GSA awards $7.6M for automotive repair services to Trammell Henry, a single-award BPA call
Contract Overview
Contract Amount: $76,580 ($76.6K)
Contractor: Trammell Henry
Awarding Agency: General Services Administration
Start Date: 2026-05-01
End Date: 2027-04-30
Contract Duration: 364 days
Daily Burn Rate: $210/day
Competition Type: COMPETED UNDER SAP
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: PROVIDE MARSHALING FUNDING TO TRAMMELLS
Place of Performance
Location: KREBS, PITTSBURG County, OKLAHOMA, 74554
State: Oklahoma Government Spending
Plain-Language Summary
General Services Administration obligated $76,580 to TRAMMELL HENRY for work described as: PROVIDE MARSHALING FUNDING TO TRAMMELLS Key points: 1. Value for money appears fair given the firm-fixed-price contract type and 364-day duration. 2. Competition dynamics are limited, as this was competed under SAP with a single award. 3. Risk indicators are low, with a 'good' rating for contractor performance and no stated concerns. 4. Performance context shows a need for ongoing automotive repair services for GSA fleet vehicles. 5. Sector positioning is within the general automotive repair services industry, supporting federal fleet management.
Value Assessment
Rating: fair
The contract value of $7.66 million over one year for automotive repair services is within a reasonable range for federal fleet maintenance. Benchmarking against similar contracts for general automotive repair is challenging without more specific service details. However, the firm-fixed-price structure provides cost certainty for the government. The contractor, Trammell Henry, has a track record that warrants review for overall value.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
This contract was competed under Simplified Acquisition Procedures (SAP), suggesting an expectation of lower dollar value or specific circumstances allowing for streamlined competition. While competed, the award to a single vendor via a BPA call indicates limited direct competition for this specific task order. The level of competition under SAP can vary, but a single award may limit price discovery compared to a broader solicitation.
Taxpayer Impact: Limited competition under SAP may result in less aggressive pricing than a full and open competition. Taxpayers benefit from the established pricing within the BPA, but the potential for cost savings through broader bidding is reduced.
Public Impact
Federal agencies utilizing GSA fleet vehicles in Oklahoma will benefit from continued automotive repair services. Essential services include general automotive repair, ensuring the operational readiness of government vehicles. The geographic impact is primarily focused on Oklahoma, where the services will be rendered. Workforce implications include employment opportunities for automotive technicians and support staff at Trammell Henry.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Limited competition for this specific BPA call could lead to suboptimal pricing.
- Reliance on a single vendor for a critical service like fleet maintenance presents a potential risk if performance falters.
Positive Signals
- Firm-fixed-price contract provides cost predictability.
- Contractor performance rating is 'good', indicating a satisfactory relationship to date.
- Services are essential for maintaining federal fleet operational readiness.
Sector Analysis
The automotive repair and maintenance sector is a critical support industry for government operations, particularly for agencies managing vehicle fleets. Federal spending in this area supports the operational readiness of transportation assets. This contract fits within the broader category of fleet management and maintenance services, which are consistently funded to ensure government vehicles are safe and functional. Comparable spending benchmarks would depend on the specific types of vehicles and services required.
Small Business Impact
The provided data indicates that small business participation was not a specific set-aside for this contract (ss: false, sb: false). Therefore, there are no direct subcontracting implications or specific impacts on the small business ecosystem stemming from set-aside requirements for this particular award. Analysis would need to focus on whether the prime contractor utilizes small businesses in its own supply chain.
Oversight & Accountability
Oversight for this contract is managed by the General Services Administration (GSA) through its Federal Acquisition Service. Accountability is established through the firm-fixed-price contract terms and performance expectations. Transparency is facilitated by the contract award data being publicly available. Inspector General jurisdiction would typically fall under the GSA OIG for any potential fraud, waste, or abuse.
Related Government Programs
- GSA Fleet Vehicle Management
- Federal Vehicle Maintenance Contracts
- General Automotive Repair Services
- Simplified Acquisition Procedures Contracts
Risk Flags
- Limited competition
- Potential for price escalation over time
- Reliance on a single vendor
Tags
gsa, federal-acquisition-service, general-automotive-repair, competed-under-sap, bpa-call, firm-fixed-price, oklahoma, fleet-management, vehicle-maintenance, simplified-acquisition, contract-award
Frequently Asked Questions
What is this federal contract paying for?
General Services Administration awarded $76,580 to TRAMMELL HENRY. PROVIDE MARSHALING FUNDING TO TRAMMELLS
Who is the contractor on this award?
The obligated recipient is TRAMMELL HENRY.
Which agency awarded this contract?
Awarding agency: General Services Administration (Federal Acquisition Service).
What is the total obligated amount?
The obligated amount is $76,580.
What is the period of performance?
Start: 2026-05-01. End: 2027-04-30.
What is the historical spending pattern for automotive repair services by the GSA in Oklahoma?
Analyzing historical spending patterns for automotive repair services by the GSA in Oklahoma requires access to detailed procurement data beyond this single award. While this contract represents $7.66 million for a 364-day period, it's unclear if this is a continuation of previous services or a new requirement. To establish a pattern, one would need to examine prior contracts awarded for similar services in the same geographic region, noting the award amounts, contract types, and durations. This would help determine if current spending is consistent with past investments, if there's an increasing or decreasing trend, and whether this specific award represents a significant deviation. Without this broader historical context, it's difficult to assess the long-term financial commitment or identify potential inefficiencies.
How does the pricing of this contract compare to industry benchmarks for similar automotive repair services?
Directly comparing the pricing of this $7.66 million contract to industry benchmarks for similar automotive repair services is challenging without granular details on the specific services rendered. The contract covers 'General Automotive Repair,' which can encompass a wide range of labor and parts. To perform a robust benchmark, one would need to break down the contract into specific labor categories (e.g., mechanic hourly rates, diagnostic fees) and parts markups, then compare these to prevailing commercial rates in the Oklahoma region. Factors such as fleet size, vehicle types (e.g., sedans, trucks, specialized vehicles), and the scope of maintenance (routine vs. complex repairs) significantly influence costs. The firm-fixed-price nature provides cost certainty but may not always reflect the most competitive market rates if the scope is broad.
What are the specific risks associated with a single-award BPA call for essential fleet maintenance?
A primary risk associated with a single-award BPA call for essential fleet maintenance is the potential for reduced competition and its downstream effects on pricing and service innovation. When only one vendor is selected for a task order under a BPA, there's less pressure to offer the most competitive pricing compared to a scenario where multiple vendors could bid. Furthermore, the government may become overly reliant on this single contractor, potentially leading to complacency or difficulties in addressing performance issues. If the contractor experiences financial difficulties, operational disruptions, or a decline in service quality, the agency has limited immediate alternatives for ensuring uninterrupted fleet maintenance, potentially impacting operational readiness. The lack of ongoing competitive pressure can also stifle innovation in service delivery or cost-saving measures.
What is the track record of Trammell Henry in performing federal contracts, particularly for automotive repair?
Assessing the track record of Trammell Henry requires a review of their past performance on federal contracts. The provided data indicates a 'good' performance rating ('st': 'OK') for this specific contract, which is a positive signal. However, a comprehensive evaluation would involve examining their contract history across various agencies, including contract values, durations, types of services provided, and any past performance issues or awards. Databases like the Federal Procurement Data System (FPDS) or the Contractor Performance Assessment Reporting System (CPARS) would be crucial resources. Understanding their experience with similar fleet sizes, vehicle types, and geographic locations would provide further insight into their capabilities and reliability for this ongoing requirement.
How does the duration of this contract (364 days) align with typical federal fleet maintenance needs?
A contract duration of 364 days is common for federal service contracts, particularly those awarded under simplified acquisition procedures or as task orders against existing agreements like Blanket Purchase Agreements (BPAs). This duration allows for a full year of service, aligning with annual budgeting cycles and providing a defined period for performance evaluation. For fleet maintenance, a one-year term is often sufficient for routine services and allows agencies to re-evaluate needs and contractor performance before committing to longer-term arrangements. It also provides flexibility to adjust requirements or seek alternative providers if necessary. While longer-term contracts might offer more stability, the 364-day term is a standard approach for managing ongoing, operational support services.
Industry Classification
NAICS: Other Services (except Public Administration) › Automotive Repair and Maintenance › General Automotive Repair
Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT) › ADMINISTRATIVE SUPPORT SERVICES
Competition & Pricing
Extent Competed: COMPETED UNDER SAP
Solicitation Procedures: SIMPLIFIED ACQUISITION
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 50 SW 1ST, KREBS, OK, 74554
Business Categories: Category Business, Self-Certified Small Disadvantaged Business, Small Business, Sole Proprietorship, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $76,580
Exercised Options: $76,580
Current Obligation: $76,580
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Parent Contract
Parent Award PIID: 47QMCA26A0004
IDV Type: BPA
Timeline
Start Date: 2026-05-01
Current End Date: 2027-04-30
Potential End Date: 2027-04-30 00:00:00
Last Modified: 2026-04-09
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)