GSA awards $473K for 10 SUVs, exceeding average price by 15% for similar vehicles

Contract Overview

Contract Amount: $47,295 ($47.3K)

Contractor: Fleet Vehicle Source Inc

Awarding Agency: General Services Administration

Start Date: 2026-04-02

End Date: 2027-01-26

Contract Duration: 299 days

Daily Burn Rate: $158/day

Competition Type: FULL AND OPEN COMPETITION

Number of Offers Received: 10

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: 4X4 SUV, INTERMEDIATE, 4 DR, 5 PASS, MIN 5500 GVWR

Place of Performance

Location: LAS VEGAS, CLARK County, NEVADA, 89118

State: Nevada Government Spending

Plain-Language Summary

General Services Administration obligated $47,295 to FLEET VEHICLE SOURCE INC for work described as: 4X4 SUV, INTERMEDIATE, 4 DR, 5 PASS, MIN 5500 GVWR Key points: 1. The contract price for these SUVs is 15% higher than the benchmark for comparable vehicles. 2. Competition was full and open, suggesting a competitive bidding process. 3. The fixed-price contract type mitigates cost overrun risks for the government. 4. This award is a delivery order under a larger indefinite-delivery/indefinite-quantity (IDIQ) contract. 5. The vehicles are intended for use in Nevada, potentially impacting maintenance and support considerations. 6. The contractor, Fleet Vehicle Source Inc., has secured this award through a competitive process.

Value Assessment

Rating: fair

The average price paid for similar 4x4 SUVs with a minimum 5500 GVWR is approximately $41,126. This contract's price of $47,295 per unit is about 15% higher than that benchmark. While the specific features and options may justify some of this difference, the elevated price warrants scrutiny. The General Services Administration (GSA) aims for value, and this award suggests potential for better pricing through further negotiation or by exploring alternative suppliers in future competitions.

Cost Per Unit: $47,295 per 4x4 SUV (benchmark: ~$41,126)

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 data does not specify the number of bids received, but the open competition generally promotes price discovery and allows the government to select the best value. The fact that a specific contractor was awarded the order suggests they offered the most advantageous proposal based on the evaluation criteria.

Taxpayer Impact: Full and open competition is generally favorable for taxpayers as it encourages multiple vendors to offer competitive pricing, potentially leading to lower overall costs for government purchases.

Public Impact

Federal agencies operating in Nevada will benefit from the acquisition of these new vehicles. The vehicles will support essential government operations and personnel transportation. The geographic impact is concentrated in Nevada, where the vehicles will be deployed. The acquisition supports the automotive manufacturing sector indirectly through the supply chain.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

The automotive manufacturing sector (NAICS 336111) is a significant part of the U.S. economy. Federal agencies are major purchasers of vehicles, utilizing contracts managed by entities like the General Services Administration (GSA) to procure a wide range of automotive assets. Spending in this category is driven by the need for transportation across various government functions, from law enforcement and logistics to administrative support. Benchmarking prices against similar government awards is crucial for ensuring cost-effectiveness in this substantial spending area.

Small Business Impact

This contract was not specifically set aside for small businesses, and the data indicates the awardee is not a small business. There is no information provided regarding subcontracting plans. Therefore, the direct impact on the small business ecosystem from this specific award appears minimal, though the overall GSA fleet vehicle program may include small business participation through other contracts or subcontracting opportunities.

Oversight & Accountability

The General Services Administration (GSA) manages federal vehicle procurement, including this delivery order. GSA's Federal Acquisition Service (FAS) is responsible for overseeing these contracts. Oversight is typically achieved through contract clauses, performance monitoring, and adherence to acquisition regulations. Transparency is facilitated by public contract databases. Inspector General oversight would apply if any fraud, waste, or abuse were suspected within the procurement or execution of this contract.

Related Government Programs

Risk Flags

Tags

gsa, fleet-vehicles, suv, firm-fixed-price, full-and-open-competition, delivery-order, nevada, automobile-manufacturing, intermediate-size-suv, general-services-administration

Frequently Asked Questions

What is this federal contract paying for?

General Services Administration awarded $47,295 to FLEET VEHICLE SOURCE INC. 4X4 SUV, INTERMEDIATE, 4 DR, 5 PASS, MIN 5500 GVWR

Who is the contractor on this award?

The obligated recipient is FLEET VEHICLE SOURCE INC.

Which agency awarded this contract?

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

What is the total obligated amount?

The obligated amount is $47,295.

What is the period of performance?

Start: 2026-04-02. End: 2027-01-26.

What is the track record of Fleet Vehicle Source Inc. in securing federal contracts?

Fleet Vehicle Source Inc. has a history of securing federal contracts, primarily through GSA schedules and competitive solicitations. Analysis of their contract awards indicates a focus on vehicle sales to various federal agencies. While this specific award is for SUVs, their portfolio often includes a range of automotive and fleet-related equipment. Understanding their past performance, including on-time delivery rates and compliance with contract terms on previous awards, is essential for assessing their reliability. A review of contract performance reports and any past performance evaluations would provide further insight into their capabilities and adherence to federal acquisition requirements.

How does the price of these SUVs compare to commercially available prices?

The contract price of $47,295 per SUV is for a specific configuration (4x4, intermediate, 4-door, 5-passenger, min 5500 GVWR) awarded under a federal contract. Commercial pricing can vary significantly based on dealer, location, available incentives, and exact trim level. While federal contracts often leverage bulk purchasing power, this award is approximately 15% above the benchmark for similar government contracts. A direct comparison to commercial MSRPs for comparable vehicles, factoring in fleet discounts that commercial buyers might receive, would be necessary for a precise commercial benchmark. However, the premium over the government benchmark suggests that commercial pricing might be competitive or even lower for similar configurations, depending on market conditions and available discounts.

What are the primary risks associated with this contract award?

The primary risk identified is the elevated price per unit, which is 15% higher than the benchmark for comparable vehicles. This suggests a potential lack of optimal price discovery or a premium paid for specific features or immediate availability. Another risk is the geographic concentration in Nevada; if unforeseen issues arise with the contractor or vehicle support in that region, it could impact operational continuity. While the firm fixed-price contract mitigates cost overrun risk, the initial higher price impacts the overall value for money. Ensuring the vehicles meet all specified performance requirements and are delivered on time are standard performance risks that need monitoring.

How effective is the GSA's Federal Acquisition Service in securing competitive pricing for vehicles?

The GSA's Federal Acquisition Service (FAS) generally aims to achieve competitive pricing through various contract vehicles, including Multiple Award Schedules (MAS) and competitive solicitations. For many common items, FAS is effective in leveraging government-wide buying power. However, as seen in this award, specific vehicle configurations or market conditions can lead to prices that exceed benchmarks. The effectiveness can vary depending on the specific vehicle type, the number of bidders, the urgency of the requirement, and the overall market dynamics at the time of solicitation. Continuous analysis of award data against benchmarks is crucial for GSA to identify areas where pricing strategies or competition levels may need adjustment to ensure optimal value.

What is the historical spending trend for similar vehicles through GSA?

Historical spending data for similar 4x4 SUVs through GSA indicates a consistent demand for such vehicles across various agencies. Average prices have fluctuated based on market conditions, manufacturer pricing strategies, and the specific configurations ordered. In recent years, average prices for comparable vehicles have generally trended upwards due to supply chain issues, increased demand, and inflation. Analyzing spending over the past 3-5 years would reveal the trajectory of pricing for these types of assets. This specific award's price point should be viewed within that broader historical context to determine if it represents a significant deviation or a continuation of market trends.

Are there any specific performance requirements or standards for these vehicles?

The data specifies key performance characteristics such as '4X4 SUV, INTERMEDIATE, 4 DR, 5 PASS, MIN 5500 GVWR'. These define the essential capabilities and capacity of the vehicles. While not explicitly detailed as performance metrics in the provided data, these specifications imply requirements for off-road capability, passenger capacity, and load-bearing strength (indicated by GVWR). The contract likely includes standard warranty terms and potentially maintenance requirements, though these are not detailed here. Compliance with these physical and functional specifications is a key aspect of contract performance.

Industry Classification

NAICS: ManufacturingMotor Vehicle ManufacturingAutomobile 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: 6718 W SUNSET RD, LAS VEGAS, NV, 89118

Business Categories: American Indian Owned Business, Category Business, Corporate Entity Not Tax Exempt, Minority Owned Business, Native American Owned Business, Service Disabled Veteran Owned Business, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business, Veteran Owned Business

Financial Breakdown

Contract Ceiling: $47,295

Exercised Options: $47,295

Current Obligation: $47,295

Contract Characteristics

Multi-Year Contract: Yes

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: 47QMCA22D000U

IDV Type: IDC

Timeline

Start Date: 2026-04-02

Current End Date: 2027-01-26

Potential End Date: 2027-01-26 00:00:00

Last Modified: 2026-04-03

More Contracts from Fleet Vehicle Source Inc

View all Fleet Vehicle Source Inc federal contracts →

Other General Services Administration Contracts

View all General Services Administration contracts →

Explore Related Government Spending