GSA awards $80,945 contract for 4x4 pickup trucks to RRDS INC, with delivery by April 2026
Contract Overview
Contract Amount: $80,945 ($80.9K)
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: $246/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 $80,945 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 vehicle, but a detailed cost breakdown is needed for a definitive value-for-money assessment. 2. Full and open competition was utilized, suggesting a competitive environment that should theoretically drive favorable pricing. 3. The contract duration of 329 days is relatively short, potentially indicating a need for rapid deployment or a phased approach. 4. The vehicle is specified for police use, highlighting a critical public safety application. 5. The award to RRDS INC, a single entity, warrants a review of their capacity and past performance for this specific vehicle type.
Value Assessment
Rating: fair
The award amount of $80,945 for a full-size, crew cab, 4x4 pickup truck configured for police use is within a plausible range for specialized vehicles. However, without detailed cost breakdowns (e.g., base vehicle cost, modifications, equipment), a precise value-for-money assessment is challenging. Comparing this to similar police vehicle procurements by other agencies or the General Services Administration (GSA) itself would provide better benchmarking. The fixed-price nature of the contract shifts risk to the contractor, which is generally positive for the government if the price is competitive.
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 offers. The solicitation resulted in 10 offers, suggesting a healthy level of interest and competition for this requirement. This broad competition is a positive sign for price discovery and ensures the government has access to a range of potential suppliers.
Taxpayer Impact: The robust competition indicates that taxpayer dollars are likely being used efficiently, as multiple bidders vied for the contract, driving down potential costs.
Public Impact
Law enforcement agencies across California will benefit from the acquisition of these specialized police vehicles. The contract will provide essential transportation and operational capabilities for police officers. The geographic impact is focused on California, where the vehicles will be deployed. The contract supports the automotive manufacturing sector and potentially related upfitting and equipment suppliers.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of detailed cost breakdown makes it difficult to assess true value for money.
- Limited contract duration might lead to follow-on procurements or potential gaps if not managed effectively.
- Reliance on a single awardee, even from a competitive pool, requires monitoring of performance and delivery.
Positive Signals
- Awarded under full and open competition, ensuring broad market access.
- Received 10 offers, indicating significant market interest and competitive pressure.
- Fixed-price contract type mitigates cost overrun risk for the government.
Sector Analysis
The automotive manufacturing sector (NAICS 336111) is a mature industry. This contract falls within the segment of specialized vehicle production, specifically for government and law enforcement applications. The GSA plays a crucial role in consolidating government purchasing power for vehicles, aiming to achieve economies of scale and favorable pricing. Benchmarking this specific police package against other government fleet purchases or commercial equivalents would be necessary for a comprehensive sector analysis.
Small Business Impact
The data indicates that small business participation was not a specific set-aside for this contract (sb: false). There is no explicit mention of subcontracting goals for small businesses within the provided data. Therefore, the direct impact on the small business ecosystem appears minimal unless RRDS INC voluntarily engages small businesses in its supply chain or subcontracting efforts.
Oversight & Accountability
The General Services Administration (GSA) typically employs robust oversight mechanisms for its contracts, including performance monitoring, contract closeout procedures, and dispute resolution processes. The Federal Acquisition Service (FAS) manages many of these procurements. Transparency is generally maintained through contract award databases like FPDS. Inspector General oversight would apply if any fraud, waste, or abuse were suspected.
Related Government Programs
- GSA Fleet Vehicle Purchasing
- Law Enforcement Vehicle Procurement
- Specialty Vehicle Contracts
- Automotive Manufacturing Contracts
Risk Flags
- Potential for supply chain disruptions affecting delivery timeline.
- Need for verification of contractor's specialized vehicle modification capabilities.
- Lack of detailed cost breakdown hinders thorough value assessment.
Tags
sector-other, agency-gsa, geography-california, contract-type-delivery-order, size-category-unknown, competition-level-full-and-open, vehicle-procurement, police-equipment, specialty-vehicles, automotive-manufacturing, firm-fixed-price
Frequently Asked Questions
What is this federal contract paying for?
General Services Administration awarded $80,945 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 $80,945.
What is the period of performance?
Start: 2026-04-02. End: 2027-02-25.
What is the specific configuration and equipment included in the 'POLICE USE' designation for this 4x4 pickup truck?
The provided data specifies '4X4 PICKUP,FULLSIZE,CREW CAB, POLICE USE' but lacks granular detail on the specific police modifications. This typically includes, but is not limited to, heavy-duty suspension, upgraded electrical systems for emergency equipment, interior partitions, specialized lighting, siren systems, and potentially reinforced components. Understanding these specifics is crucial for accurately benchmarking the price against standard pickup trucks and assessing the value proposition for law enforcement operations. Without this, the $80,945 price is difficult to fully contextualize beyond a general estimate for a modified vehicle.
How does the per-unit cost of $80,945 compare to similar police pursuit or patrol vehicles procured by federal or state agencies?
Benchmarking the $80,945 per-unit cost requires comparing it against similar vehicles procured under comparable conditions. Full-size, 4x4 crew cab pickup trucks configured for police duty are specialized. Standard police interceptors (sedans or SUVs) often have different price points. However, comparing this to other GSA schedule awards or direct procurements for similar police trucks by agencies like the Department of Interior (for park rangers or wildlife officers) or state/local law enforcement agencies would be informative. Factors like the number of vehicles procured, specific equipment packages, and contract terms (e.g., warranty, delivery) significantly influence price. A preliminary assessment suggests this price is within the expected range for a highly customized, durable police vehicle, but a direct comparison with detailed specifications is needed for a definitive conclusion.
What is the track record of RRDS INC in delivering specialized police vehicles to government entities?
Information regarding RRDS INC's specific track record in delivering specialized police vehicles is not detailed in the provided data. A thorough assessment would require reviewing their past performance history, including any previous contracts for similar vehicles, client feedback, on-time delivery rates, and adherence to specifications. Government contract databases (like FPDS) and contractor performance assessment reporting (CPARS) would be key resources to evaluate their capabilities and reliability in fulfilling this type of requirement. Without this historical data, the assessment of risk associated with this awardee is incomplete.
What are the potential risks associated with the short contract duration of 329 days?
The contract duration of 329 days (approximately 11 months) for vehicle delivery suggests a focused procurement timeline. Potential risks include insufficient time for unforeseen production delays, supply chain disruptions, or contractor performance issues, which could impact the timely fielding of critical police equipment. This short duration might also indicate that the contract is for a specific, immediate need rather than a long-term fleet replacement strategy. It could necessitate expedited production schedules, potentially increasing costs or stress on the contractor's resources. Furthermore, if this is part of a larger requirement, the short duration raises questions about follow-on procurements and ensuring continuity of supply.
How does the 'Automobile Manufacturing' NAICS code (336111) relate to the specific nature of this contract, which involves vehicle modification for police use?
The NAICS code 336111, 'Automobile Manufacturing,' broadly covers establishments primarily engaged in manufacturing complete motor vehicles, primarily passenger cars, light trucks, and utility vehicles. While RRDS INC may not be the original manufacturer of the base pickup truck chassis, their role in modifying and upfitting the vehicle to meet stringent police specifications places them within the broader automotive ecosystem. This code is appropriate if they are performing significant assembly or modification that transforms the base vehicle into a specialized product. If their primary role was solely adding minor accessories, a different classification might be considered, but for police conversions, this code is generally applicable as it encompasses the final product integration.
Given the 'FIRM FIXED PRICE' contract type, what are the implications for potential cost savings or overruns for the government?
A Firm Fixed Price (FFP) contract type is generally advantageous for the government as it establishes a ceiling price that the contractor must adhere to, regardless of their actual costs. This shifts the risk of cost overruns entirely to the contractor. For this $80,945 contract, it means the General Services Administration (GSA) knows the maximum expenditure upfront. If RRDS INC can deliver the vehicles for less than $80,945, they absorb the difference, leading to potential savings for the government compared to cost-reimbursement contracts. Conversely, if unforeseen issues drive up the contractor's costs, RRDS INC bears that burden, potentially impacting their profit margin or leading them to seek efficiencies.
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: $80,945
Exercised Options: $80,945
Current Obligation: $80,945
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)