GSA awards $53,358 per 4X4 SUV to Fleet Vehicle Source Inc. under full and open competition

Contract Overview

Contract Amount: $53,358 ($53.4K)

Contractor: Fleet Vehicle Source Inc

Awarding Agency: General Services Administration

Start Date: 2026-04-09

End Date: 2026-08-07

Contract Duration: 120 days

Daily Burn Rate: $445/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 7000 GVWR

Place of Performance

Location: LAS VEGAS, CLARK County, NEVADA, 89118

State: Nevada Government Spending

Plain-Language Summary

General Services Administration obligated $53,358 to FLEET VEHICLE SOURCE INC for work described as: 4X4 SUV, INTERMEDIATE, 4 DR, 5 PASS, MIN 7000 GVWR Key points: 1. The contract value of $53,358 per unit for a 4X4 SUV appears within a reasonable range for specialized government fleet vehicles. 2. Full and open competition suggests a competitive bidding process, likely leading to favorable pricing for the government. 3. The fixed-price contract type mitigates cost overrun risks for the government. 4. Delivery orders indicate a need for immediate fleet expansion or replacement. 5. The specified GVWR of 7000 lbs suggests these vehicles are intended for demanding operational environments. 6. The short duration of 120 days for delivery implies a focus on rapid acquisition.

Value Assessment

Rating: good

The price of $53,358 per 4X4 SUV is comparable to similar government fleet vehicle procurements. While specific market data for this exact configuration (4-door, 5-passenger, 7000 GVWR) is proprietary, general fleet vehicle acquisition costs for similar specifications often fall within this range. The firm fixed-price structure provides cost certainty, which is a positive indicator of value.

Cost Per Unit: Approximately $53,358 per unit.

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 multiple bidders, though not explicitly stated in the provided data, is implied by this competition type. This broad solicitation process generally fosters price discovery and encourages competitive pricing.

Taxpayer Impact: Full and open competition maximizes the potential for taxpayer savings by ensuring the government receives the best possible price through a wide range of offers.

Public Impact

Federal agencies requiring robust 4X4 vehicles for operational duties will benefit from this procurement. The contract will supply essential transportation assets for government personnel. The vehicles will likely be deployed in various geographic locations, supporting diverse agency missions. The acquisition supports the automotive manufacturing sector and associated supply chains.

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. Government procurements like this, particularly for specialized vehicles, contribute to this sector's output. While the total market size for government fleet vehicles is substantial, this specific contract represents a small fraction of the overall automotive industry. Benchmarking against other government fleet vehicle contracts of similar specifications would provide further context.

Small Business Impact

The provided data indicates that small business participation was not a specific set-aside requirement for this contract (sb: false). There is no information on subcontracting plans. Therefore, the direct impact on the small business ecosystem from this particular award is likely minimal, unless Fleet Vehicle Source Inc. utilizes small businesses in its supply chain.

Oversight & Accountability

The General Services Administration (GSA) oversees this contract through its Federal Acquisition Service. Oversight mechanisms include contract performance monitoring and adherence to acquisition regulations. Transparency is generally maintained through public contract databases. Inspector General jurisdiction would apply in cases of suspected fraud, waste, or abuse.

Related Government Programs

Risk Flags

Tags

vehicle-procurement, gsa, fleet-vehicles, 4x4-suv, firm-fixed-price, full-and-open-competition, general-services-administration, federal-acquisition-service, delivery-order, automobile-manufacturing, nevada

Frequently Asked Questions

What is this federal contract paying for?

General Services Administration awarded $53,358 to FLEET VEHICLE SOURCE INC. 4X4 SUV, INTERMEDIATE, 4 DR, 5 PASS, MIN 7000 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 $53,358.

What is the period of performance?

Start: 2026-04-09. End: 2026-08-07.

What is the track record of Fleet Vehicle Source Inc. in fulfilling government contracts, particularly for vehicles of this specification?

A comprehensive review of Fleet Vehicle Source Inc.'s contract history with the government would be necessary to assess their track record. This would involve examining past performance evaluations, on-time delivery rates, and any instances of contract disputes or terminations. Without access to this specific performance data, it is difficult to definitively gauge their reliability for this particular award. However, the fact that they were awarded this contract under full and open competition suggests they met the minimum qualifications and were deemed a responsible source at the time of award.

How does the $53,358 per-unit cost compare to similar 4X4 SUVs procured by other federal agencies or state governments?

Benchmarking this $53,358 per-unit cost against similar 4X4 SUVs procured by other federal agencies or state governments is crucial for assessing value. While the provided data specifies a 7000 GVWR, which indicates a heavy-duty configuration, a direct comparison with less specialized vehicles would be misleading. A thorough analysis would involve identifying contracts for vehicles with comparable specifications (e.g., similar engine size, drivetrain, payload capacity, and optional equipment) awarded within the last 12-24 months. Variations in geographic delivery, contract volume, and specific agency requirements can influence pricing, so adjustments for these factors would be necessary for an accurate comparison.

What are the primary risks associated with this contract, considering the vehicle's specifications and the contract type?

The primary risks associated with this contract, despite the firm fixed-price structure, revolve around the specialized nature of the vehicle. The 7000 GVWR requirement suggests these are not standard passenger SUVs, potentially leading to higher maintenance costs and a more limited pool of qualified service providers. If Fleet Vehicle Source Inc. has a limited history with such heavy-duty configurations, there could be a risk of delivery delays or performance issues. Furthermore, the short 120-day delivery window, while beneficial for rapid acquisition, could be a risk if unforeseen supply chain disruptions impact the manufacturer's ability to meet the deadline.

What is the expected program effectiveness or impact of acquiring these 4X4 SUVs for the General Services Administration?

The expected program effectiveness of acquiring these 4X4 SUVs hinges on their intended use by federal agencies. Given the 7000 GVWR, these vehicles are likely destined for roles requiring significant payload capacity or operation in challenging terrain, such as law enforcement, emergency response, or field operations in remote areas. Their effectiveness will be measured by their reliability, durability, and ability to perform these demanding tasks without frequent breakdowns. Successful deployment should enhance the operational capabilities of the agencies utilizing them, ensuring mission accomplishment and potentially improving response times in critical situations.

How does the historical spending pattern for similar GSA fleet vehicles compare to this specific award?

Analyzing historical spending patterns for similar GSA fleet vehicles is essential for context. This would involve examining GSA's procurement data over the past several fiscal years for 4X4 SUVs with comparable GVWR ratings and features. Key metrics to compare would include the average per-unit cost, the number of vehicles procured annually, and the primary contractors awarded these vehicles. If this $53,358 award is significantly higher or lower than historical averages, it warrants further investigation into the specific market conditions, vehicle configurations, or competitive landscape at the time of this award.

What are the implications of the 'NEVADA' location (SN: NEVADA) for delivery and potential operational use?

The 'NEVADA' location (SN: NEVADA) for this delivery order could have several implications. Firstly, it might indicate that the primary end-user agency or a significant portion of the fleet will be operating within Nevada, suggesting a need for vehicles suited to the state's climate and terrain, which often includes arid conditions and mountainous regions. Secondly, the delivery location can influence transportation costs and lead times, although for a national contract managed by GSA, this might be less of a factor if the vehicles are distributed nationally. Finally, if the vehicles are intended for use in Nevada, their performance in high temperatures and potentially dusty environments becomes a key factor in assessing their suitability and long-term durability.

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: $53,358

Exercised Options: $53,358

Current Obligation: $53,358

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: 2026-04-09

Current End Date: 2026-08-07

Potential End Date: 2026-08-07 00:00:00

Last Modified: 2026-04-10

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