General Services Administration awards $1.39M contract for heavy-duty wreckers to Fleetside Ford, LLC
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 through full and open competition, suggesting a competitive bidding process. 2. The firm-fixed-price contract type aims to provide cost certainty for the government. 3. The contract duration of 420 days indicates a medium-term need for recovery vehicles. 4. The award is a delivery order, suggesting it's part of a larger indefinite-delivery/indefinite-quantity (IDIQ) contract. 5. The North American Industry Classification System (NAICS) code 336120 points to heavy-duty truck manufacturing. 6. The contract is managed by the Federal Acquisition Service, a common GSA entity for procurement.
Value Assessment
Rating: fair
Benchmarking the value of this specific contract is challenging without knowing the exact specifications of the wrecker and comparing it to similar recent awards for identical or comparable equipment. The total award amount of $1,392,850 for a single delivery order suggests a significant investment in specialized heavy-duty recovery vehicles. However, without detailed specifications and a broader market analysis of similar equipment, it's difficult to definitively assess if this represents excellent value for money. The firm-fixed-price structure, however, provides a degree of cost control.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded under full and open competition, indicating that all responsible sources were permitted to submit bids. The presence of 7 bids (no=7) suggests a reasonable level of competition for this specialized equipment. A higher number of bidders generally leads to better price discovery and potentially lower prices for the government. The specific number of bidders is a positive indicator of a competitive process.
Taxpayer Impact: Full and open competition with multiple bidders helps ensure that taxpayer dollars are used efficiently by driving down prices through market forces.
Public Impact
Federal agencies requiring heavy-duty recovery vehicles will benefit from this contract. The contract will facilitate the acquisition of specialized equipment for vehicle recovery operations. The geographic impact is likely national, as GSA contracts often serve various federal installations. The contract supports the heavy-duty truck manufacturing sector, potentially impacting related supply chains and employment.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of detailed specifications makes it difficult to assess if the most cost-effective solution was procured.
- Potential for price escalation in future delivery orders if not managed carefully under the parent IDIQ.
- Dependence on a single contractor for this specific delivery order could pose a risk if performance issues arise.
Positive Signals
- Awarded through full and open competition, indicating a robust bidding process.
- Firm-fixed-price contract provides cost certainty for the government.
- Multiple bids received suggest a competitive market for this type of equipment.
- Managed by GSA's Federal Acquisition Service, which has established procurement expertise.
Sector Analysis
The heavy-duty truck manufacturing sector is a specialized segment of the automotive industry focused on producing large, robust vehicles for commercial and governmental use. This contract falls within the scope of manufacturing specialized recovery vehicles, which are critical for maintaining operational readiness and logistical support for federal agencies. The market for such specialized equipment can be concentrated among a few key manufacturers, making competitive procurement processes vital for achieving value. Comparable spending benchmarks would typically involve analyzing the unit costs of similar recovery trucks procured by other government entities or large commercial fleets.
Small Business Impact
There is no indication that this contract included a small business set-aside (sb=false). The prime contractor, Fleetside Ford, LLC, is likely a larger entity given the nature of heavy-duty truck manufacturing and sales. Subcontracting opportunities for small businesses may exist within the manufacturing or supply chain for components, but this is not explicitly detailed in the provided data. The impact on the small business ecosystem would depend on whether smaller firms are engaged as suppliers or service providers.
Oversight & Accountability
Oversight for this contract is primarily managed by the General Services Administration (GSA), specifically its Federal Acquisition Service. As a delivery order under a potential IDIQ contract, GSA's contracting officers are responsible for monitoring performance, ensuring compliance with contract terms, and managing payments. Transparency is generally facilitated through public contract databases like FPDS. Inspector General jurisdiction would typically fall under the GSA OIG, which investigates fraud, waste, and abuse in federal contracting.
Related Government Programs
- General Services Administration (GSA) Vehicle Procurement Programs
- Heavy Duty Truck Procurement
- Emergency Response Vehicle Contracts
- Fleet Management Services
Risk Flags
- Potential for cost overruns if specifications are not fully defined.
- Contractor performance risk if delivery schedules are not met.
- Market concentration risk for specialized heavy-duty equipment.
Tags
gsa, federal-acquisition-service, heavy-duty-truck-manufacturing, wrecker, recovery-vehicle, firm-fixed-price, full-and-open-competition, delivery-order, iowa, defense-support, fleet-support
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 are the specific technical specifications of the 8-ton wrecker and underlift awarded under this contract?
The provided data indicates the item is a 'WRECKER, 8 TON INDEPENDENT RECOVERY BOOM AND UNDERLIFT' and falls under NAICS code 336120 (Heavy Duty Truck Manufacturing). However, detailed technical specifications such as boom capacity, underlift lifting capacity, chassis model, specific safety features, and any required certifications are not included in the abbreviated data. These details would be crucial for a thorough technical evaluation and comparison against industry standards or alternative offerings. Such specifications are typically found in the Statement of Work (SOW) or Performance Work Statement (PWS) of the original contract or IDIQ vehicle.
How does the awarded price of $1,392,850 compare to market rates for similar 8-ton wreckers?
Directly comparing the $1,392,850 award to market rates for similar 8-ton wreckers is challenging without knowing the exact configuration and included options. The price represents the total value of this specific delivery order, which could include multiple units or a single highly specialized vehicle. Industry benchmarks for heavy-duty wreckers can vary significantly based on manufacturer, chassis, boom/underlift specifications, and additional equipment. A preliminary search suggests that new heavy-duty wreckers can range from $150,000 to over $400,000 per unit. If this award covers multiple units, the per-unit cost might be competitive. However, a detailed analysis would require comparing the specific SOW requirements against quotes from other manufacturers and recent government procurements of comparable equipment.
What is the track record of Fleetside Ford, LLC in fulfilling government contracts, particularly for heavy-duty vehicles?
Information regarding Fleetside Ford, LLC's specific track record with government contracts, especially for heavy-duty vehicles, is not detailed in the provided data. To assess their performance history, one would need to examine past contract awards, performance evaluations (e.g., Contractor Performance Assessment Reporting System - CPARS), and any history of contract disputes or terminations. Federal procurement databases can provide insights into previous awards. A positive track record with similar procurements would indicate a lower risk associated with this award, while a history of issues might raise concerns about delivery timelines, quality, or overall performance.
What is the anticipated usage and deployment location for these heavy-duty wreckers?
The provided data indicates the contract is managed by the General Services Administration (GSA) and the award is a delivery order, suggesting the vehicles will be distributed to various federal agencies or installations across the country. The specific deployment locations are not detailed in the abbreviated data. However, heavy-duty wreckers are typically used by agencies with large vehicle fleets, such as the Department of Defense, Department of the Interior (for park services or land management), or other agencies involved in logistics, emergency response, or infrastructure maintenance. The 'IA' and 'IOWA' codes likely refer to the state where the delivery order was issued or where the contractor is based, but not necessarily the final deployment.
How does the firm-fixed-price contract type mitigate risks for the government in this procurement?
A firm-fixed-price (FFP) contract type is generally advantageous for the government as it shifts the risk of cost overruns to the contractor. Under an FFP agreement, the contractor agrees to perform the work for a predetermined price, regardless of their actual costs. This provides budget certainty for the government and incentivizes the contractor to manage their costs efficiently. For a procurement like heavy-duty wreckers, where the scope of work is well-defined, FFP is often preferred. It minimizes the need for extensive cost monitoring by the government and reduces the likelihood of unexpected price increases during the contract period, assuming the specifications are clearly defined and change orders are managed strictly.
What is the historical spending pattern for similar heavy-duty recovery vehicles by the GSA or other federal agencies?
Analyzing historical spending patterns for similar heavy-duty recovery vehicles by the GSA and other federal agencies is crucial for benchmarking. This involves reviewing past contract awards for wreckers, tow trucks, and recovery vehicles within specific weight classes (e.g., 8-ton). Data from sources like the Federal Procurement Data System (FPDS) can reveal trends in contract values, number of bidders, contract types, and average prices paid over several fiscal years. Understanding this historical context helps assess whether the current award of $1,392,850 is consistent with past spending, potentially higher or lower, and whether the competition level observed (7 bids) is typical for this type of equipment procurement.
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)