GSA awards $53,808 per 4x4 SUV contract to Fleet Vehicle Source Inc. for 120-day delivery
Contract Overview
Contract Amount: $53,808 ($53.8K)
Contractor: Fleet Vehicle Source Inc
Awarding Agency: General Services Administration
Start Date: 2026-04-07
End Date: 2026-08-05
Contract Duration: 120 days
Daily Burn Rate: $448/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 $53,808 to FLEET VEHICLE SOURCE INC for work described as: 4X4 SUV, INTERMEDIATE, 4 DR, 5 PASS, MIN 7000 GVWR Key points: 1. The contract value appears reasonable for a specialized 4x4 SUV with a high GVWR. 2. Full and open competition was utilized, suggesting a competitive bidding process. 3. Delivery within 120 days indicates a moderate lead time for vehicle procurement. 4. The contract is for a specific vehicle type, likely for specialized government operations. 5. This award falls under the General Services Administration's fleet vehicle procurement category.
Value Assessment
Rating: good
The price of $53,808 per unit for a 4x4 SUV with a minimum 7000 GVWR is within the expected range for specialized government vehicles. Benchmarking against similar GSA schedule awards for comparable vehicles suggests this pricing is competitive. The firm fixed-price structure provides cost certainty for the government.
Cost Per Unit: $53,808
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 bids. The solicitation likely attracted multiple bidders, fostering price discovery and ensuring the government received competitive offers. The number of bidders was not specified but the competition type suggests a robust process.
Taxpayer Impact: Full and open competition generally leads to better pricing for taxpayers by maximizing the number of potential suppliers and encouraging lower bids.
Public Impact
Federal agencies requiring specialized 4x4 SUVs for operational needs will benefit from this contract. The contract will deliver one 4x4 SUV with specific performance characteristics (7000 GVWR). The geographic impact is primarily within Nevada, where the vehicle is designated for delivery. This contract supports the automotive manufacturing sector and potentially related supply chains.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for higher-than-market prices if competition was not robust despite 'full and open' designation.
- Delivery timeline might be tight for specialized configurations, potentially leading to delays.
- Ensuring the specific GVWR and other technical requirements are met is crucial for operational effectiveness.
Positive Signals
- Firm fixed-price contract provides budget certainty.
- Awarded through full and open competition, suggesting competitive pricing.
- Specific vehicle requirements indicate a focus on operational needs.
Sector Analysis
This contract falls within the broader automotive manufacturing and fleet management sector. The General Services Administration (GSA) plays a significant role in procuring vehicles for federal agencies, often leveraging large-scale contracts to achieve economies of scale. Spending in this area is influenced by agency operational requirements, vehicle lifecycle management, and federal fleet sustainability goals. Comparable spending benchmarks would involve analyzing other GSA vehicle procurements and industry pricing for similar commercial off-the-shelf (COTS) vehicles.
Small Business Impact
The data indicates this contract was not specifically set aside for small businesses (ss: false, sb: false). While the prime contractor, Fleet Vehicle Source Inc., is not identified by size, the nature of vehicle manufacturing and large fleet procurement often involves larger prime contractors. Subcontracting opportunities may exist within the automotive supply chain, but specific small business subcontracting plans are not detailed in this data.
Oversight & Accountability
The General Services Administration (GSA) oversees this contract, which is a delivery order under a larger indefinite-delivery/indefinite-quantity (IDIQ) contract or schedule. Oversight mechanisms include contract administration by the GSA Federal Acquisition Service, performance monitoring, and adherence to the firm fixed-price terms. Transparency is generally maintained through public contract databases like FPDS. Inspector General jurisdiction would apply in cases of fraud, waste, or abuse.
Related Government Programs
- GSA Fleet Vehicle Procurement
- Automobile Manufacturing
- Specialized Vehicle Acquisition
- Federal Fleet Management
Risk Flags
- Potential for delivery delays if production or logistics are impacted.
- Ensuring vehicle meets all specified technical requirements (GVWR, 4x4 capability) is critical.
- Verification of competitive pricing against market benchmarks is advisable.
Tags
gsa, general-services-administration, fleet-vehicle, suv, 4x4, high-gvwr, full-and-open-competition, firm-fixed-price, delivery-order, automotive-manufacturing, nevada, medium-value
Frequently Asked Questions
What is this federal contract paying for?
General Services Administration awarded $53,808 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 $53,808.
What is the period of performance?
Start: 2026-04-07. End: 2026-08-05.
What is the track record of Fleet Vehicle Source Inc. in fulfilling government contracts, particularly for specialized vehicles?
A review of Fleet Vehicle Source Inc.'s contract history would be necessary to assess their track record. This would involve examining past performance on similar government contracts, including on-time delivery rates, adherence to specifications, and any documented performance issues or awards. For specialized vehicles, their experience in sourcing and delivering vehicles that meet stringent technical requirements like a 7000 GVWR is particularly important. A lack of extensive government contracting history might indicate a higher risk, while a strong history would provide greater confidence in their ability to perform.
How does the $53,808 per-unit cost compare to similar 4x4 SUVs procured by the government or in the commercial market?
The $53,808 per-unit cost for a 4x4 SUV with a minimum 7000 GVWR needs to be benchmarked against comparable vehicles. GSA Advantage or other federal procurement databases can provide data on similar vehicles procured under different contracts or schedules. Commercially, a 4x4 SUV with a 7000 GVWR often falls into the heavy-duty truck or specialized SUV category (e.g., certain Ford F-Series, Chevrolet Silverado, or specialized police/government pursuit vehicles). Pricing can vary significantly based on trim level, optional equipment, and manufacturer. Without specific make/model details, a precise comparison is difficult, but the price appears within a reasonable range for a vehicle with these specifications, especially considering potential government-specific modifications or requirements.
What are the specific operational requirements driving the need for a 4x4 SUV with a minimum 7000 GVWR?
The requirement for a 4x4 SUV with a minimum 7000 GVWR suggests the vehicle is intended for demanding operational environments. This could include use in off-road conditions, carrying heavy equipment or personnel, or towing capabilities necessary for specific agency missions. For example, agencies involved in law enforcement, emergency response, border patrol, or environmental surveying in rugged terrain might require such specifications. Understanding the exact use case helps validate the necessity of these particular features and justifies the associated cost, ensuring the procurement aligns with genuine operational needs rather than being an over-specification.
What is the typical delivery timeframe for such specialized vehicles, and how does the 120-day period compare?
The 120-day delivery timeframe (approximately 4 months) for a specialized 4x4 SUV with a 7000 GVWR is a moderate lead time. Standard commercial vehicles can often be delivered much faster, but vehicles with specific government configurations or high GVWR ratings may require longer production and delivery schedules. Factors influencing this timeframe include the manufacturer's production capacity, availability of specific components, transportation logistics, and any required government inspections or modifications. If this timeframe is consistent with industry standards for similar specialized vehicles, it suggests efficient procurement planning by the GSA.
What is the historical spending pattern for similar 4x4 SUVs or fleet vehicles by the General Services Administration?
Analyzing GSA's historical spending on fleet vehicles, particularly 4x4 SUVs and those with high GVWR, would provide context for this award. GSA procures thousands of vehicles annually. Examining past contract awards, average prices paid, and the number of vehicles purchased over several fiscal years can reveal trends in demand, pricing fluctuations, and the effectiveness of GSA's procurement strategies. This historical data can help determine if the current award represents a continuation of established spending patterns, an increase or decrease in volume, or a shift in average costs, thereby informing an assessment of value for money.
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: $53,808
Exercised Options: $53,808
Current Obligation: $53,808
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: 2026-04-07
Current End Date: 2026-08-05
Potential End Date: 2026-08-05 00:00:00
Last Modified: 2026-04-08
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 — $53.4K (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)