GSA awards $697K for wheelchair vans, highlighting potential for competitive pricing in specialized vehicle manufacturing

Contract Overview

Contract Amount: $69,715 ($69.7K)

Contractor: Fenton Mobility Products Inc

Awarding Agency: General Services Administration

Start Date: 2025-07-30

End Date: 2026-10-29

Contract Duration: 456 days

Daily Burn Rate: $153/day

Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Number of Offers Received: 8

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: WHEELCHAIR VAN, FULL-SIZE, 3 WHL CHR, CURBSIDE LIFT

Place of Performance

Location: RANDOLPH, CATTARAUGUS County, NEW YORK, 14772

State: New York Government Spending

Plain-Language Summary

General Services Administration obligated $69,714.89 to FENTON MOBILITY PRODUCTS INC for work described as: WHEELCHAIR VAN, FULL-SIZE, 3 WHL CHR, CURBSIDE LIFT Key points: 1. The contract value suggests a significant investment in specialized mobility solutions. 2. Competition dynamics for this type of vehicle are crucial for ensuring fair market pricing. 3. Delivery order structure indicates potential for follow-on work and sustained demand. 4. The fixed-price nature of the contract shifts performance risk to the contractor. 5. Geographic focus on New York may reflect regional needs or specific program requirements. 6. The absence of small business set-aside warrants examination of subcontracting opportunities.

Value Assessment

Rating: good

The award of $697,148.89 for wheelchair vans appears reasonable given the specialized nature of the equipment. Benchmarking against similar government contracts for modified vehicles indicates that pricing can vary widely based on specific features like curb-side lifts and customization. Without detailed specifications, a direct per-unit cost comparison is difficult, but the total value suggests a substantial procurement. The General Services Administration (GSA) often leverages its purchasing power to secure competitive rates, and this award should be evaluated within that context.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This contract was awarded under 'Full and Open Competition After Exclusion of Sources,' indicating that while the competition was broad, specific reasons led to the exclusion of certain potential bidders. The presence of 8 bidders suggests a healthy level of interest and competition for this specialized vehicle requirement. A competitive process like this is generally expected to drive down prices and ensure the government receives the best value. The number of bidders provides a good basis for price discovery.

Taxpayer Impact: The robust competition among 8 bidders is beneficial for taxpayers, as it likely resulted in a more favorable price than a sole-source or limited competition award. This process helps ensure that public funds are used efficiently by leveraging market forces.

Public Impact

Individuals requiring specialized wheelchair-accessible transportation will benefit from the delivery of these vans. The services delivered include the provision of fully equipped, full-size wheelchair vans. The geographic impact is primarily focused on New York (ST: NY, SN: NEW YORK). The contract supports the automotive manufacturing sector, specifically companies involved in vehicle modification and accessibility features.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Potential for limited future competition if specific modifications become proprietary.
  • Dependence on a single contractor for maintenance or specialized parts could arise.
  • Ensuring compliance with accessibility standards across all delivered units requires diligent oversight.

Positive Signals

  • Awarded through full and open competition, indicating a broad market response.
  • Multiple bidders (8) participated, suggesting a competitive marketplace for these vehicles.
  • Fixed-price contract structure provides cost certainty for the government.
  • Delivery order mechanism allows for phased delivery and potential adjustments.

Sector Analysis

The procurement falls within the broader automotive manufacturing and specialized vehicle modification sector. This sector is characterized by varying degrees of competition, with standard vehicles being highly competitive and highly customized or specialized vehicles, like wheelchair vans, often having fewer dedicated manufacturers. The market size for specialized accessibility vehicles is significant, driven by both government and private demand. This contract represents a specific instance of federal spending within this niche, contributing to the overall demand for accessible transportation solutions.

Small Business Impact

The data indicates that this contract was not specifically set aside for small businesses (ss: false, sb: false). While 8 bidders participated, the absence of a small business set-aside means that opportunities for small businesses to directly compete or subcontract may be limited. Further investigation into the prime contractor's subcontracting plan would be necessary to assess the impact on the small business ecosystem.

Oversight & Accountability

The General Services Administration (GSA) typically employs robust oversight mechanisms for its contracts, including performance monitoring and compliance checks. As a delivery order under a larger contract vehicle, it likely falls under the purview of GSA's Federal Acquisition Service. Transparency is generally maintained through contract databases like FPDS. Inspector General audits may be conducted if specific concerns regarding waste, fraud, or abuse arise.

Related Government Programs

  • Federal Supply Schedule (FSS) contracts for vehicles
  • Department of Veterans Affairs (VA) vehicle procurement
  • Transportation services contracts
  • Mobility equipment procurement

Risk Flags

  • Potential for cost overruns if unforeseen modification challenges arise.
  • Ensuring consistent quality and compliance with accessibility standards across all units.
  • Limited visibility into the specific exclusion of sources in the 'full and open' competition.

Tags

vehicle-procurement, wheelchair-van, specialized-vehicles, gsa, general-services-administration, new-york, delivery-order, fixed-price, full-and-open-competition, automotive-manufacturing, accessibility-vehicles, federal-acquisition-service

Frequently Asked Questions

What is this federal contract paying for?

General Services Administration awarded $69,714.89 to FENTON MOBILITY PRODUCTS INC. WHEELCHAIR VAN, FULL-SIZE, 3 WHL CHR, CURBSIDE LIFT

Who is the contractor on this award?

The obligated recipient is FENTON MOBILITY PRODUCTS INC.

Which agency awarded this contract?

Awarding agency: General Services Administration (Federal Acquisition Service).

What is the total obligated amount?

The obligated amount is $69,714.89.

What is the period of performance?

Start: 2025-07-30. End: 2026-10-29.

What specific modifications and features are included in the 'WHEELCHAIR VAN, FULL-SIZE, 3 WHL CHR, CURBSIDE LIFT' to justify the contract value?

The contract description specifies a 'full-size' van with capacity for '3 WHL CHR' (wheelchairs) and a 'curbside lift'. These features indicate significant modifications beyond a standard vehicle. Full-size vans offer more interior space, crucial for accommodating multiple wheelchairs and passengers comfortably. The '3 WHL CHR' capacity suggests a design tailored for group transport or multiple users. The 'curbside lift' is a specialized accessibility feature that allows individuals using wheelchairs to enter and exit the vehicle safely from the side, often requiring reinforced chassis, specialized ramp/lift mechanisms, and interior tie-down systems. The complexity of integrating these features, ensuring compliance with ADA (Americans with Disabilities Act) standards, and the durability required for government use contribute substantially to the overall cost compared to a basic van.

How does the number of bidders (8) compare to typical competition levels for specialized vehicles like wheelchair vans?

For highly specialized vehicles like modified wheelchair vans, a competition level of 8 bidders is generally considered robust. Standard vehicle procurements might see significantly more bidders, but the niche nature of accessibility modifications narrows the field to manufacturers and upfitters with specific expertise and certifications. A higher number of bidders suggests that the market is sufficiently developed and that there are multiple capable sources willing and able to meet the government's requirements. This level of competition is favorable for price discovery and increases the likelihood of the government obtaining a competitive price and optimal value for its investment.

What are the potential risks associated with a fixed-price contract for specialized vehicles, and how are they mitigated?

The primary risk with a fixed-price contract is that the contractor may incur costs exceeding the agreed-upon price, potentially leading to reduced quality, use of substandard materials, or contractor default if the overrun is significant. For specialized vehicles, risks include unforeseen technical challenges during modification, unexpected increases in component costs, or difficulties in meeting stringent performance specifications. Mitigation strategies employed by the government often include detailed technical specifications in the solicitation, requiring pre-award technical evaluations, incorporating performance standards and acceptance criteria, and maintaining close contract administration and oversight. The GSA's experience in procuring complex equipment also aids in risk mitigation through well-defined contract clauses and established relationships with reputable suppliers.

What is the historical spending pattern for similar wheelchair van procurements by the GSA or other federal agencies?

Historical spending on similar wheelchair van procurements by GSA and other agencies like the Department of Veterans Affairs (VA) shows a consistent need for accessible transportation. GSA, through its Federal Supply Schedules (FSS) and other contract vehicles, regularly procures modified vehicles. Spending can range from tens of thousands to hundreds of thousands of dollars per vehicle, depending on the size, number of accessible positions, lift type, and other customizations. Annual spending across the federal government for such vehicles can reach into the millions of dollars, reflecting the ongoing demand for mobility solutions for federal employees, beneficiaries, and program participants. Analyzing past awards can reveal trends in pricing, preferred manufacturers, and contract durations.

What is the significance of the contract being a 'Delivery Order' and what does it imply about the underlying contract?

The designation 'Delivery Order' (AW: DELIVERY ORDER) indicates that this award is not a standalone contract but rather a task order placed against a previously awarded indefinite-delivery, indefinite-quantity (IDIQ) contract or a similar type of basic ordering agreement. This implies that GSA has already established a broader contract vehicle with one or more vendors for the supply of vehicles, potentially including wheelchair vans. The underlying contract likely underwent a full and open competition itself. Delivery orders allow agencies to procure specific quantities of goods or services as needed over a defined period, offering flexibility and streamlined ordering processes once the initial contract is in place. This method is common for recurring needs.

Industry Classification

NAICS: ManufacturingMotor Vehicle ManufacturingAutomobile and Light Duty Motor Vehicle Manufacturing

Product/Service Code: MOTOR VEHICLES, CYCLES, TRAILERS

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Solicitation ID: 47QMCA24R0034

Offers Received: 8

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 26 CENTER ST, RANDOLPH, NY, 14772

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $69,715

Exercised Options: $69,715

Current Obligation: $69,715

Contract Characteristics

Multi-Year Contract: Yes

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: 47QMCA25D0011

IDV Type: IDC

Timeline

Start Date: 2025-07-30

Current End Date: 2026-10-29

Potential End Date: 2026-10-29 00:00:00

Last Modified: 2026-04-03

More Contracts from Fenton Mobility Products Inc

View all Fenton Mobility Products Inc federal contracts →

Other General Services Administration Contracts

View all General Services Administration contracts →

Explore Related Government Spending