GSA awards $473K for 10 SUVs, exceeding average price by 15.8% in a full and open competition

Contract Overview

Contract Amount: $47,295 ($47.3K)

Contractor: Fleet Vehicle Source Inc

Awarding Agency: General Services Administration

Start Date: 2026-04-08

End Date: 2027-02-02

Contract Duration: 300 days

Daily Burn Rate: $158/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 5500 GVWR

Place of Performance

Location: LAS VEGAS, CLARK County, NEVADA, 89118

State: Nevada Government Spending

Plain-Language Summary

General Services Administration obligated $47,295 to FLEET VEHICLE SOURCE INC for work described as: 4X4 SUV, INTERMEDIATE, 4 DR, 5 PASS, MIN 5500 GVWR Key points: 1. The contract price for these SUVs is 15.8% higher than the benchmark. 2. Competition was robust, with a full and open process. 3. The contract is a delivery order under a larger indefinite-delivery/indefinite-quantity (IDIQ) contract. 4. The vehicles are specified as 4X4 SUVs with a minimum 5500 GVWR. 5. The contract duration is approximately 300 days. 6. The award was made by the General Services Administration (GSA) Federal Acquisition Service.

Value Assessment

Rating: fair

The average price per vehicle is $47,295. Benchmarking data indicates that the average price for similar intermediate 4x4 SUVs with a 5500 GVWR is approximately $40,833. This contract's price is 15.8% above the benchmark, suggesting a potential overpayment or a need for further justification of the higher cost based on specific features or market conditions at the time of award. The firm fixed-price nature of the contract, however, limits future cost increases for the government.

Cost Per Unit: $47,295 per vehicle, 15.8% above benchmark

Competition Analysis

Competition Level: full-and-open

This contract was awarded under a full and open competition, indicating that all responsible sources were permitted to submit offers. While the specific number of bidders is not provided, a full and open competition generally fosters a competitive environment, which should theoretically lead to better pricing and value. The GSA's Fleet Vehicle Source IDIQ contract likely had multiple bidders, and this delivery order was placed against that established competition.

Taxpayer Impact: A full and open competition is favorable for taxpayers as it maximizes the pool of potential suppliers, increasing the likelihood of competitive pricing and preventing potential price gouging.

Public Impact

Federal agencies requiring transportation for personnel and equipment will benefit from these vehicles. The services delivered include the provision of ten intermediate 4x4 SUVs. The geographic impact is primarily within Nevada, where the vehicles are designated for delivery. The contract supports jobs in the automobile manufacturing sector and potentially in vehicle distribution and maintenance.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

The automotive manufacturing sector is a significant part of the U.S. economy. Federal agencies are major purchasers of vehicles, often utilizing GSA schedules and IDIQ contracts to procure fleets. Spending on government vehicles is substantial, with agencies requiring a wide range of vehicle types for operational needs. This contract for SUVs fits within the broader category of federal fleet vehicle procurement, which is subject to various regulations and purchasing strategies aimed at achieving cost efficiencies and meeting agency requirements.

Small Business Impact

The data indicates that small business participation was not a primary consideration for this specific award, as the 'sb' field is false. There is no indication of a small business set-aside. Subcontracting opportunities for small businesses are not explicitly detailed in this award notice. The impact on the small business ecosystem is likely minimal unless the prime contractor, FLEET VEHICLE SOURCE INC, has a robust small business subcontracting program that is not evident from this data point alone.

Oversight & Accountability

The General Services Administration (GSA) oversees this contract through its Federal Acquisition Service. Oversight mechanisms likely include contract performance monitoring, adherence to delivery schedules, and quality assurance of the vehicles provided. Accountability is ensured through the firm fixed-price contract terms, which penalize the contractor for cost overruns. Transparency is facilitated by the public nature of federal contract awards, allowing for review of contract details and performance.

Related Government Programs

Risk Flags

Tags

gsa, federal-acquisition-service, fleet-vehicles, suv, firm-fixed-price, full-and-open-competition, delivery-order, automobile-manufacturing, nevada, intermediate-size

Frequently Asked Questions

What is this federal contract paying for?

General Services Administration awarded $47,295 to FLEET VEHICLE SOURCE INC. 4X4 SUV, INTERMEDIATE, 4 DR, 5 PASS, MIN 5500 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 $47,295.

What is the period of performance?

Start: 2026-04-08. End: 2027-02-02.

What is the track record of FLEET VEHICLE SOURCE INC in fulfilling federal contracts, particularly for vehicles?

Information regarding the specific track record of FLEET VEHICLE SOURCE INC in fulfilling federal contracts is not directly provided in the data. However, as a recipient of a delivery order from the General Services Administration (GSA), it implies the company has met the necessary qualifications to be awarded contracts, likely through GSA's established procurement processes. To fully assess their track record, one would need to examine their past performance ratings on federal contract databases, review any past issues or disputes, and analyze the volume and type of contracts they have previously secured. A history of successful, on-time, and within-budget deliveries would indicate reliability, while a pattern of issues could signal potential risks for future performance.

How does the $47,295 per-vehicle cost compare to other recent federal awards for similar 4x4 SUVs?

The awarded price of $47,295 per vehicle is 15.8% higher than the established benchmark of approximately $40,833 for similar intermediate 4x4 SUVs with a 5500 GVWR. This variance suggests that this particular award may be on the higher end of recent federal procurements for comparable vehicles. Without access to a broader database of recent federal contract awards for identical or highly similar vehicles, it's difficult to definitively state how it compares to *all* other recent awards. However, the 15.8% premium over the benchmark warrants further investigation into the specific justifications for the higher price, such as unique features, specific delivery requirements, or prevailing market conditions at the time of the award.

What are the primary risks associated with this contract award?

The primary risks associated with this contract award include potential overpayment due to the price being 15.8% above the benchmark, which could indicate suboptimal value for taxpayer money. Another risk is the lack of specific bidder numbers, which, despite being a full and open competition, prevents a complete assessment of the competitive intensity and its potential impact on price discovery. Furthermore, as this is a delivery order under an IDIQ, there's an inherent risk tied to the overall structure and performance of the parent IDIQ contract, which is not detailed here. Finally, the specific operational necessity for a 5500 GVWR might be a risk if it exceeds actual requirements, leading to unnecessary costs for a more robust vehicle than needed.

How effective is the GSA's Federal Acquisition Service in securing competitive pricing for fleet vehicles?

The GSA's Federal Acquisition Service (FAS) generally aims to secure competitive pricing for fleet vehicles through various mechanisms, including large-scale IDIQ contracts, strategic sourcing, and leveraging bulk purchasing power. The use of full and open competition for many of its contracts is intended to maximize supplier participation and drive down costs. However, the effectiveness can vary depending on market conditions, the specific vehicle requirements, and the competition dynamics for individual solicitations. While this specific award shows a price premium, it doesn't negate the overall effectiveness of GSA's approach, which often results in significant savings compared to individual agency procurements. Continuous monitoring and analysis of award prices against benchmarks are crucial for ensuring ongoing effectiveness.

What are the historical spending patterns for similar vehicles by the General Services Administration?

Historical spending patterns for similar vehicles by the General Services Administration (GSA) would typically show a consistent demand for fleet vehicles across various types and specifications to support federal agency operations. GSA often procures vehicles through multi-year IDIQ contracts, which allow agencies to place delivery orders as needed. Analyzing historical data would likely reveal trends in average prices paid for specific vehicle classes, the prevalence of different contract types (e.g., firm fixed-price), and the typical duration of such contracts. Without specific historical data for this exact vehicle type and configuration, it's presumed that GSA aims to maintain competitive pricing through its established procurement vehicles, though market fluctuations and specific requirements can lead to variations in individual award prices over time.

Industry Classification

NAICS: ManufacturingMotor Vehicle ManufacturingAutomobile 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: $47,295

Exercised Options: $47,295

Current Obligation: $47,295

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: 2026-04-08

Current End Date: 2027-02-02

Potential End Date: 2027-02-02 00:00:00

Last Modified: 2026-04-09

More Contracts from Fleet Vehicle Source Inc

View all Fleet Vehicle Source Inc federal contracts →

Other General Services Administration Contracts

View all General Services Administration contracts →

Explore Related Government Spending