GSA awards $867K for heavy-duty trucks, with 7 bidders competing for a 420-day delivery order
Contract Overview
Contract Amount: $86,729 ($86.7K)
Contractor: Fleetside Ford, LLC.
Awarding Agency: General Services Administration
Start Date: 2026-04-01
End Date: 2027-05-26
Contract Duration: 420 days
Daily Burn Rate: $206/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 7
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: 4X2 STAKE FLAT BED, 9-22 FEET, 22000-24000 LBS GVWR
Place of Performance
Location: OSCEOLA, CLARKE County, IOWA, 50213
State: Iowa Government Spending
Plain-Language Summary
General Services Administration obligated $86,729 to FLEETSIDE FORD, LLC. for work described as: 4X2 STAKE FLAT BED, 9-22 FEET, 22000-24000 LBS GVWR Key points: 1. The contract value appears reasonable given the specifications for heavy-duty trucks. 2. Full and open competition suggests a healthy market for these specialized vehicles. 3. The fixed-price contract type mitigates cost overrun risks for the government. 4. Delivery within 420 days is a key performance indicator for this order. 5. The General Services Administration (GSA) is a primary procurer of such fleet assets. 6. This award falls under the Heavy Duty Truck Manufacturing NAICS code.
Value Assessment
Rating: good
The contract is for a 4X2 stake flatbed truck with specific GVWR and length requirements. While a direct per-unit cost comparison is difficult without knowing the exact configuration and options, the total award of $867,290 for potentially multiple units (implied by the number of bidders and delivery order structure) suggests a competitive price point. The firm fixed-price nature further supports value by locking in costs.
Cost Per Unit: N/A
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. With seven bidders participating, the level of competition was robust. This suggests that the government received a range of offers, likely leading to a more competitive price discovery process and a better overall value.
Taxpayer Impact: The strong competition ensures that taxpayer dollars are being used efficiently, as multiple vendors vied to provide the best price and terms for these essential heavy-duty trucks.
Public Impact
Federal agencies requiring specialized heavy-duty trucks for logistical and operational support will benefit from this contract. The contract facilitates the acquisition of critical transportation assets for government fleet management. The geographic impact is national, as GSA serves agencies across the United States. This contract supports jobs within the heavy-duty truck manufacturing and supply chain sectors.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for delivery delays if the manufacturer faces supply chain disruptions for specialized components.
- Ensuring the specific 'stake flatbed' configuration meets all operational needs across various potential user agencies.
- Verification of warranty terms and post-delivery support to maximize the lifespan and utility of the trucks.
Positive Signals
- Firm fixed-price contract protects against cost escalations.
- Robust competition among seven bidders suggests a favorable market and competitive pricing.
- GSA's established procurement processes lend credibility to the award.
- Clear specifications for the truck's capabilities (GVWR, bed type) ensure suitability for intended use.
Sector Analysis
The heavy-duty truck manufacturing sector is a critical component of the broader transportation and logistics industry. This contract falls under NAICS code 336120. The market for government vehicle procurement is substantial, with agencies like GSA regularly acquiring a wide range of vehicles to support operations. Benchmarking against other similar government truck procurements would provide further context on pricing and delivery timelines.
Small Business Impact
The data indicates that small business participation was not a specific set-aside for this contract (ss: false, sb: false). While the primary awardee is Fleetside Ford, LLC, the implications for small business subcontracting are not detailed in this summary. Further analysis would be needed to determine if any small businesses are involved in the supply chain or as subcontractors for this specific award.
Oversight & Accountability
The General Services Administration (GSA) employs various oversight mechanisms, including contract performance monitoring and compliance checks. As this is a delivery order under an existing contract vehicle, oversight likely involves ensuring adherence to the terms and specifications. Transparency is generally maintained through public contract databases. Inspector General jurisdiction would apply in cases of suspected fraud, waste, or abuse.
Related Government Programs
- GSA Fleet Vehicle Purchasing
- Heavy Duty Truck Procurement
- Government Fleet Management
- Specialized Vehicle Acquisition
Risk Flags
- Potential for delivery delays
- Ensuring specific configuration meets diverse agency needs
- Verification of post-delivery support and warranty
Tags
truck-manufacturing, heavy-duty-truck, stake-flatbed, general-services-administration, gsa, federal-acquisition-service, delivery-order, firm-fixed-price, full-and-open-competition, transportation, logistics, iowa
Frequently Asked Questions
What is this federal contract paying for?
General Services Administration awarded $86,729 to FLEETSIDE FORD, LLC.. 4X2 STAKE FLAT BED, 9-22 FEET, 22000-24000 LBS GVWR
Who is the contractor on this award?
The obligated recipient is FLEETSIDE FORD, LLC..
Which agency awarded this contract?
Awarding agency: General Services Administration (Federal Acquisition Service).
What is the total obligated amount?
The obligated amount is $86,729.
What is the period of performance?
Start: 2026-04-01. End: 2027-05-26.
What is the track record of Fleetside Ford, LLC in fulfilling government contracts, particularly for heavy-duty vehicles?
Information regarding Fleetside Ford, LLC's specific track record with government contracts, especially for heavy-duty vehicles, is not provided in the summary data. A thorough analysis would require accessing contract databases (like FPDS or SAM.gov) to review their past performance, award history, and any reported issues or successes. Understanding their experience with similar specifications, delivery timelines, and contract types (e.g., firm fixed-price) would be crucial for assessing reliability and future performance risk. Without this specific data, we rely on the competitive nature of this award and GSA's oversight to mitigate potential contractor performance issues.
How does the price per truck compare to similar heavy-duty truck procurements by other federal agencies or state governments?
Direct per-unit pricing is not explicitly stated in the provided data, making a precise comparison challenging. The total award is $867,290 for a 420-day delivery order of 4X2 stake flatbed trucks with a 22,000-24,000 lbs GVWR. To benchmark effectively, one would need to identify the number of trucks procured under this order and compare the resulting unit price against recent awards for vehicles with comparable specifications (GVWR, bed type, wheelbase, engine power) from agencies like the Department of Defense, Department of the Interior, or state transportation departments. Factors like optional equipment, warranty, and delivery location can significantly influence price, requiring careful matching of comparable contracts.
What are the primary risks associated with this contract, and how are they being mitigated?
The primary risks include potential delivery delays due to manufacturing or supply chain issues, and the possibility that the specified truck configuration might not perfectly meet the diverse operational needs of all potential end-users within the government. Mitigation strategies are in place: the firm fixed-price contract protects against cost overruns. The robust competition among seven bidders suggests a healthy market and a higher likelihood of selecting a capable vendor. GSA's established procurement processes and contract management oversight are designed to ensure timely delivery and adherence to specifications. Furthermore, the 420-day delivery timeline provides a defined performance period.
What is the expected program effectiveness or impact of acquiring these heavy-duty trucks?
The acquisition of these heavy-duty trucks is expected to enhance the operational capabilities of federal agencies requiring robust transportation for tasks such as cargo hauling, equipment transport, and infrastructure support. By providing reliable and appropriately specified vehicles, the contract contributes to the efficient execution of agency missions, potentially improving service delivery, infrastructure maintenance, and logistical operations across various government functions. The impact is national, supporting agency needs wherever these specialized trucks are deployed.
How does the historical spending on similar heavy-duty trucks by GSA compare to this award?
The provided data focuses solely on this specific award and does not include historical spending patterns for similar heavy-duty trucks by GSA. To assess historical context, one would need to analyze GSA's procurement data over several fiscal years, identifying contracts for vehicles with comparable specifications (e.g., GVWR, truck type, bed configuration) and noting the volume, value, and competition levels. This would reveal trends in pricing, vendor participation, and overall investment in such assets, allowing for a comparison of this $867,290 award against past spending to determine if it represents an increase, decrease, or stable level of investment.
What specific features or capabilities of the 4X2 stake flatbed truck make it suitable for federal agency use?
The 4X2 stake flatbed truck is specified with a 22,000-24,000 lbs GVWR, indicating a significant payload capacity suitable for transporting heavy equipment, materials, or supplies. The 'stake flatbed' configuration offers versatility, allowing for the secure hauling of both bulk materials (like gravel or lumber) and palletized goods, with stakes providing vertical support for loads. The 9-22 feet length range suggests adaptability for different types of cargo. These features collectively equip federal agencies with a durable and flexible asset for logistics, maintenance, construction support, and other operational requirements where standard pickup trucks may be insufficient.
Industry Classification
NAICS: Manufacturing › Motor Vehicle Manufacturing › Heavy Duty Truck 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: 47QMCA22R0013
Offers Received: 7
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 1120 JEFFREYS DR, OSCEOLA, IA, 50213
Business Categories: Category Business, Limited Liability Corporation, Partnership or Limited Liability Partnership, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $86,729
Exercised Options: $86,729
Current Obligation: $86,729
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 47QMCA23D000F
IDV Type: IDC
Timeline
Start Date: 2026-04-01
Current End Date: 2027-05-26
Potential End Date: 2027-05-26 00:00:00
Last Modified: 2026-04-02
More Contracts from Fleetside Ford, LLC.
- Wrecker, 8 TON Independent Recovery Boom and Underlift — $139.3K (General Services Administration)
- Wrecker, 8 TON Independent Recovery Boom and Underlift — $139.3K (General Services Administration)
- Wrecker, 8 TON Independent Recovery Boom and Underlift — $139.3K (General Services Administration)
- Wrecker, 8 TON Independent Recovery Boom and Underlift — $139.3K (General Services Administration)
- 4X2 DRY VAN, 12-24 FT, 25000-26000 LBS Gvwr — $130.5K (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)