GSA awards $107.5M contract for heavy-duty trucks to Fleetside Ford, LLC, with 7 bids received
Contract Overview
Contract Amount: $107,463 ($107.5K)
Contractor: Fleetside Ford, LLC.
Awarding Agency: General Services Administration
Start Date: 2026-04-07
End Date: 2027-05-31
Contract Duration: 419 days
Daily Burn Rate: $256/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 7
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: 4X2 DRY VAN, 12-24 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 $107,463 to FLEETSIDE FORD, LLC. for work described as: 4X2 DRY VAN, 12-24 FEET, 22000-24000 LBS GVWR Key points: 1. The contract value of $107.5 million represents a significant investment in the federal vehicle fleet. 2. Competition dynamics indicate a healthy market for heavy-duty truck supply to the government. 3. The firm fixed-price contract type suggests predictable costs for the government. 4. Delivery order award type allows for flexibility in procurement timing. 5. The contract duration of over 3 years provides long-term supply stability. 6. The North American Industry Classification System (NAICS) code 336120 points to heavy-duty truck manufacturing.
Value Assessment
Rating: good
Benchmarking per-unit costs for heavy-duty trucks can be complex due to varying configurations and options. However, the competitive nature of this award suggests that the pricing is likely within a reasonable market range. The General Services Administration (GSA) is known for its robust procurement processes, which typically aim to secure value for the government. Further analysis would require detailed specifications of the trucks procured and comparison against similar GSA contracts or commercial price lists.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded under full and open competition, with seven bids received. This indicates a robust competitive environment for the supply of heavy-duty trucks to the federal government. A higher number of bidders generally leads to better price discovery and potentially more favorable terms for the government, as contractors vie for the award.
Taxpayer Impact: The full and open competition ensures that taxpayers benefit from the most competitive pricing and terms available in the market for these essential vehicles.
Public Impact
Federal agencies requiring heavy-duty trucks for various operational needs will benefit from this contract. The contract supports the operational readiness of federal agencies by ensuring access to necessary vehicles. The geographic impact is national, as GSA serves agencies across the United States. The contract supports jobs within the heavy-duty truck manufacturing sector and associated supply chains.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for price increases in future delivery orders if market conditions change significantly.
- Ensuring consistent quality and timely delivery across all awarded vehicles.
- Managing the complexity of diverse agency requirements within a single contract vehicle.
Positive Signals
- Award to an established entity (Fleetside Ford, LLC) suggests a degree of reliability.
- Firm fixed-price contract provides cost certainty for the government.
- Multiple bids indicate a competitive market, likely leading to favorable pricing.
- Long contract duration allows for strategic fleet planning by agencies.
Sector Analysis
The heavy-duty truck manufacturing sector is a critical component of the transportation and logistics industry. This contract falls under the manufacturing of heavy-duty trucks, a segment characterized by significant capital investment, complex supply chains, and stringent regulatory requirements. The General Services Administration (GSA) plays a vital role in consolidating federal purchasing power for such equipment, aiming to achieve economies of scale and standardized specifications across agencies. Comparable spending benchmarks would involve analyzing other large-scale federal or state procurements of similar vehicle classes.
Small Business Impact
This contract was not set aside for small businesses, and the awardee, Fleetside Ford, LLC, is not identified as a small business. There is no explicit mention of subcontracting requirements for small businesses within the provided data. Therefore, the direct impact on the small business ecosystem from this specific award appears limited, though the overall health of the heavy-duty truck manufacturing sector may indirectly benefit small businesses within its supply chain.
Oversight & Accountability
The General Services Administration (GSA) employs various oversight mechanisms for contracts, including performance monitoring, quality assurance, and financial audits. The Federal Acquisition Service (FAS) within GSA is responsible for managing many of these procurements. Transparency is generally maintained through contract award databases and reporting requirements. Inspector General oversight would apply if any issues of fraud, waste, or abuse arise during the contract's performance.
Related Government Programs
- Federal Fleet Management
- Vehicle Procurement
- Heavy Equipment Acquisition
- General Services Administration Contracts
- Transportation Equipment Manufacturing
Risk Flags
- Potential for supply chain delays
- Quality control during manufacturing
- Ensuring timely delivery to multiple locations
Tags
gsa, general-services-administration, fleetside-ford-llc, heavy-duty-truck-manufacturing, trucks, vehicles, full-and-open-competition, delivery-order, firm-fixed-price, federal-acquisition-service, iowa, transportation
Frequently Asked Questions
What is this federal contract paying for?
General Services Administration awarded $107,463 to FLEETSIDE FORD, LLC.. 4X2 DRY VAN, 12-24 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 $107,463.
What is the period of performance?
Start: 2026-04-07. End: 2027-05-31.
What is the historical spending pattern for heavy-duty trucks by the GSA or other federal agencies?
Historical spending on heavy-duty trucks by federal agencies, particularly through the GSA, can fluctuate based on fleet modernization cycles, agency needs, and budget allocations. GSA's Federal Acquisition Service (FAS) manages numerous vehicle procurement contracts, including those for heavy-duty trucks. Analyzing past contract awards for similar vehicle types (e.g., dump trucks, specialized service vehicles) over the last 5-10 years would reveal trends in contract values, number of bidders, and average award prices. This data can help establish a baseline for evaluating the current $107.5 million award. For instance, if previous awards for comparable vehicles were consistently in the tens of millions, this award aligns with historical patterns. Conversely, a significant deviation might warrant further investigation into the specific requirements or market conditions driving the higher value. Accessing GSA's contract award databases and public spending reports would be crucial for a comprehensive historical analysis.
How does the per-unit cost of these trucks compare to commercial market rates or similar federal contracts?
Determining the precise per-unit cost requires detailed specifications of the 4X2 dry van trucks, including engine type, payload capacity (22,000-24,000 lbs GVWR), and any optional equipment. Without these specifics, a direct comparison is challenging. However, the fact that this contract was awarded under full and open competition with seven bidders suggests that the pricing is likely competitive within the market. GSA often negotiates favorable pricing through bulk purchasing power. To perform a robust comparison, one would need to identify the exact model and configuration procured and then benchmark it against current commercial price lists from manufacturers like Ford, Freightliner, or International, as well as against recent GSA delivery orders for similar vehicles. If the average per-unit cost significantly deviates from commercial averages or other federal contracts for comparable trucks, it could indicate either exceptional value or potential overpricing, necessitating a deeper dive into the contract's specifics and the justification for any discrepancies.
What are the potential risks associated with this contract, and how are they being mitigated?
Potential risks for this $107.5 million heavy-duty truck contract include supply chain disruptions affecting manufacturing timelines, potential quality control issues during production, and unforeseen increases in material costs that could impact future delivery orders if not adequately addressed in the contract terms. Additionally, ensuring timely delivery to various agency locations across the country presents logistical challenges. Mitigation strategies likely involve robust performance clauses within the contract, requiring Fleetside Ford, LLC to adhere to strict delivery schedules and quality standards. GSA's oversight, including potential site visits to manufacturing facilities and rigorous inspection of delivered vehicles, would serve as a key mitigation tool. The firm fixed-price nature of the contract helps mitigate cost overrun risks for the government, provided the initial pricing accurately reflects anticipated costs. Furthermore, the multiple bids received suggest a competitive landscape that incentivizes the contractor to perform well to secure future business.
What is the track record of Fleetside Ford, LLC in fulfilling federal contracts, particularly for heavy-duty vehicles?
Fleetside Ford, LLC's track record in fulfilling federal contracts, especially for heavy-duty vehicles, is a critical factor in assessing the reliability of this $107.5 million award. While the provided data indicates this is a delivery order award, further investigation into the contractor's past performance history with GSA or other agencies is essential. This would involve reviewing past contract performance evaluations (e.g., CPARS reports), checking for any history of contract disputes, late deliveries, or quality issues. A contractor with a proven history of successful performance on similar large-scale vehicle procurements would instill greater confidence in their ability to meet the current contract's demands. Conversely, a history of performance problems might signal potential risks that require closer monitoring by GSA throughout the contract duration. Information on previous federal contract awards and their successful completion would provide valuable insights.
How does the number of bidders (7) influence the value proposition for the government in this procurement?
The presence of seven bidders in this full and open competition significantly enhances the value proposition for the government. A larger pool of bidders generally fosters a more competitive environment, driving down prices as companies strive to win the contract. It also increases the likelihood that the government will receive proposals that closely align with its specific requirements, potentially leading to better technical solutions and service offerings. For taxpayers, this means a higher probability of securing these heavy-duty trucks at the most cost-effective rate possible. Furthermore, a competitive bidding process reduces the risk of contractor collusion and ensures that the government is not overly reliant on a single supplier, thereby strengthening its negotiating position and promoting market fairness. The seven bids suggest a healthy market response and indicate that Fleetside Ford, LLC likely submitted a compelling offer to emerge as the awardee.
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: $107,463
Exercised Options: $107,463
Current Obligation: $107,463
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: 2027-05-31
Potential End Date: 2027-05-31 00:00:00
Last Modified: 2026-04-08
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)