GSA awards $18.8M for tactical vehicles to Polaris Sales Inc. under full and open competition
Contract Overview
Contract Amount: $18,818,490 ($18.8M)
Contractor: Polaris Sales Inc
Awarding Agency: General Services Administration
Start Date: 2023-05-15
End Date: 2024-05-14
Contract Duration: 365 days
Daily Burn Rate: $51.6K/day
Competition Type: FULL AND OPEN COMPETITION
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: LIGHTWEIGHT TACTICAL ALL-TERRAIN VEHICLE PURCHASE
Place of Performance
Location: HAMEL, HENNEPIN County, MINNESOTA, 55340
Plain-Language Summary
General Services Administration obligated $18.8 million to POLARIS SALES INC for work described as: LIGHTWEIGHT TACTICAL ALL-TERRAIN VEHICLE PURCHASE Key points: 1. Value for money assessed through firm-fixed-price contract, limiting cost overrun risks. 2. Full and open competition suggests a potentially competitive bidding process. 3. Delivery order structure indicates a specific need within a broader contract vehicle. 4. Contract performance duration of one year provides a defined period for delivery. 5. Focus on tactical all-terrain vehicles aligns with specialized defense or utility needs. 6. Award to a single vendor, Polaris Sales Inc., for this specific order.
Value Assessment
Rating: good
The firm-fixed-price contract type is generally favorable for the government, as it shifts cost overrun risk to the contractor. Benchmarking against similar tactical vehicle procurements would be necessary for a definitive value assessment. However, the award of a delivery order under an existing contract vehicle suggests that pricing may have been previously negotiated or established through a competitive process.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under full and open competition, indicating that all responsible sources were permitted to submit bids. The specific number of bidders is not provided, but this competition type generally fosters price discovery and encourages competitive pricing. The use of a delivery order implies this was likely competed within a larger contract vehicle.
Taxpayer Impact: Full and open competition is beneficial for taxpayers as it aims to secure the best possible pricing and terms by allowing a wide range of potential suppliers to bid on the requirement.
Public Impact
The primary beneficiaries are likely government agencies requiring lightweight tactical all-terrain vehicles for operational purposes. Services delivered include the provision of specialized vehicles designed for challenging terrains. The geographic impact is primarily within Minnesota, where Polaris Sales Inc. is located, but the vehicles will be deployed to operational areas. Workforce implications may include manufacturing and support roles at Polaris and its supply chain.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of specific details on the number of bidders in the full and open competition.
- The one-year duration of the delivery order may not reflect long-term fleet needs.
- No information provided on small business subcontracting plans.
Positive Signals
- Firm-fixed-price contract type mitigates cost escalation risks.
- Awarded under a full and open competition, suggesting a competitive environment.
- The contract is for specialized tactical vehicles, indicating a focused and potentially efficient procurement.
Sector Analysis
The procurement falls within the Light Truck and Utility Vehicle Manufacturing sector (NAICS 336112). This sector is characterized by the production of vehicles designed for various commercial and specialized uses. Spending in this area often supports defense, emergency services, and utility operations. Comparable spending benchmarks would involve analyzing other government contracts for similar all-terrain or tactical vehicles.
Small Business Impact
The data indicates that this contract was not set aside for small businesses (sb: false) and the prime contractor, Polaris Sales Inc., is likely a large business. There is no information available regarding subcontracting opportunities for small businesses on this specific delivery order. Further analysis would be needed to determine if subcontracting goals were established or met.
Oversight & Accountability
The General Services Administration (GSA) Federal Acquisition Service typically provides oversight for such contracts. Accountability is established through the firm-fixed-price contract terms and the delivery order's specific requirements. Transparency is generally maintained through contract award databases, though specific performance metrics and oversight details may not be publicly available.
Related Government Programs
- Tactical Vehicle Procurement
- Light All-Terrain Vehicle Acquisition
- GSA Schedule Contracts
- Defense Logistics Agency (DLA) Vehicle Contracts
Risk Flags
- Potential for delivery delays.
- Vehicle suitability for specific operational environments.
- Long-term maintenance and support availability.
- Lack of detailed competition metrics (number of bidders).
Tags
tactical-vehicle, all-terrain-vehicle, lightweight-vehicle, polaris-sales-inc, general-services-administration, firm-fixed-price, delivery-order, full-and-open-competition, defense, utility-vehicle, manufacturing, minnesota
Frequently Asked Questions
What is this federal contract paying for?
General Services Administration awarded $18.8 million to POLARIS SALES INC. LIGHTWEIGHT TACTICAL ALL-TERRAIN VEHICLE PURCHASE
Who is the contractor on this award?
The obligated recipient is POLARIS SALES INC.
Which agency awarded this contract?
Awarding agency: General Services Administration (Federal Acquisition Service).
What is the total obligated amount?
The obligated amount is $18.8 million.
What is the period of performance?
Start: 2023-05-15. End: 2024-05-14.
What is the track record of Polaris Sales Inc. in fulfilling government contracts for tactical vehicles?
Polaris Sales Inc. has a history of supplying vehicles to government entities. Analyzing past performance on similar contracts, including delivery timeliness, quality of goods, and adherence to specifications, is crucial. Government contract databases often contain past performance information, including CPARS (Contractor Performance Assessment Reporting System) reports, which can provide insights into their reliability and effectiveness as a supplier. A review of these reports would indicate if they have a pattern of successful contract completion or any recurring issues.
How does the awarded price compare to market rates for similar lightweight tactical all-terrain vehicles?
To assess the value for money, the awarded price of $18.8 million for an unspecified quantity of vehicles needs to be benchmarked against current market rates. This involves researching prices for comparable vehicles from other manufacturers and considering factors like vehicle specifications, capabilities, and warranty terms. If this award is a delivery order under a GSA Schedule, the pricing may have been pre-negotiated and competitively established. However, a direct comparison with commercial off-the-shelf (COTS) equivalents or similar government procurements is essential to determine if the government secured a favorable price.
What are the specific risks associated with this contract, and how are they being managed?
Potential risks include delivery delays, performance issues with the vehicles, or unforeseen maintenance requirements. The firm-fixed-price contract type mitigates financial risks for the government related to cost overruns. However, risks related to the suitability of the vehicles for their intended operational environment and the contractor's ability to provide timely support and maintenance remain. The contract's one-year duration might also pose a risk if the need for these vehicles extends beyond that period, requiring a new procurement process. Oversight by the GSA and clear performance standards within the delivery order are key management tools.
What is the expected effectiveness of these lightweight tactical all-terrain vehicles in their intended operational roles?
The effectiveness hinges on the specific requirements outlined in the delivery order and the suitability of the Polaris vehicles for those tasks. Lightweight tactical all-terrain vehicles are typically designed for mobility in difficult terrain, reconnaissance, personnel transport, or light cargo hauling in austere environments. Their effectiveness will depend on factors such as durability, maneuverability, payload capacity, fuel efficiency, and ease of maintenance in the field. Without detailed operational context, it's difficult to definitively assess effectiveness, but the procurement suggests a recognized need for such capabilities.
How does this contract's spending compare to historical federal spending on similar tactical vehicles?
Comparing this $18.8 million award to historical spending requires access to comprehensive federal procurement data. Analyzing trends in tactical vehicle acquisitions over the past several fiscal years, including the number of vehicles purchased, average unit costs, and the primary agencies involved, would provide context. This specific award represents a single delivery order, and its significance in the broader landscape of federal tactical vehicle spending depends on the volume and frequency of similar procurements. Understanding historical spending patterns can reveal shifts in requirements, technology adoption, or budgetary priorities.
Industry Classification
NAICS: Manufacturing › Motor Vehicle Manufacturing › Light Truck and Utility Vehicle Manufacturing
Product/Service Code: MOTOR VEHICLES, CYCLES, TRAILERS
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Solicitation ID: 47QFSA23Q0042
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Parent Company: Polaris Inc.
Address: 2100 HWY 55, HAMEL, MN, 55340
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Manufacturer of Goods, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $18,818,490
Exercised Options: $18,818,490
Current Obligation: $18,818,490
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 47QFSA20D0005
IDV Type: IDC
Timeline
Start Date: 2023-05-15
Current End Date: 2024-05-14
Potential End Date: 2024-05-14 00:00:00
Last Modified: 2025-09-18
More Contracts from Polaris Sales Inc
- Arctic Vehicles — $9.8M (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)