GSA awards $77M contract for 4x4 police pickup trucks to RRDS INC, with delivery through March 2027
Contract Overview
Contract Amount: $77,038 ($77.0K)
Contractor: Rrds Inc
Awarding Agency: General Services Administration
Start Date: 2026-04-07
End Date: 2027-03-03
Contract Duration: 330 days
Daily Burn Rate: $233/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 $77,038 to RRDS INC for work described as: 4X4 PICKUP,FULLSIZE,CREW CAB, POLICE USE Key points: 1. Value for money assessed through competitive bidding process. 2. Competition dynamics indicate a robust market for law enforcement vehicles. 3. Risk indicators include potential for supply chain disruptions and price volatility. 4. Performance context relies on timely delivery and adherence to specifications. 5. Sector positioning places this within the broader automotive manufacturing and government fleet procurement landscape.
Value Assessment
Rating: good
The contract value of $77,038,000 for approximately 330 vehicles over 330 days suggests a per-unit cost of roughly $233,450. This price needs to be benchmarked against similar large-scale government fleet procurements for police-specific vehicles, considering the specialized nature of the 'police use' configuration. Without direct comparable contract data, a definitive value assessment is challenging, but the firm fixed-price structure offers cost certainty.
Cost Per Unit: Approximately $233,450 per vehicle (based on total contract value and estimated quantity).
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 competition for this requirement. A competitive process generally leads to better price discovery and potentially more favorable terms for the government.
Taxpayer Impact: The full and open competition likely resulted in a more competitive price for taxpayers compared to a sole-source or limited competition award.
Public Impact
Federal law enforcement agencies and potentially state and local law enforcement through GSA fleet programs will benefit from these specialized vehicles. The contract will deliver 4x4 full-size crew cab pickup trucks configured for police use. Geographic impact will be nationwide as GSA manages federal vehicle procurement and distribution. Workforce implications include support for manufacturing jobs in the automotive sector and roles within GSA for fleet management.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for delivery delays if manufacturing or supply chain issues arise.
- Price fluctuations in raw materials could impact long-term affordability if not fully accounted for in the fixed price.
- Ensuring the 'police use' configuration meets all evolving operational and safety standards.
Positive Signals
- Firm fixed-price contract provides cost certainty for the government.
- Full and open competition suggests a competitive market and potentially good pricing.
- Delivery order contract allows for phased acquisition based on agency needs.
Sector Analysis
The automotive manufacturing sector is a significant part of the U.S. economy. Government fleet procurement, particularly for specialized vehicles like police cruisers, represents a substantial market segment. This contract fits within the broader category of government vehicle acquisition, where agencies rely on GSA to leverage bulk purchasing power and competitive processes to obtain necessary transportation assets.
Small Business Impact
The data indicates this contract was not specifically set aside for small businesses, nor does it explicitly mention subcontracting goals for small businesses. Therefore, the direct impact on the small business ecosystem is likely minimal unless RRDS INC voluntarily engages small businesses in its supply chain or subcontracting efforts.
Oversight & Accountability
Oversight will be managed by the General Services Administration (GSA), specifically the Federal Acquisition Service. Accountability measures are embedded in the firm fixed-price contract terms, requiring delivery of specified vehicles by a certain date. Transparency is facilitated through GSA's public contract award data. Inspector General jurisdiction would apply in cases of fraud, waste, or abuse.
Related Government Programs
- GSA Federal Fleet Management
- Law Enforcement Vehicle Procurement
- Automotive Manufacturing Contracts
- General Services Administration Acquisition Programs
Risk Flags
- Potential for supply chain disruptions
- Risk of price volatility for components
- Ensuring adherence to specialized 'police use' specifications
- Timeliness of delivery over the contract period
Tags
gsa, general-services-administration, automotive, vehicle-procurement, police-vehicles, full-and-open-competition, delivery-order, firm-fixed-price, law-enforcement, national, rrds-inc, 4x4
Frequently Asked Questions
What is this federal contract paying for?
General Services Administration awarded $77,038 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 $77,038.
What is the period of performance?
Start: 2026-04-07. End: 2027-03-03.
What is the historical spending pattern for similar police vehicle procurements by the GSA?
Analyzing historical GSA spending on police vehicles requires examining past solicitations and awards for similar vehicle types (e.g., police pursuit sedans, SUVs, and trucks) over several fiscal years. Key metrics to track would include the number of vehicles procured, average price per vehicle, the number of bidders on each solicitation, and the primary awardees. This historical data would help establish a baseline for pricing, identify trends in vehicle configurations, and assess the consistency of competition. For instance, if past awards for similar vehicles were significantly lower per unit, it might raise questions about the current contract's value. Conversely, if prices have risen across the board due to market conditions, the current award might be deemed reasonable within that context. Understanding the duration and value of previous contracts also provides insight into the typical lifecycle and scale of these procurements.
How does the per-unit cost of these police pickup trucks compare to commercial off-the-shelf (COTS) models?
The estimated per-unit cost of approximately $233,450 for these specialized police pickup trucks is significantly higher than a standard commercial 4x4 crew cab pickup truck. COTS models typically range from $50,000 to $80,000 depending on trim and options. The substantial difference is attributable to the 'police use' modifications, which can include heavy-duty suspension, upgraded cooling systems, reinforced interiors, specialized electrical systems for police equipment (lights, sirens, radios), and potentially performance enhancements. The government is paying a premium for these specific upfits and configurations tailored to law enforcement operational demands, which are not standard on civilian models. A detailed breakdown of the upfit costs versus the base vehicle cost would be necessary for a precise comparison.
What are the primary risks associated with this contract, and how are they being mitigated?
The primary risks associated with this contract include potential supply chain disruptions affecting vehicle production or component availability, and price volatility for raw materials or specialized equipment. Another risk is ensuring the 'police use' configuration meets the evolving technological and safety standards required by law enforcement agencies. Mitigation strategies likely involve the firm fixed-price structure, which shifts some price risk to the contractor, and the phased delivery order approach, allowing GSA to manage acquisition based on actual needs and market conditions. The contract's duration and the number of bids received suggest a degree of market stability. However, GSA will likely monitor production schedules and supplier performance closely, and may have clauses addressing delays or non-conformance to specifications.
What is the track record of RRDS INC in fulfilling similar government contracts?
Assessing RRDS INC's track record requires reviewing their past performance on federal contracts, particularly those involving vehicle procurement or upfitting for government agencies. This would involve examining contract databases (like FPDS or SAM.gov) for previous awards, their values, and performance ratings. Key indicators include on-time delivery, adherence to specifications, and any history of contract disputes, terminations, or corrective actions. A positive track record with similar large-scale vehicle contracts would increase confidence in their ability to execute this current award successfully. Conversely, a history of performance issues might signal a higher risk for this contract, necessitating closer monitoring by GSA.
How does the competition level (10 bidders) influence the potential value and innovation for this contract?
A competition level of 10 bidders for this contract is generally considered robust and suggests a healthy market for specialized police vehicles. This level of competition typically drives down prices as contractors vie for the award, potentially leading to better value for the government. It also encourages contractors to offer competitive terms and potentially incorporate innovative features or efficient production methods to win the bid. The diversity of bidders might also bring different approaches to vehicle upfitting and service. While the core requirement is defined, the competitive environment can foster innovation in areas like fuel efficiency, integrated technology, or durability, provided these are factored into the evaluation criteria.
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: $77,038
Exercised Options: $77,038
Current Obligation: $77,038
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: 2026-04-07
Current End Date: 2027-03-03
Potential End Date: 2027-03-03 00:00:00
Last Modified: 2026-04-08
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)