GSA awards $72,923 contract for utility service trucks, highlighting vehicle manufacturing sector activity
Contract Overview
Contract Amount: $72,923 ($72.9K)
Contractor: Johnsons of Kingfisher Inc
Awarding Agency: General Services Administration
Start Date: 2026-04-07
End Date: 2027-07-31
Contract Duration: 480 days
Daily Burn Rate: $152/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 5
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: 4X2 UTILITY SERVICE, CREW CAB, MIN 16,001 LBS GVWR
Place of Performance
Location: KINGFISHER, KINGFISHER County, OKLAHOMA, 73750
State: Oklahoma Government Spending
Plain-Language Summary
General Services Administration obligated $72,923 to JOHNSONS OF KINGFISHER INC for work described as: 4X2 UTILITY SERVICE, CREW CAB, MIN 16,001 LBS GVWR Key points: 1. Contract awarded for specialized utility vehicles, indicating demand for robust fleet assets. 2. The firm-fixed-price structure provides cost certainty for the government. 3. Competition was conducted after excluding sources, suggesting specific requirements or prior relationships. 4. Vehicle manufacturing is a key industrial sector with ongoing federal procurement needs. 5. The contract duration spans over a year, ensuring sustained operational support. 6. Delivery order signifies a specific call-off against a larger contract vehicle.
Value Assessment
Rating: good
The contract value of $72,923 for a 4x2 utility service truck with a minimum GVWR of 16,001 lbs appears reasonable within the context of specialized commercial vehicle procurement. Benchmarking against similar government contracts for heavy-duty trucks suggests this price is competitive, especially considering the specific configuration and delivery timeline. The firm-fixed-price contract type further supports value by locking in costs.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
This contract was awarded under 'Full and Open Competition After Exclusion of Sources.' This indicates that while the initial solicitation may have been broad, specific criteria or circumstances led to the exclusion of certain potential bidders before the final award. The number of bidders is not explicitly stated, but the exclusion suggests a more targeted competition than a purely open process, potentially impacting the breadth of price discovery.
Taxpayer Impact: The exclusion of sources in the competition process may limit the potential for achieving the lowest possible price for taxpayers compared to a fully open and unrestricted competition. However, if the exclusion was based on specific technical requirements or past performance, it could ensure the selection of the most suitable vehicle for the intended purpose.
Public Impact
Federal agencies requiring specialized utility vehicles for maintenance, repair, and operational tasks will benefit from this procurement. The contract delivers essential heavy-duty trucks equipped for demanding service environments. The geographic impact is primarily within Oklahoma, where the contractor is based. This contract supports jobs within the automotive manufacturing and supply chain sectors.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Competition was not fully open, potentially limiting price optimization for taxpayers.
- Specific details on the reasons for excluding sources are not provided, raising questions about the procurement process.
- The contract is a delivery order, implying it's part of a larger, potentially less scrutinized, contract vehicle.
Positive Signals
- The contract utilizes a firm-fixed-price structure, offering cost predictability.
- The vehicle specifications meet stringent GVWR requirements for heavy-duty utility work.
- The General Services Administration (GSA) is managing the procurement, indicating adherence to federal acquisition standards.
Sector Analysis
The automotive manufacturing sector, specifically light-duty and medium-duty truck production (NAICS 336110), is a significant part of the U.S. industrial base. Federal agencies are consistent buyers of these vehicles for various operational needs. This contract represents a small but essential component of federal spending within this sector, contributing to the demand for specialized commercial vehicles.
Small Business Impact
This contract was not awarded to a small business (ss: false) and did not include a small business set-aside (sb: false). Therefore, there are no direct subcontracting implications for small businesses stemming from this specific award. The primary impact is on the large manufacturer or dealer fulfilling the order.
Oversight & Accountability
The contract is managed by the General Services Administration (GSA) Federal Acquisition Service, which adheres to established federal procurement regulations and oversight. The firm-fixed-price contract type provides a degree of financial oversight by locking in costs. Further oversight would typically come from agency-level contract management and potentially the Government Accountability Office (GAO) if disputes arise.
Related Government Programs
- GSA Fleet Vehicle Procurement
- Commercial Off-the-Shelf (COTS) Vehicle Purchases
- Medium-Duty Truck Acquisition Programs
- Utility and Service Vehicle Contracts
Risk Flags
- Limited competition due to source exclusion.
- Lack of transparency regarding the reasons for excluding sources.
- Potential for higher costs compared to unrestricted full and open competition.
Tags
gsa, federal-acquisition-service, automobile-and-light-duty-motor-vehicle-manufacturing, firm-fixed-price, delivery-order, medium-duty-truck, utility-vehicle, oklahoma, limited-competition
Frequently Asked Questions
What is this federal contract paying for?
General Services Administration awarded $72,923 to JOHNSONS OF KINGFISHER INC. 4X2 UTILITY SERVICE, CREW CAB, MIN 16,001 LBS GVWR
Who is the contractor on this award?
The obligated recipient is JOHNSONS OF KINGFISHER INC.
Which agency awarded this contract?
Awarding agency: General Services Administration (Federal Acquisition Service).
What is the total obligated amount?
The obligated amount is $72,923.
What is the period of performance?
Start: 2026-04-07. End: 2027-07-31.
What is the typical price range for a 4x2 utility service truck with a minimum 16,001 lbs GVWR purchased by the federal government?
The price for a 4x2 utility service truck with a minimum GVWR of 16,001 lbs can vary significantly based on specific configurations, manufacturer, and optional equipment. However, federal procurement data suggests that prices for such vehicles typically range from $60,000 to $90,000. Factors like specialized bodies (e.g., service bodies, utility beds), liftgates, advanced electronics, and specific powertrain options can drive the cost higher. The $72,923 awarded in this instance falls within the expected mid-range for a well-equipped, heavy-duty utility truck procured through federal channels, especially when considering the firm-fixed-price nature of the contract which often includes a buffer for the contractor.
What does 'Full and Open Competition After Exclusion of Sources' imply for this contract?
This contract type, 'Full and Open Competition After Exclusion of Sources,' indicates a procurement process that began with the intent of broad competition but resulted in the exclusion of certain potential offerors before the final award decision. This exclusion could be based on various factors, such as specific technical capabilities, unique requirements that only a limited number of vendors could meet, or prior performance issues with certain contractors. While it aims to ensure the best value, it suggests that the pool of competitors was narrowed, potentially impacting the level of price competition achieved compared to a completely unrestricted 'full and open' competition where all responsible sources are allowed to compete without restriction.
How does the contract duration of 480 days (40 months) impact the value proposition?
The contract duration of 480 days, which translates to approximately 40 months from the award date to the estimated completion date (considering the delivery order period from 2026-04-07 to 2027-07-31, which is about 15 months, but the 'dur' field indicates 480 days from award), suggests a longer-term need for the utility vehicles. A longer duration can sometimes offer better value if it allows for bulk purchasing discounts or ensures a stable supply chain for critical assets. However, for a single vehicle delivery order, the 'dur' field might represent the period over which the delivery order is valid or the expected service life. If it represents the service life, it implies the government expects the vehicle to be operational for an extended period, making the initial investment more justifiable. If it's the delivery window, it indicates a phased delivery or a long lead time.
What is the significance of the NAICS code 336110 (Automobile and Light Duty Motor Vehicle Manufacturing)?
The North American Industry Classification System (NAICS) code 336110 identifies the industry sector related to the manufacturing of automobiles and light-duty motor vehicles. In the context of this contract, it signifies that the procured utility service truck falls under this manufacturing category. This code helps in understanding the economic sector the contract supports and allows for comparisons with other federal spending within the automotive manufacturing industry. It indicates that the government is procuring a product directly from or closely related to this manufacturing base, rather than a service.
What are the potential risks associated with a 'delivery order' contract type?
Delivery orders are typically issued against indefinite-delivery, indefinite-quantity (IDIQ) contracts or other contract vehicles. Potential risks associated with delivery orders include a lack of transparency if the parent IDIQ contract was not competitively awarded or if the ordering process lacks clear guidelines. There's also a risk that the pricing for individual delivery orders might not be as competitive as a standalone, fully competed contract, especially if the parent contract's pricing is not regularly reviewed. Furthermore, the government might commit significant funds over time through multiple delivery orders without a clear understanding of the total expenditure until later stages.
Industry Classification
NAICS: Manufacturing › Motor Vehicle Manufacturing › Automobile and Light Duty Motor Vehicle Manufacturing
Product/Service Code: MOTOR VEHICLES, CYCLES, TRAILERS
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Solicitation ID: 47QMCA22R0014
Offers Received: 5
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 1801 S MAIN ST, KINGFISHER, OK, 73750
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $72,923
Exercised Options: $72,923
Current Obligation: $72,923
Contract Characteristics
Multi-Year Contract: Yes
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 47QMCA23D000C
IDV Type: IDC
Timeline
Start Date: 2026-04-07
Current End Date: 2027-07-31
Potential End Date: 2027-07-31 00:00:00
Last Modified: 2026-04-08
More Contracts from Johnsons of Kingfisher Inc
- 4X2 Cutaway DRY Cargo VAN, 10,000 and Under LBS Gvwr — $65.6K (General Services Administration)
- 4X4 Utility Service, Crew CAB, MIN 8,501 LBS Gvwr — $61.9K (General Services Administration)
- 4X2 Panel VAN, Maintenance Conversion, 10,000 and U LBS Gvwr — $59.6K (General Services Administration)
- 4X2 Panel VAN, Maintenance Conversion, 10,000 and U LBS Gvwr — $59.6K (General Services Administration)
- 4X2 Utility Service, Regular CAB, MIN 10,001 LBS Gvwr SRW — $59.3K (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)