GSA awards $82,745 contract for 4x4 pickup trucks to RRDS INC, with delivery expected by April 2026
Contract Overview
Contract Amount: $82,745 ($82.7K)
Contractor: Rrds Inc
Awarding Agency: General Services Administration
Start Date: 2026-04-02
End Date: 2027-02-25
Contract Duration: 329 days
Daily Burn Rate: $252/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 10
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: 4X4 PICKUP,FULLSIZE,CREW CAB, POLICE USE
Place of Performance
Location: IRVINE, ORANGE County, CALIFORNIA, 92618
Plain-Language Summary
General Services Administration obligated $82,745 to RRDS INC for work described as: 4X4 PICKUP,FULLSIZE,CREW CAB, POLICE USE Key points: 1. The contract value appears reasonable for a specialized police-use vehicle. 2. Full and open competition was utilized, suggesting a competitive bidding process. 3. The fixed-price contract type mitigates cost overrun risks for the government. 4. Delivery is scheduled within a 329-day period, indicating timely fulfillment. 5. The North American Industry Classification System (NAICS) code 336111 points to automobile manufacturing. 6. The contract is a delivery order under a larger contract vehicle.
Value Assessment
Rating: good
The awarded amount of $82,745 for a full-size, crew cab, 4x4 pickup truck configured for police use seems within the expected range for such specialized vehicles. Benchmarking against similar government procurements for police interceptors or pursuit-rated vehicles would provide a more precise value assessment. However, given the specific requirements (4x4, crew cab, police package), the price appears competitive, especially considering it was awarded under full and open competition.
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. The presence of 10 bids suggests a healthy level of interest and competition for this requirement. A competitive bidding process generally leads to better price discovery and ensures the government receives offers from a wide range of qualified vendors.
Taxpayer Impact: Taxpayers benefit from full and open competition as it drives down prices and ensures the government is not overpaying for goods and services. The multiple bids received indicate that taxpayer funds are likely being used efficiently.
Public Impact
Law enforcement agencies across the nation will benefit from the availability of these specialized police vehicles. The contract will facilitate the procurement of essential vehicles for public safety operations. The geographic impact is national, as GSA contracts are typically available for use by various federal, state, and local agencies. The contract supports the automotive manufacturing sector and associated supply chains.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for higher-than-market price if specific police package modifications are costly.
- Dependence on a single manufacturer's platform for police vehicle needs.
- Lead times for specialized vehicle production could impact immediate availability.
Positive Signals
- Awarded under full and open competition, ensuring competitive pricing.
- Firm Fixed Price contract type limits cost uncertainty.
- Delivery order structure allows for flexibility in ordering quantities.
- Contract duration aligns with typical vehicle replacement cycles.
Sector Analysis
The automotive manufacturing sector (NAICS 336111) is a significant industry. Government procurement of vehicles, particularly specialized units like police vehicles, represents a consistent demand. This contract fits within the broader category of fleet vehicle acquisition for government agencies. Comparable spending benchmarks would involve analyzing other GSA schedules or agency-specific vehicle procurements for similar police-configured trucks.
Small Business Impact
The data indicates that small business participation was not a primary focus for this specific contract, as the 'sb' (small business) flag is false. There is no explicit mention of small business set-asides or subcontracting requirements. Therefore, the direct impact on the small business ecosystem for this particular award is likely minimal, though the prime contractor may engage small businesses in their supply chain.
Oversight & Accountability
The General Services Administration (GSA) Federal Acquisition Service (FAS) oversees this contract. Oversight mechanisms include contract administration, performance monitoring, and compliance checks. Transparency is generally maintained through public contract databases like FPDS. Inspector General jurisdiction would apply in cases of fraud, waste, or abuse related to the contract.
Related Government Programs
- GSA Fleet Vehicle Purchasing
- Law Enforcement Vehicle Procurement
- Specialty Vehicle Acquisition Programs
Risk Flags
- Potential for delivery delays
- Price competitiveness requires further benchmarking
- Limited visibility into contractor's past performance on similar contracts
Tags
vehicle-procurement, police-vehicles, gsa, general-services-administration, rrds-inc, firm-fixed-price, full-and-open-competition, delivery-order, automotive-manufacturing, california, federal-acquisition-service
Frequently Asked Questions
What is this federal contract paying for?
General Services Administration awarded $82,745 to RRDS INC. 4X4 PICKUP,FULLSIZE,CREW CAB, POLICE USE
Who is the contractor on this award?
The obligated recipient is RRDS INC.
Which agency awarded this contract?
Awarding agency: General Services Administration (Federal Acquisition Service).
What is the total obligated amount?
The obligated amount is $82,745.
What is the period of performance?
Start: 2026-04-02. End: 2027-02-25.
What is the track record of RRDS INC in fulfilling government contracts, particularly for vehicles?
Information regarding RRDS INC's specific track record with government contracts, especially for vehicles, is not detailed in the provided data. A thorough analysis would require examining their past performance on similar contracts, including delivery timeliness, quality of goods, and adherence to contract terms. Reviewing contract award histories and past performance evaluations from sources like the Federal Procurement Data System (FPDS) or CPARS (Contractor Performance Assessment Reporting System) would be necessary to assess their reliability and experience in this domain. Without this historical data, it's difficult to definitively gauge their capabilities and past success in meeting government requirements.
How does the $82,745 price compare to similar police vehicle procurements by the government?
The price of $82,745 for a full-size, crew cab, 4x4 pickup truck configured for police use is a key data point for value assessment. To benchmark this effectively, one would need to compare it against recent awards for similar vehicles. This includes looking at other GSA Schedule contracts, agency-specific solicitations for police interceptors or pursuit-rated vehicles, and considering factors like trim levels, optional equipment, and specific police package modifications. For instance, if similar vehicles were recently procured for $75,000-$90,000, this award would appear within a reasonable market range. Conversely, if comparable vehicles were acquired for significantly less, it might raise questions about the value received.
What are the primary risks associated with this contract, and how are they mitigated?
The primary risks associated with this contract include potential delivery delays due to manufacturing lead times for specialized vehicles, and the possibility of the final price being higher than anticipated if unforeseen modifications or options are required. The firm fixed-price (FFP) contract type significantly mitigates financial risk for the government, as the price is set and unlikely to increase. The delivery order structure, while offering flexibility, could also introduce risk if not managed carefully regarding scheduling and specific requirements. Mitigation strategies would involve close monitoring of production schedules by the GSA, clear communication with the contractor, and ensuring all specifications are precisely defined upfront to avoid scope creep.
How effective is the 'full and open competition' approach in ensuring optimal value for this type of vehicle procurement?
The 'full and open competition' approach is generally highly effective for ensuring optimal value in vehicle procurements, including specialized police vehicles. By allowing all responsible sources to bid, it fosters a competitive environment that drives down prices and encourages innovation. The fact that 10 bids were received for this contract indicates a robust competition. This broad participation increases the likelihood that the government secures the best possible price and terms. While the specific modifications for police use can limit the number of truly comparable bidders, full and open competition still maximizes the pool of potential offerors compared to more restrictive methods.
What are the historical spending patterns for similar police vehicle procurements through GSA?
Analyzing historical spending patterns for similar police vehicle procurements through GSA would involve examining data from previous contract awards for police interceptors, pursuit vehicles, and specialized patrol trucks. This would include looking at the total dollar amounts awarded, the number of vehicles procured in each contract, the average price per vehicle, and the duration of those contracts. Understanding these patterns helps establish a baseline for current pricing, identify trends in vehicle types and features being purchased, and assess whether current spending aligns with historical norms or represents a significant deviation. Such analysis is crucial for validating the value proposition of new awards like this one.
Industry Classification
NAICS: Manufacturing › Motor Vehicle Manufacturing › Automobile 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: 12 GOODYEAR STE 100, IRVINE, CA, 92618
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $82,745
Exercised Options: $82,745
Current Obligation: $82,745
Contract Characteristics
Multi-Year Contract: Yes
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 47QMCA22D000T
IDV Type: IDC
Timeline
Start Date: 2026-04-02
Current End Date: 2027-02-25
Potential End Date: 2027-02-25 00:00:00
Last Modified: 2026-04-03
More Contracts from Rrds Inc
- Rfac Bullet Resisting Panels — $26.7M (Department of Defense)
- Colombian Marines 175hp-90hp NEW Outboard Engine — $3.4M (Department of State)
- INL Bogota - Mercury Verado 350 HP Outboards (54 EA), Rigging Kits (18 EA), Manuals (21 EA), Spare Parts, Special Tooling, Training, and Installation — $2.6M (Department of State)
- 4X4 Pickup,Fullsize,Crew CAB, Police USE — $83.8K (General Services Administration)
- 4X4 Pickup,Fullsize,Crew CAB, Police USE — $82.8K (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)