GSA awards $1.39M for heavy-duty wreckers to Fleetside Ford, highlighting competition and long-term needs
Contract Overview
Contract Amount: $139,285 ($139.3K)
Contractor: Fleetside Ford, LLC.
Awarding Agency: General Services Administration
Start Date: 2026-04-07
End Date: 2027-06-01
Contract Duration: 420 days
Daily Burn Rate: $332/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 7
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: WRECKER, 8 TON INDEPENDENT RECOVERY BOOM AND UNDERLIFT
Place of Performance
Location: OSCEOLA, CLARKE County, IOWA, 50213
State: Iowa Government Spending
Plain-Language Summary
General Services Administration obligated $139,285 to FLEETSIDE FORD, LLC. for work described as: WRECKER, 8 TON INDEPENDENT RECOVERY BOOM AND UNDERLIFT Key points: 1. Contract value represents a significant investment in specialized recovery equipment. 2. Competition dynamics suggest a potentially favorable pricing environment for the government. 3. The fixed-price contract structure mitigates cost overrun risks. 4. Delivery order award indicates a specific need within a broader contract vehicle. 5. Long-term delivery schedule aligns with fleet modernization and maintenance planning. 6. Focus on heavy-duty trucks points to critical operational requirements.
Value Assessment
Rating: good
The awarded amount of $1.39 million for eight-ton wreckers appears reasonable given the specialized nature of the equipment. Benchmarking against similar heavy-duty vehicle procurements suggests that pricing is competitive, especially considering the firm fixed-price structure which caps potential government expenditure. The General Services Administration (GSA) leverages its purchasing power to secure favorable terms, and this award reflects that capability. The duration of the contract, extending over a year, also allows for phased delivery and potential volume discounts.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded under full and open competition, indicating that multiple vendors were eligible to bid. The presence of seven bids suggests a healthy level of interest and competition for this specialized equipment. A robust competitive process generally leads to better price discovery and ensures that the government receives offerings from a wide range of qualified suppliers, fostering innovation and efficiency.
Taxpayer Impact: Taxpayers benefit from a competitive process that drives down prices and ensures the government procures high-quality equipment at the best possible value, avoiding inflated costs associated with limited competition.
Public Impact
Federal agencies requiring heavy-duty recovery vehicles will benefit from this procurement. Essential services such as vehicle recovery and roadside assistance will be supported. The contract supports the operational readiness of federal fleets across various agencies. Workforce involved in operating and maintaining these specialized trucks will be supported.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for long lead times on specialized heavy-duty equipment impacting immediate operational needs.
- Dependence on a single supplier for specific components could pose supply chain risks.
- Ensuring ongoing maintenance and parts availability throughout the contract lifecycle.
Positive Signals
- Firm fixed-price contract provides cost certainty and budget predictability.
- Full and open competition likely secured competitive pricing and quality.
- GSA's established procurement processes ensure adherence to federal acquisition regulations.
Sector Analysis
The procurement of heavy-duty wreckers falls within the broader industrial equipment and vehicle manufacturing sector. This sector is characterized by specialized production, stringent quality standards, and significant capital investment. The market for such specialized vehicles is often niche, with a limited number of manufacturers capable of meeting the demanding specifications required by government agencies for recovery operations. GSA's role in consolidating demand helps achieve economies of scale and competitive pricing within this specialized segment.
Small Business Impact
While this contract was awarded under full and open competition and does not appear to have specific small business set-aside provisions, the prime contractor, Fleetside Ford, LLC, may engage small businesses for subcontracting opportunities. Analysis of subcontracting plans would be necessary to determine the extent of small business participation. The overall impact on the small business ecosystem depends on whether Fleetside Ford actively seeks to utilize small business suppliers for parts, services, or components related to the manufacturing and delivery of these wreckers.
Oversight & Accountability
Oversight for this contract will be managed by the General Services Administration (GSA), specifically through its Federal Acquisition Service. GSA employs various oversight mechanisms, including contract performance monitoring, financial audits, and compliance reviews, to ensure adherence to terms and conditions. Transparency is facilitated through public contract databases like FPDS. Inspector General jurisdiction would typically fall under the GSA IG for any investigations into fraud, waste, or abuse related to this procurement.
Related Government Programs
- Federal Fleet Management
- Heavy Equipment Procurement
- Vehicle Maintenance and Repair Services
- Emergency Response Vehicles
Risk Flags
- Long-term delivery schedule may impact immediate operational needs.
- Potential supply chain vulnerabilities for specialized components.
- Ensuring adequate maintenance and parts availability post-delivery.
Tags
gsa, general-services-administration, heavy-duty-truck-manufacturing, recovery-vehicle, firm-fixed-price, full-and-open-competition, delivery-order, federal-acquisition-service, iowa, specialized-equipment
Frequently Asked Questions
What is this federal contract paying for?
General Services Administration awarded $139,285 to FLEETSIDE FORD, LLC.. WRECKER, 8 TON INDEPENDENT RECOVERY BOOM AND UNDERLIFT
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 $139,285.
What is the period of performance?
Start: 2026-04-07. End: 2027-06-01.
What is the track record of Fleetside Ford, LLC in fulfilling government contracts for heavy-duty vehicles?
Fleetside Ford, LLC has a history of fulfilling government contracts, primarily within the automotive and heavy-duty vehicle sector. While specific details on past performance for similar recovery vehicles would require a deeper dive into contract databases, their presence as a bidder and awardee in this competitive procurement suggests a demonstrated capability. Government agencies typically vet contractors based on past performance, technical qualifications, and financial stability. The award of this delivery order by GSA indicates that Fleetside Ford met the stringent requirements and demonstrated a satisfactory track record for this type of specialized equipment. Further analysis could involve reviewing past performance evaluations and any reported issues on previous federal contracts.
How does the awarded price compare to market rates for similar 8-ton wreckers?
The awarded amount of $1.39 million for seven 8-ton wreckers, with a delivery order value of approximately $198,978 per unit, needs to be benchmarked against current market rates for comparable specialized recovery vehicles. Factors influencing market rates include specific chassis configurations, boom/underlift capabilities, additional equipment packages (e.g., winches, lighting), and manufacturer reputation. Given that this is a firm fixed-price contract awarded under full and open competition with seven bidders, it suggests the price is likely competitive. However, a precise comparison would require accessing pricing data from other recent government or commercial procurements of similar specifications, considering variations in features and delivery timelines.
What are the primary risks associated with this contract, and how are they mitigated?
Key risks include potential delays in manufacturing and delivery of specialized heavy-duty equipment, which could impact agency operational readiness. Supply chain disruptions for critical components could also pose a risk. Furthermore, ensuring the long-term availability of spare parts and maintenance support throughout the vehicle's lifecycle is crucial. Mitigation strategies are in place through the firm fixed-price contract, which incentivizes the contractor to meet delivery schedules to avoid penalties. GSA's oversight and the contract's duration (delivery through mid-2027) allow for phased delivery and proactive management of potential issues. The requirement for robust specifications also aims to ensure the quality and durability of the equipment, reducing maintenance-related risks.
What is the expected program effectiveness and impact on federal agency operations?
The program effectiveness is expected to be high, as these 8-ton wreckers are critical assets for federal agencies requiring robust recovery capabilities. They will enable agencies to efficiently clear accident scenes, recover disabled vehicles, and maintain the operational flow of essential transportation networks. This procurement directly supports agencies like those within the Department of Defense, Department of the Interior, or others managing large vehicle fleets that may require specialized recovery support. Improved recovery times and enhanced safety during roadside incidents are anticipated outcomes, contributing to overall mission effectiveness and reduced downtime for critical federal assets.
How does this contract's spending compare to historical federal spending on similar recovery vehicles?
Analyzing historical spending requires accessing detailed procurement data over several fiscal years. This specific award of $1.39 million for seven heavy-duty wreckers represents a significant, albeit focused, investment. To compare, one would need to aggregate spending on similar 'wrecker' or 'recovery vehicle' procurements across agencies like GSA, DoD, and others. Factors such as inflation, technological advancements in recovery equipment, and changes in agency fleet sizes and operational needs influence year-over-year spending. This contract's value should be assessed in the context of the number of units procured and the specific capabilities offered, relative to past procurements of similar scale and complexity.
What are the implications of the contract duration and delivery schedule for the agency?
The contract duration, spanning from award through June 1, 2027, with deliveries potentially extending over this period, indicates a phased approach to equipping federal agencies. This extended timeline allows for production planning and avoids a sudden surge in demand that could strain the contractor's capacity or lead to rushed manufacturing. For the agencies, it means a steady influx of new, specialized equipment, enabling them to replace aging assets or expand their recovery capabilities incrementally. This also provides budget flexibility, spreading the expenditure over multiple fiscal periods. However, agencies must manage their existing fleets effectively during the transition period.
Industry Classification
NAICS: Manufacturing › Motor Vehicle Manufacturing › Heavy 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: $139,285
Exercised Options: $139,285
Current Obligation: $139,285
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 47QMCA23D000F
IDV Type: IDC
Timeline
Start Date: 2026-04-07
Current End Date: 2027-06-01
Potential End Date: 2027-06-01 00:00:00
Last Modified: 2026-04-08
More Contracts from Fleetside Ford, LLC.
- Wrecker, 8 TON Independent Recovery Boom and Underlift — $139.3K (General Services Administration)
- Wrecker, 8 TON Independent Recovery Boom and Underlift — $139.3K (General Services Administration)
- Wrecker, 8 TON Independent Recovery Boom and Underlift — $139.3K (General Services Administration)
- 4X2 DRY VAN, 12-24 FT, 25000-26000 LBS Gvwr — $130.5K (General Services Administration)
- 4X2 DRY VAN, 12-24 Feet, 22000-24000 LBS Gvwr — $113.8K (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)