GSA awards $155.8M contract for 16 adult shuttle buses to Colonial Equipment Company
Contract Overview
Contract Amount: $155,839 ($155.8K)
Contractor: Colonial Equipment Company
Awarding Agency: General Services Administration
Start Date: 2026-04-08
End Date: 2027-06-07
Contract Duration: 425 days
Daily Burn Rate: $367/day
Competition Type: FULL AND OPEN COMPETITION
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: 16 ADULT, 90-98 INCH WIDE, LIGHT-DUTY, SHUTTLE BUS
Place of Performance
Location: MONROVIA, FREDERICK County, MARYLAND, 21770
State: Maryland Government Spending
Plain-Language Summary
General Services Administration obligated $155,839 to COLONIAL EQUIPMENT COMPANY for work described as: 16 ADULT, 90-98 INCH WIDE, LIGHT-DUTY, SHUTTLE BUS Key points: 1. Contract awarded via full and open competition, suggesting a competitive bidding process. 2. The firm-fixed-price contract type aims to control costs for the government. 3. Delivery order award indicates a specific call-off against a larger contract vehicle. 4. The contract duration of 425 days suggests a focused, short-term need for the vehicles. 5. The North American Industry Classification System (NAICS) code 336211 points to motor vehicle body manufacturing. 6. The contract is not set aside for small businesses, indicating a focus on larger prime contractors.
Value Assessment
Rating: good
The total award amount of $155.8 million for 16 shuttle buses appears substantial, averaging over $9.7 million per bus. This high per-unit cost warrants further investigation into the specific features and customization required for these 'adult, 90-98 inch wide, light-duty, shuttle buses.' Benchmarking against similar government or commercial shuttle bus procurements would be necessary to definitively assess value for money. However, the firm-fixed-price structure provides cost certainty.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under full and open competition, indicating that all responsible sources were permitted to submit bids. This approach generally fosters a competitive environment, which can lead to better pricing and terms for the government. The number of bidders is not specified, but the 'full and open' designation suggests a robust competition was intended.
Taxpayer Impact: A competitive bidding process like this typically benefits taxpayers by driving down prices and encouraging innovation from multiple vendors, ensuring the government receives the best possible value.
Public Impact
Federal agencies requiring transportation services for adult personnel will benefit from the acquisition of these shuttle buses. The buses will be manufactured under NAICS code 336211, supporting the motor vehicle body manufacturing sector. The contract is managed by the General Services Administration (GSA), a key federal procurement agency. The delivery order is scheduled to be fulfilled between April 2026 and June 2027, indicating a near-term operational need. The specific geographic impact is not detailed but likely serves federal employees within a certain region or agency.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- High per-unit cost requires justification and benchmarking.
- Lack of small business set-aside may limit opportunities for smaller manufacturers.
- Specific operational requirements for 'light-duty' buses need clarification to ensure suitability.
Positive Signals
- Awarded under full and open competition, promoting a competitive market.
- Firm-fixed-price contract provides cost predictability.
- GSA's involvement suggests adherence to established procurement standards.
Sector Analysis
This contract falls within the broader transportation equipment manufacturing sector, specifically focusing on specialized vehicle bodies. The motor vehicle body manufacturing industry (NAICS 336211) encompasses companies that produce bus bodies, truck bodies, and other specialized vehicle shells. The market for government vehicle procurement is significant, with agencies like GSA acting as major purchasers. Benchmarking this contract against other large-scale government vehicle orders would provide further context on pricing and scale.
Small Business Impact
This contract was not specifically set aside for small businesses, as indicated by 'sb: false'. This means that large businesses were eligible to bid and potentially win the prime contract. While there is no explicit subcontracting plan mentioned, large prime contractors are often encouraged or required to subcontract portions of their work to small businesses. The absence of a small business set-aside might limit direct opportunities for small manufacturers in this specific procurement, but potential indirect opportunities through subcontracting could exist.
Oversight & Accountability
The General Services Administration (GSA) oversees this contract, utilizing its Federal Acquisition Service. GSA has established procurement regulations and oversight mechanisms to ensure fair and transparent contracting. As a delivery order against a potentially larger contract vehicle, oversight would also depend on the underlying contract's structure. Transparency is generally maintained through contract award databases. Inspector General jurisdiction would typically fall under the GSA's IG for any potential investigations.
Related Government Programs
- GSA Fleet Vehicle Procurement
- Federal Transit Administration (FTA) Grants
- Department of Defense Vehicle Acquisition
- General Services Administration Multiple Award Schedules (MAS)
Risk Flags
- High Per-Unit Cost
- Potential for Delivery Delays
- Suitability of 'Light-Duty' Classification
Tags
gsa, general-services-administration, colonial-equipment-company, shuttle-bus, vehicle-manufacturing, firm-fixed-price, delivery-order, full-and-open-competition, adult-transportation, light-duty-vehicle, maryland, naics-336211
Frequently Asked Questions
What is this federal contract paying for?
General Services Administration awarded $155,839 to COLONIAL EQUIPMENT COMPANY. 16 ADULT, 90-98 INCH WIDE, LIGHT-DUTY, SHUTTLE BUS
Who is the contractor on this award?
The obligated recipient is COLONIAL EQUIPMENT COMPANY.
Which agency awarded this contract?
Awarding agency: General Services Administration (Federal Acquisition Service).
What is the total obligated amount?
The obligated amount is $155,839.
What is the period of performance?
Start: 2026-04-08. End: 2027-06-07.
What specific features or customizations justify the high per-unit cost of these shuttle buses?
The provided data does not detail the specific features or customizations that contribute to the high per-unit cost of the shuttle buses, which averages over $9.7 million each. Factors that could influence this cost include specialized accessibility features (e.g., lifts, wheelchair securement), advanced safety systems, specific interior configurations for adult passengers, durable materials for heavy-duty use, or unique technological integrations. Without further documentation from the contract award, such as a detailed statement of work or technical specifications, it is difficult to ascertain the precise drivers of the cost. Benchmarking against commercial offerings with similar specifications or against other government procurements for specialized buses would be necessary to provide a comparative analysis of value.
How does the $155.8 million award compare to historical GSA spending on similar shuttle buses?
To compare this $155.8 million award for 16 shuttle buses to historical GSA spending, one would need to analyze past GSA procurements for vehicles with similar specifications (e.g., adult shuttle buses, light-duty, specific width). This would involve searching federal procurement databases like FPDS or SAM.gov for relevant contract awards, filtering by agency (GSA), product/service codes, and keywords. The average per-unit cost derived from this contract ($9.7M+) appears exceptionally high for standard shuttle buses, suggesting either a highly specialized requirement or a potential outlier. Historical data would reveal if such high costs are typical for specific types of government-mandated vehicles or if this represents a significant increase or deviation from previous spending patterns. Without access to detailed historical data and specific vehicle configurations, a precise comparison is not feasible.
What are the primary risks associated with this contract award to Colonial Equipment Company?
Primary risks associated with this contract award to Colonial Equipment Company include potential cost overruns if the firm-fixed-price is not adequately estimated for the required customizations, delivery delays impacting agency operations, and performance issues related to the quality or suitability of the manufactured buses. Given the high per-unit cost, there's a risk that the value proposition may not be fully realized if the buses do not meet expectations or if comparable commercial alternatives offer better value. Contractor performance history, if available, would further inform risk assessment. Additionally, reliance on a single awardee for a significant quantity of specialized vehicles could pose a risk if the contractor faces unforeseen production challenges or financial instability.
What is the expected effectiveness of these shuttle buses in meeting federal transportation needs?
The effectiveness of these shuttle buses in meeting federal transportation needs hinges on several factors not fully detailed in the provided data. The contract specifies 'adult, 90-98 inch wide, light-duty, shuttle bus,' suggesting a need for passenger transport within federal agencies. Their effectiveness will depend on whether these specifications precisely match the operational requirements, such as passenger capacity, route distances, terrain, and accessibility needs. The firm-fixed-price nature and full and open competition suggest an intent to procure suitable vehicles efficiently. However, the ultimate effectiveness will be measured by their reliability, durability, operational cost-efficiency over their lifespan, and their ability to safely and comfortably transport personnel as intended by the acquiring agency.
How does the 'light-duty' classification impact the expected lifespan and maintenance requirements of these buses?
The classification of these shuttle buses as 'light-duty' suggests they are designed for less demanding operational cycles and potentially lower gross vehicle weights compared to 'heavy-duty' buses. This typically implies they may be intended for shorter routes, lower passenger loads, or less frequent use. Consequently, their expected lifespan and maintenance requirements might differ significantly from heavy-duty counterparts. Light-duty vehicles generally require less robust construction, potentially leading to a shorter service life and more frequent component replacements if subjected to heavy or continuous use. Maintenance schedules might be less intensive but could focus on components more susceptible to wear under moderate conditions. The suitability of 'light-duty' classification for the intended federal use is critical for long-term cost-effectiveness and operational reliability.
Industry Classification
NAICS: Manufacturing › Motor Vehicle Body and Trailer Manufacturing › Motor Vehicle Body Manufacturing
Product/Service Code: MOTOR VEHICLES, CYCLES, TRAILERS
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Solicitation ID: 47QMCA24R0006
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 5171 INTERCOASTAL CT, MONROVIA, MD, 21770
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $155,839
Exercised Options: $155,839
Current Obligation: $155,839
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 47QMCA25D000B
IDV Type: IDC
Timeline
Start Date: 2026-04-08
Current End Date: 2027-06-07
Potential End Date: 2027-06-07 00:00:00
Last Modified: 2026-04-09
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)