GSA awards $875K for heavy-duty trucks, with delivery orders extending through May 2027
Contract Overview
Contract Amount: $87,530 ($87.5K)
Contractor: Fleetside Ford, LLC.
Awarding Agency: General Services Administration
Start Date: 2026-04-06
End Date: 2027-05-31
Contract Duration: 420 days
Daily Burn Rate: $208/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 $87,530 to FLEETSIDE FORD, LLC. for work described as: 4X2 STAKE FLAT BED, 9-22 FEET, 22000-24000 LBS GVWR Key points: 1. Value for money appears reasonable given the specialized nature of heavy-duty trucks. 2. Full and open competition suggests a healthy market for these vehicles. 3. Contract duration of over a year indicates a sustained need. 4. Fixed-price contract type helps mitigate cost overrun risks. 5. Delivery order structure allows for phased acquisition and flexibility. 6. The award to Fleetside Ford, LLC. warrants a review of their past performance.
Value Assessment
Rating: good
The contract value of $875,300 for multiple heavy-duty trucks seems within a reasonable range for specialized fleet vehicles. Benchmarking against similar government or commercial procurements for trucks with similar specifications (4x2 stake flat bed, 9-22 feet, 22000-24000 lbs GVWR) would provide a more precise value assessment. The firm fixed-price nature of the contract is a positive indicator for cost control.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded under full and open competition, indicating that multiple vendors were likely solicited and allowed to bid. The presence of 7 bids suggests a competitive environment, which generally leads to better pricing and terms for the government. The GSA's approach here is standard for ensuring broad market access.
Taxpayer Impact: Full and open competition typically benefits taxpayers by driving down prices through market forces and encouraging a wider range of suppliers to participate, potentially leading to innovation and better value.
Public Impact
Federal agencies requiring specialized heavy-duty trucks for logistical or operational support will benefit from this contract. The services delivered include the provision of new, compliant heavy-duty trucks. The geographic impact is likely nationwide, as GSA contracts are often used by various federal entities across the country. Workforce implications may include support roles for truck maintenance and operation within the benefiting agencies.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for delivery delays given the lead times for specialized vehicles.
- Ensuring trucks meet all specific operational requirements and safety standards.
- Monitoring contractor performance to ensure timely delivery and quality.
Positive Signals
- Firm fixed-price contract limits cost uncertainty for the government.
- Full and open competition suggests a robust market and competitive pricing.
- Delivery order structure allows for phased acquisition and flexibility in meeting agency needs.
Sector Analysis
The heavy-duty truck manufacturing and sales sector is a significant part of the industrial economy. Government procurement, particularly through agencies like GSA, represents a consistent demand for specialized vehicles. This contract fits within the broader category of government fleet acquisition, which often involves large dollar values and specific performance requirements. Comparable spending benchmarks would involve analyzing other GSA or agency awards for similar vehicle types and quantities.
Small Business Impact
The provided data indicates that small business participation was not a specific set-aside for this contract (ss: false, sb: false). While this contract was awarded under full and open competition, it does not preclude small businesses from bidding if they meet the qualifications. However, the absence of explicit set-aside language suggests that larger prime contractors may be more likely to secure this award. Subcontracting opportunities for small businesses could arise if the prime contractor utilizes them for parts, maintenance, or specialized upfitting.
Oversight & Accountability
Oversight for this contract will primarily be managed by the General Services Administration (GSA), specifically the Federal Acquisition Service. The firm fixed-price contract type provides a degree of cost control. Accountability measures will include adherence to delivery schedules and vehicle specifications outlined in the contract. Transparency is facilitated through public contract databases where award details are available. Inspector General jurisdiction would apply if any fraud, waste, or abuse is suspected.
Related Government Programs
- GSA Fleet Vehicle Purchasing
- Department of Defense Vehicle Procurement
- Heavy Equipment Acquisition Programs
Risk Flags
- Potential for delivery delays
- Ensuring adherence to strict vehicle specifications
- Contractor performance monitoring required
Tags
gsa, general-services-administration, heavy-duty-truck, fleet-vehicle, firm-fixed-price, full-and-open-competition, delivery-order, manufacturing, iowa, federal-acquisition-service
Frequently Asked Questions
What is this federal contract paying for?
General Services Administration awarded $87,530 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 $87,530.
What is the period of performance?
Start: 2026-04-06. End: 2027-05-31.
What is the track record of Fleetside Ford, LLC. in fulfilling government contracts, particularly for heavy-duty vehicles?
A review of Fleetside Ford, LLC.'s past performance in government contracting is crucial for assessing reliability. This would involve examining their history with the GSA and other federal agencies, looking for on-time delivery rates, adherence to specifications, and any past disputes or contract terminations. Information from contract performance reports (CPARs) and federal procurement data systems would be essential. A strong track record would indicate a lower risk of performance issues, while a history of problems might warrant closer monitoring or a re-evaluation of the award decision.
How does the awarded price compare to market rates for similar heavy-duty trucks with comparable specifications?
To benchmark the value for money, the awarded price of $875,300 needs to be compared against current market rates for 4x2 stake flatbed trucks with a GVWR between 22,000-24,000 lbs. This comparison should consider factors like manufacturer, specific features, and any fleet discounts typically available. Researching commercial price lists, industry reports, and recent government solicitations for similar vehicles can provide a basis for comparison. If the awarded price is significantly higher than market averages, it could indicate potential overpayment or a lack of sufficient competition.
What are the primary risks associated with this contract, and how are they being mitigated?
Key risks include potential delivery delays due to manufacturing lead times for specialized trucks, ensuring the vehicles meet all stringent government specifications and safety standards, and the possibility of price fluctuations in raw materials impacting future orders if not fully locked in. Mitigation strategies include the firm fixed-price contract type, which caps costs, and the delivery order structure, allowing for phased acquisition. The GSA's oversight and the contractor's performance history also play a role in risk mitigation. Clear contract terms and performance metrics are essential.
How effective is the full and open competition process in ensuring competitive pricing for specialized vehicles like these?
The full and open competition process is generally effective in fostering competitive pricing by allowing any qualified vendor to bid. With seven bids received, it suggests a reasonably competitive market for these heavy-duty trucks. The effectiveness is further measured by whether the final price reflects a significant reduction from initial proposals or list prices, and if the terms offered are favorable. The GSA's role in structuring the solicitation to attract a wide range of bidders is also critical to maximizing the benefits of competition.
What is the historical spending pattern for similar heavy-duty truck procurements by the GSA or other federal agencies?
Analyzing historical spending patterns for similar heavy-duty truck procurements by the GSA and other agencies can provide context for the current award. This involves examining the volume of trucks purchased, average prices paid over time, and the types of contracts used (e.g., sole-source vs. competitive). Significant increases or decreases in spending, or consistent awards to the same contractors, could indicate market trends, changes in agency needs, or potential issues with competition. Understanding this history helps assess if the current $875,300 award is an outlier or in line with past investments.
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: $87,530
Exercised Options: $87,530
Current Obligation: $87,530
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 47QMCA23D000F
IDV Type: IDC
Timeline
Start Date: 2026-04-06
Current End Date: 2027-05-31
Potential End Date: 2027-05-31 00:00:00
Last Modified: 2026-04-07
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)