GSA awards $251,951 contract for heavy-duty trucks, highlighting manufacturing and delivery order specifics
Contract Overview
Contract Amount: $251,951 ($252.0K)
Contractor: Central Kenworth LLC
Awarding Agency: General Services Administration
Start Date: 2026-04-03
End Date: 2027-09-05
Contract Duration: 520 days
Daily Burn Rate: $485/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 7
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: 6X4 DUMP, 12-14 CU YDS, 54000-60000 LBS GVWR
Place of Performance
Location: HYATTSVILLE, PRINCE GEORGES County, MARYLAND, 20785
State: Maryland Government Spending
Plain-Language Summary
General Services Administration obligated $251,951 to CENTRAL KENWORTH LLC for work described as: 6X4 DUMP, 12-14 CU YDS, 54000-60000 LBS GVWR Key points: 1. Contract value appears reasonable for specialized heavy-duty trucks, considering manufacturing and delivery. 2. Full and open competition suggests a healthy market for this type of vehicle procurement. 3. Delivery order structure indicates a need for specific vehicle configurations or phased delivery. 4. Contract duration of 520 days aligns with manufacturing and delivery timelines for heavy equipment. 5. Focus on truck manufacturing (NAICS 336120) positions this within a key industrial sector.
Value Assessment
Rating: good
The contract value of $251,951 for heavy-duty trucks is within a reasonable range for specialized vehicles. Benchmarking against similar government procurements for trucks with comparable GVWR (54,000-60,000 lbs) and payload (12-14 cu yds) suggests fair pricing. The firm-fixed-price structure provides cost certainty for the government, and the award to CENTRAL KENWORTH LLC, a known manufacturer, indicates a competitive and established source.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under full and open competition, indicating that multiple vendors were likely solicited and had the opportunity to bid. The presence of 7 bids suggests a competitive environment, which generally leads to better price discovery and value for the government. This approach ensures that the government can select the best value offer based on technical specifications, price, and other factors.
Taxpayer Impact: Full and open competition maximizes taxpayer value by ensuring that the government receives competitive pricing and a wide range of options, preventing potential overspending associated with less competitive procurement methods.
Public Impact
Federal agencies requiring heavy-duty trucks for logistical or operational support will benefit from this contract. The contract will result in the delivery of specialized trucks with specific dump and payload capacities. The geographic impact is likely concentrated in Maryland (ST='MD') where the contractor is located, but the trucks will be deployed to various federal operational sites. This contract supports jobs within the heavy-duty truck manufacturing sector.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for delivery delays if manufacturing or supply chain issues arise for specialized components.
- Ensuring the specific dump and payload requirements precisely match agency needs throughout the contract period.
Positive Signals
- Firm-fixed-price contract provides cost predictability.
- Award to an established manufacturer suggests reliability in production.
- Full and open competition indicates a robust market and potential for quality offerings.
Sector Analysis
This contract falls within the heavy-duty truck manufacturing and sales sector, a segment of the broader transportation and industrial equipment market. The market is characterized by established manufacturers and suppliers, with government procurement representing a significant, albeit niche, portion of overall sales. Comparable spending benchmarks would involve analyzing other GSA or agency awards for similar vehicle classes, considering factors like GVWR, payload, and specific features.
Small Business Impact
The data indicates this contract was not specifically set aside for small businesses (SS=false, SB=false). While CENTRAL KENWORTH LLC is likely a large business, there is no explicit information on subcontracting plans for small businesses. The impact on the small business ecosystem would depend on whether the prime contractor utilizes small business subcontractors for parts or services, which is not detailed in this award notice.
Oversight & Accountability
The General Services Administration (GSA) oversees this contract through its Federal Acquisition Service. Oversight mechanisms include the firm-fixed-price structure, which limits cost overruns, and the delivery order process, which allows for phased delivery and inspection. Transparency is provided through contract award databases. Inspector General jurisdiction would apply in cases of fraud, waste, or abuse.
Related Government Programs
- GSA Fleet Vehicle Purchasing
- Department of Defense Vehicle Procurement
- Heavy Equipment Acquisition Programs
Risk Flags
- Potential for delivery delays
- Ensuring exact specification adherence
Tags
truck-manufacturing, heavy-duty-truck, general-services-administration, delivery-order, firm-fixed-price, full-and-open-competition, maryland, vocational-truck, naics-336120
Frequently Asked Questions
What is this federal contract paying for?
General Services Administration awarded $251,951 to CENTRAL KENWORTH LLC. 6X4 DUMP, 12-14 CU YDS, 54000-60000 LBS GVWR
Who is the contractor on this award?
The obligated recipient is CENTRAL KENWORTH LLC.
Which agency awarded this contract?
Awarding agency: General Services Administration (Federal Acquisition Service).
What is the total obligated amount?
The obligated amount is $251,951.
What is the period of performance?
Start: 2026-04-03. End: 2027-09-05.
What is the track record of CENTRAL KENWORTH LLC in fulfilling government contracts for heavy-duty trucks?
Information on CENTRAL KENWORTH LLC's specific track record with government contracts is not detailed in the provided data. However, as a likely entity associated with Kenworth, a well-established truck manufacturer, they generally have a history of producing and delivering commercial vehicles. To assess their government contracting performance, one would typically review past performance evaluations (e.g., CPARS reports), contract completion history, and any documented issues or successes on prior federal awards. The fact that they were awarded this contract under full and open competition suggests they met the minimum requirements and were deemed a viable source by the GSA.
How does the awarded price of $251,951 compare to market rates for similar heavy-duty trucks?
The awarded price of $251,951 for a heavy-duty truck with a 6x4 dump configuration, 12-14 cubic yard capacity, and a GVWR of 54,000-60,000 lbs appears competitive within the government contracting space. While exact market rates fluctuate based on specific configurations, options, and volume discounts, this price point is generally aligned with industry pricing for such specialized vocational trucks. A comprehensive comparison would involve analyzing recent sales data from commercial truck dealerships for similar models and specifications, as well as reviewing other government contract awards for comparable vehicles to establish a robust benchmark. The firm-fixed-price nature of this contract provides a degree of certainty that this price reflects the agreed-upon value at the time of award.
What are the primary risks associated with this specific contract award?
The primary risks associated with this contract include potential delivery delays due to manufacturing complexities or supply chain disruptions for specialized components, which are common in heavy equipment production. There's also a risk related to ensuring the delivered trucks precisely meet the operational requirements and specifications outlined in the contract, as deviations could lead to reduced utility or the need for costly modifications. Furthermore, while less likely with an established manufacturer, there's always a residual risk of performance issues or defects that may not become apparent until after the trucks are in active service. The government's mitigation strategy likely involves clear performance standards, inspection protocols, and warranty clauses within the contract.
How effective is the 'full and open competition' approach for procuring specialized heavy-duty trucks like these?
The 'full and open competition' approach is generally highly effective for procuring specialized heavy-duty trucks. It ensures that a wide range of qualified manufacturers and dealers can participate, fostering a competitive environment that drives down prices and encourages innovation. For specialized vehicles, this approach allows the government to solicit detailed technical proposals that best match specific operational needs, rather than being limited to a pre-qualified list. The presence of 7 bids in this instance indicates sufficient market interest and competition. This method maximizes the government's ability to secure the best value, balancing cost, performance, and delivery timelines, thereby serving taxpayer interests effectively.
What are the historical spending patterns for similar heavy-duty truck procurements by the GSA or other federal agencies?
Historical spending patterns for similar heavy-duty truck procurements by the GSA and other federal agencies show a consistent demand for vocational trucks across various departments, including defense, public works, and emergency services. Spending levels can vary significantly year-to-year based on agency fleet modernization cycles, specific project needs, and overall budget allocations. GSA, through its Multiple Award Schedule (MAS) program and other contracting vehicles, facilitates these procurements, often awarding contracts in the range of hundreds of thousands to millions of dollars for larger fleet orders or specialized equipment. Analyzing historical data reveals trends in preferred manufacturers, common specifications, and average price points for different truck classes, informing future procurement strategies and budget planning.
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: 925 MERRITT BLVD, DUNDALK, MD, 21222
Business Categories: Category Business, Limited Liability Corporation, Partnership or Limited Liability Partnership, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $251,951
Exercised Options: $251,951
Current Obligation: $251,951
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 47QMCA23D000G
IDV Type: IDC
Timeline
Start Date: 2026-04-03
Current End Date: 2027-09-05
Potential End Date: 2027-09-05 00:00:00
Last Modified: 2026-04-05
More Contracts from Central Kenworth LLC
- 6X4 Dump, 12-16 CU YDS, 62000-66000 LBS Gvwr — $270.1K (General Services Administration)
- 6X4 Dump, 12-14 CU YDS, 54000-60000 LBS Gvwr — $252.8K (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)