract vehicles or conducted a competitive solicitation to achieve this outcome.
Taxpayer Impact: Full and open competition is beneficial for taxpayers as it maximizes the potential for cost savings through a wider range of offers and encourages market efficiencies.
Public Impact
Federal agencies requiring robust, all-wheel-drive vehicles for operational needs will benefit from this contract. The contract will deliver 10 intermediate, 4-door, 5-passenger 4x4 SUVs with a minimum 7000 GVWR. The geographic impact is likely nationwide, depending on the specific agency's deployment of these vehicles. The contract supports the automotive manufacturing sector and associated supply chains.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for higher-than-market prices if competition was not robust despite being 'full and open'.
- Durability and maintenance costs of specialized 4x4 vehicles may exceed standard fleet vehicles.
- Ensuring the specific GVWR and 4x4 capabilities are truly necessary for the intended use.
Positive Signals
- Firm fixed-price contract limits the government's exposure to cost increases.
- Full and open competition suggests a competitive pricing environment.
- Delivery order structure implies a clear and defined need.
Sector Analysis
This contract falls within the broader automotive manufacturing and fleet vehicle procurement sector. The federal government is a significant purchaser of vehicles, and contracts like this contribute to the overall spending within this industry. Benchmarking against total federal vehicle spending would place this contract as a small component of a much larger category, but it represents a specific need for specialized equipment.
Small Business Impact
The data indicates this contract was not specifically set aside for small businesses (ss: false, sb: false). Therefore, small businesses would have had the opportunity to compete under the full and open solicitation. There is no explicit information on subcontracting requirements, but for a contract of this nature and size, significant subcontracting to small businesses is less common unless specific components or services are outsourced.
Oversight & Accountability
The General Services Administration (GSA) oversees this contract, which is a delivery order against an existing contract vehicle. GSA's Federal Acquisition Service is responsible for managing such procurements. Oversight would involve ensuring compliance with contract terms, delivery schedules, and payment processes. Transparency is generally maintained through public contract databases, and accountability rests with GSA to ensure fair and competitive procurement practices.
Related Government Programs
- Federal Fleet Management
- General Services Administration Vehicle Procurement
- Automotive Supply Chain
- Government Vehicle Acquisition
Risk Flags
- Short delivery timeline may impact competition and cost.
- Need to verify if heavy-duty specifications are fully justified by agency requirements.
Tags
gsa, fleet-vehicles, automobile-manufacturing, firm-fixed-price, full-and-open-competition, delivery-order, heavy-duty-vehicles, nevada, federal-acquisition-service
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 historical spending pattern for similar 4x4 SUVs by the GSA?
Historical spending data for similar 4x4 SUVs by the GSA would reveal trends in pricing, volume, and awarded contractors over time. Analyzing past delivery orders for vehicles with comparable specifications (e.g., GVWR, passenger capacity, drivetrain) would help establish a baseline for 'fair' pricing. For instance, if previous awards for similar vehicles averaged $50,000, then $53,358 might be considered slightly higher, warranting further investigation into the specific features or market conditions at the time of award. Conversely, if the average price has been increasing due to inflation or supply chain issues, this award might align with market trends. Without specific historical data, it's difficult to definitively assess if this contract represents a deviation from established patterns.
How does the specified GVWR of 7000 lbs impact the cost compared to standard SUVs?
A Gross Vehicle Weight Rating (GVWR) of 7000 lbs indicates a heavy-duty classification, significantly impacting the cost compared to standard SUVs. Vehicles with higher GVWRs typically require more robust chassis, stronger suspension components, larger brakes, and more powerful engines and transmissions to handle increased payloads and towing capacities. These heavy-duty components are inherently more expensive to manufacture and source. Furthermore, vehicles meeting higher GVWR standards may fall into different manufacturing categories, potentially involving specialized production lines or different regulatory compliance requirements. This translates to higher material costs, increased manufacturing complexity, and potentially higher research and development expenses for the manufacturer, all of which are reflected in the final purchase price.
What are the potential risks associated with a short contract duration (120 days)?
A short contract duration of 120 days for vehicle delivery presents several potential risks. Firstly, it can limit the pool of potential offerors, as some manufacturers or dealers may not have the production capacity or inventory readily available to fulfill the order within such a tight timeframe, potentially reducing competition. Secondly, expedited production or delivery might incur premium charges from the supplier, leading to higher per-unit costs. Thirdly, there's an increased risk of delays if unforeseen issues arise in manufacturing, shipping, or inspection, which could disrupt the agency's operational plans. Finally, a short duration might not allow for thorough testing or evaluation of the vehicles' performance in real-world conditions before final acceptance, potentially masking latent defects.
What is the track record of Fleet Vehicle Source Inc. with GSA contracts?
Assessing the track record of Fleet Vehicle Source Inc. with GSA contracts is crucial for understanding their reliability and performance. A review of past GSA awards to this contractor would indicate their history of on-time delivery, adherence to specifications, and overall customer satisfaction. If they have a history of successful, timely deliveries of similar vehicles, it suggests a lower risk for this current contract. Conversely, any past performance issues, such as delays, quality complaints, or contract disputes, would raise concerns and warrant closer monitoring of this new award. Publicly available contract databases (like FPDS or SAM.gov) often contain past performance information or award histories that can be analyzed.
How does the 'Automobile Manufacturing' NAICS code relate to the actual service provided?
The North American Industry Classification System (NAICS) code '336111 - Automobile Manufacturing' is assigned based on the primary business activity of the entity performing the contract. In this case, it suggests that Fleet Vehicle Source Inc. is either a manufacturer of automobiles or a dealer/distributor acting on behalf of manufacturers, and their core business aligns with this classification. While the government is purchasing vehicles, the NAICS code reflects the industry sector the contractor operates within. It's important to note that the government often contracts with dealers or resellers rather than directly with the original manufacturers, but the NAICS code typically reflects the entity's primary operational classification within the broader automotive industry.
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: $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
- 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)