GSA Awards $139K for 8-Ton Wrecker to Fleetside Ford, Utilizing Full and Open Competition

Contract Overview

Contract Amount: $139,285 ($139.3K)

Contractor: Fleetside Ford, LLC.

Awarding Agency: General Services Administration

Start Date: 2026-04-07

End Date: 2027-06-01

Contract Duration: 420 days

Daily Burn Rate: $332/day

Competition Type: FULL AND OPEN COMPETITION

Number of Offers Received: 7

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: WRECKER, 8 TON INDEPENDENT RECOVERY BOOM AND UNDERLIFT

Place of Performance

Location: OSCEOLA, CLARKE County, IOWA, 50213

State: Iowa Government Spending

Plain-Language Summary

General Services Administration obligated $139,285 to FLEETSIDE FORD, LLC. for work described as: WRECKER, 8 TON INDEPENDENT RECOVERY BOOM AND UNDERLIFT Key points: 1. The contract is for a specialized heavy-duty recovery wrecker, indicating a need for robust vehicle support. 2. Fleetside Ford, LLC secured the award, suggesting a competitive landscape for heavy vehicle manufacturing. 3. The firm fixed price contract type aims to control costs for this significant equipment purchase. 4. The award falls under the Heavy Duty Truck Manufacturing sector, a niche but essential industry.

Value Assessment

Rating: good

The price of $139,285 for an 8-ton independent recovery boom and underlift wrecker appears reasonable given the specialized nature and robust capabilities required for such equipment. Benchmarking against similar heavy-duty recovery vehicles suggests this falls within expected market ranges.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

The contract was awarded using full and open competition, which is the preferred method for maximizing competition and achieving the best possible prices. This approach allows any qualified vendor to bid, fostering a competitive environment that drives down costs and encourages innovation.

Taxpayer Impact: Full and open competition generally leads to taxpayer savings by ensuring fair pricing and preventing inflated costs that might arise from limited or sole-source procurements.

Public Impact

Ensures critical recovery capabilities for federal fleets, supporting operational readiness. Supports the heavy-duty truck manufacturing sector, contributing to domestic industrial capacity. Provides a specialized asset that can be deployed for various emergency and logistical support needs.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

The acquisition falls within the Heavy Duty Truck Manufacturing sector, which is crucial for supporting logistics, recovery operations, and infrastructure projects across government agencies. Spending in this sector is often driven by fleet modernization and replacement cycles, as well as specific operational demands.

Small Business Impact

The data indicates this contract was not awarded to a small business. Further analysis would be needed to determine if small businesses participated in the full and open competition or if opportunities were missed.

Oversight & Accountability

The General Services Administration (GSA) manages this contract through its Federal Acquisition Service, indicating established oversight mechanisms. The use of a delivery order under an existing contract framework suggests adherence to procurement regulations.

Related Government Programs

Risk Flags

Tags

heavy-duty-truck-manufacturing, general-services-administration, ia, delivery-order, 100k-plus

Frequently Asked Questions

What is this federal contract paying for?

General Services Administration awarded $139,285 to FLEETSIDE FORD, LLC.. WRECKER, 8 TON INDEPENDENT RECOVERY BOOM AND UNDERLIFT

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 $139,285.

What is the period of performance?

Start: 2026-04-07. End: 2027-06-01.

What is the expected lifespan and maintenance cost of this specific wrecker model?

The expected lifespan and associated maintenance costs for this 8-ton wrecker are critical factors for long-term value assessment. While the firm fixed price covers the initial acquisition, ongoing operational expenses, including parts, labor, and preventative maintenance, will significantly impact the total cost of ownership. Understanding the manufacturer's recommended maintenance schedule and typical repair frequencies for this class of vehicle is essential for budgeting and operational planning.

How does the performance and capability of this wrecker compare to other models available on the market?

Evaluating the performance and capability benchmarks against competing models is vital to ensure the government secured the most suitable asset. Factors such as towing capacity, lifting power, maneuverability in various terrains, and specialized recovery features should be compared. Full and open competition theoretically ensures the best value, but a post-award technical review of the selected model's specifications against alternatives would confirm optimal capability for the intended federal use cases.

What is the potential for this type of specialized equipment to be repurposed or utilized across different federal agencies?

The potential for repurposing or cross-agency utilization of this 8-ton wrecker is a key consideration for maximizing its value and efficiency. Specialized recovery vehicles can often support a range of missions, from disaster response and infrastructure repair to logistical support for large-scale operations. Identifying potential secondary uses or inter-agency sharing agreements could enhance its utility and justify the investment beyond its primary intended function.

Industry Classification

NAICS: ManufacturingMotor Vehicle ManufacturingHeavy 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: $139,285

Exercised Options: $139,285

Current Obligation: $139,285

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: 47QMCA23D000F

IDV Type: IDC

Timeline

Start Date: 2026-04-07

Current End Date: 2027-06-01

Potential End Date: 2027-06-01 00:00:00

Last Modified: 2026-04-08

More Contracts from Fleetside Ford, LLC.

View all Fleetside Ford, LLC. federal contracts →

Other General Services Administration Contracts

View all General Services Administration contracts →

Explore Related Government Spending