GSA Awards $139K for 8-Ton Wrecker to Fleetside Ford, Utilizing Full and Open Competition
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 awarded for a specialized heavy-duty recovery vehicle. 2. Fleetside Ford, LLC secured the contract. 3. Competition method was 'Full and Open', suggesting broad market access. 4. The sector is Heavy Duty Truck Manufacturing, a niche but essential area.
Value Assessment
Rating: fair
The contract value of $139,285 for a single 8-ton wrecker appears within a reasonable range for specialized heavy equipment. Benchmarking against similar government or commercial procurements for recovery vehicles of this capacity would provide a more definitive assessment.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The use of 'Full and Open Competition' indicates that multiple vendors were likely solicited, promoting price discovery and potentially leading to a more competitive price. The award was a Delivery Order under an existing contract.
Taxpayer Impact: Taxpayer funds are used for essential equipment supporting government fleet maintenance and operations, ensuring readiness and reducing reliance on external recovery services.
Public Impact
Ensures government agencies have access to specialized recovery equipment for vehicle maintenance. Supports operational readiness for agencies relying on heavy-duty vehicle fleets. The procurement process aimed for competitive pricing through open competition.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of specific unit cost breakdown.
- Small business participation not indicated.
Positive Signals
- Utilized full and open competition.
- Awarded for essential operational equipment.
Sector Analysis
The Heavy Duty Truck Manufacturing sector is critical for logistics and operational support across various government agencies. Spending benchmarks for such specialized vehicles can vary significantly based on features and capacity.
Small Business Impact
The provided data does not indicate whether small businesses participated in or benefited from this contract. Further analysis would be needed to determine small business impact.
Oversight & Accountability
The General Services Administration (GSA) manages this contract, indicating established oversight. The award being a Delivery Order suggests it falls under a broader indefinite-delivery/indefinite-quantity (IDIQ) contract with its own oversight mechanisms.
Related Government Programs
- Heavy Duty Truck Manufacturing
- General Services Administration Contracting
- Federal Acquisition Service Programs
Risk Flags
- Potential for higher costs due to specialized nature.
- Limited visibility into specific component pricing.
- No explicit mention of small business participation.
- Durability and long-term maintenance costs are unknown.
Tags
heavy-duty-truck-manufacturing, general-services-administration, ia, delivery-order, 100k-plus
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 specific breakdown of costs for the wrecker's components and services?
The provided data lacks a detailed cost breakdown for the wrecker, including chassis, boom, underlift, and any associated labor or customization. Understanding these individual costs would allow for a more granular assessment of value for money and identify potential areas for cost savings in future procurements.
What are the key performance metrics and expected lifespan for this wrecker?
Information regarding the expected lifespan, maintenance schedules, and key performance indicators (e.g., lifting capacity under various conditions, operational uptime) for the wrecker is not detailed. Establishing these metrics is crucial for evaluating the long-term value and effectiveness of the asset post-acquisition.
How does the pricing compare to similar commercial off-the-shelf (COTS) wreckers with comparable specifications?
A direct comparison to COTS wreckers is difficult without detailed specifications and pricing from the awarded contract. However, the 'Full and Open Competition' suggests an effort to achieve competitive pricing. Benchmarking against publicly available commercial pricing for similar tonnage and features would be beneficial.
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)