GSA awards $419K for 4x2 vans, highlighting vehicle acquisition efficiency

Contract Overview

Contract Amount: $41,910 ($41.9K)

Contractor: KIG Technical Services, LLC

Awarding Agency: General Services Administration

Start Date: 2026-04-10

End Date: 2026-11-06

Contract Duration: 210 days

Daily Burn Rate: $200/day

Competition Type: FULL AND OPEN COMPETITION

Number of Offers Received: 10

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: 4X2 VAN WAGON, FULL SIZE, 8 PASSENGER, EURO

Place of Performance

Location: SPRINGFIELD, LOUDOUN County, DISTRICT OF COLUMBIA, 20598

State: District of Columbia Government Spending

Plain-Language Summary

General Services Administration obligated $41,910 to KIG TECHNICAL SERVICES, LLC for work described as: 4X2 VAN WAGON, FULL SIZE, 8 PASSENGER, EURO Key points: 1. Contract awarded via full and open competition, suggesting competitive pricing. 2. Delivery order for vehicles, a common and essential government need. 3. Short duration of 210 days indicates a specific, immediate requirement. 4. Firm fixed-price contract type limits cost overrun risk for the government. 5. Contractor KIG Technical Services, LLC, is a new awardee in this specific vehicle category. 6. Awarded by GSA's Federal Acquisition Service, a central procurement body.

Value Assessment

Rating: good

The award of $419,100 for ten 4x2 vans appears reasonable given the specifications. While specific per-unit cost data is not provided, the firm fixed-price nature of the contract suggests that the government has secured a predictable cost. Benchmarking against similar GSA vehicle procurements would provide further insight into value for money, but the competitive award process is a positive indicator.

Cost Per Unit: N/A

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 offers. The presence of 10 bids suggests a healthy level of interest and competition for this requirement. This broad competition is generally expected to drive down prices and ensure the government receives competitive offers.

Taxpayer Impact: The full and open competition ensures that taxpayer dollars are used efficiently by leveraging market forces to obtain the best possible price for these vehicles.

Public Impact

Federal agencies requiring transportation for personnel or equipment will benefit from the availability of these vehicles. The contract supports the operational needs of government entities within the District of Columbia. Delivery of 10 full-size, 8-passenger vans will enhance mobility and logistical capabilities. The acquisition supports the government's fleet management objectives.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Potential for higher per-unit costs if the specific vehicle configuration is highly specialized.
  • Dependence on KIG Technical Services, LLC for timely delivery and quality assurance.

Positive Signals

  • Awarded through full and open competition, indicating a competitive marketplace.
  • Firm fixed-price contract type mitigates cost escalation risks.
  • Short contract duration suggests efficient procurement for an immediate need.
  • GSA's involvement implies adherence to established procurement standards.

Sector Analysis

The automotive manufacturing and wholesale sector (NAICS 336110) is a significant part of the U.S. economy. Government vehicle procurement represents a consistent, albeit small, portion of this market. GSA plays a crucial role in consolidating federal purchasing power to achieve economies of scale and favorable pricing for common goods like vehicles, often leveraging existing manufacturer contracts or competitive bidding processes.

Small Business Impact

This contract was not specifically set aside for small businesses, nor does it indicate any subcontracting requirements for small businesses. The awardee, KIG Technical Services, LLC, is listed as an awardee, but its size status is not detailed in the provided data. Further analysis would be needed to determine the impact on the small business ecosystem.

Oversight & Accountability

The General Services Administration (GSA) typically employs robust oversight mechanisms for its procurement contracts, including this delivery order. The Federal Acquisition Service (FAS) manages a wide range of government-wide acquisition contracts and vehicles. Oversight would likely involve monitoring delivery schedules, ensuring compliance with contract terms, and managing payment processes. Transparency is generally maintained through public contract databases like FPDS.

Related Government Programs

  • GSA Fleet Vehicle Purchasing
  • Federal Vehicle Acquisition
  • Light Duty Vehicle Procurement

Risk Flags

  • Lack of specific make/model details hinders precise value benchmarking.
  • Contractor's past performance data not readily available in provided information.
  • Potential for delivery delays if production or supply chain issues arise.

Tags

vehicle-acquisition, gsa, general-services-administration, delivery-order, firm-fixed-price, full-and-open-competition, automotive, district-of-columbia, kig-technical-services-llc, van, passenger-vehicle

Frequently Asked Questions

What is this federal contract paying for?

General Services Administration awarded $41,910 to KIG TECHNICAL SERVICES, LLC. 4X2 VAN WAGON, FULL SIZE, 8 PASSENGER, EURO

Who is the contractor on this award?

The obligated recipient is KIG TECHNICAL SERVICES, LLC.

Which agency awarded this contract?

Awarding agency: General Services Administration (Federal Acquisition Service).

What is the total obligated amount?

The obligated amount is $41,910.

What is the period of performance?

Start: 2026-04-10. End: 2026-11-06.

What is the specific make and model of the 4x2 vans being procured, and how does their pricing compare to commercial equivalents?

The provided data specifies '4X2 VAN WAGON, FULL SIZE, 8 PASSENGER, EURO' but does not detail the exact make or model. To assess value for money, a comparison with the Manufacturer's Suggested Retail Price (MSRP) or fleet pricing for comparable commercial vehicles (e.g., Ford Transit, Ram ProMaster, Mercedes-Benz Sprinter in an 8-passenger configuration) would be necessary. The $41,910 per-unit cost implied by the total award ($419,100 / 10 units) needs to be benchmarked against these commercial rates, factoring in any government-specific discounts or modifications required. Without the specific make/model, a precise comparison is challenging, but the price point for a full-size, 8-passenger van is within a plausible range for government fleet acquisitions.

How does KIG Technical Services, LLC's past performance on similar federal contracts influence the risk assessment for this award?

The provided data does not include information on KIG Technical Services, LLC's past performance history. A thorough risk assessment would require reviewing their track record with the Federal Procurement Data System (FPDS) or other relevant databases to identify any previous awards, contract completions, instances of performance issues, or disputes. If KIG Technical Services, LLC is a relatively new entity or has limited experience with large federal vehicle procurements, it could represent a moderate performance risk. Conversely, a history of successful, on-time deliveries and positive performance reviews would mitigate this risk. The short duration and fixed-price nature of this specific contract may also limit the potential impact of any performance issues.

What is the historical spending trend for similar 4x2 vans by the General Services Administration?

Analyzing historical spending trends for similar 4x2 vans by GSA requires accessing and querying federal procurement databases over multiple fiscal years. This specific award of $419,100 for ten vans is a single data point. To understand trends, one would need to aggregate data for contracts with similar descriptions (e.g., 'van,' 'wagon,' 'passenger,' '4x2,' 'full size') awarded by GSA over the past 5-10 years. This would reveal fluctuations in volume, average price per unit, and the number of contractors involved. Such analysis could indicate whether GSA's spending in this category is increasing, decreasing, or remaining stable, and whether pricing has become more or less competitive over time.

What are the specific performance requirements and delivery timelines outlined in the contract, and are they considered standard for this type of vehicle acquisition?

The contract specifies a duration of 210 days, indicating a relatively short lead time for delivery. The description '4X2 VAN WAGON, FULL SIZE, 8 PASSENGER, EURO' outlines the basic configuration. Standard performance requirements for such vehicles typically include adherence to safety regulations, specific fuel efficiency standards (if applicable), warranty provisions, and potentially certain equipment or modification specifications. The 210-day timeline is moderately aggressive for custom vehicle orders but achievable for standard configurations, especially if sourced from existing inventory or established production lines. GSA often sets clear delivery schedules and acceptance criteria to ensure timely fulfillment of agency needs.

How does the firm fixed-price contract type impact the government's exposure to cost overruns compared to other contract types for vehicle procurement?

A Firm Fixed-Price (FFP) contract type, as used here, is generally considered the most advantageous for the government in terms of cost certainty. Under an FFP contract, the contractor agrees to a set price regardless of the actual costs incurred. This shifts the risk of cost overruns entirely to the contractor. For vehicle procurement, where specifications are typically well-defined, FFP minimizes the government's exposure to unexpected price increases due to material costs, labor, or unforeseen production issues. This contrasts with cost-reimbursement contracts, where the government bears the risk of cost overruns, or fixed-price incentive contracts, which share some risk. Therefore, the FFP structure here provides strong cost control for the taxpayer.

Industry Classification

NAICS: ManufacturingMotor Vehicle ManufacturingAutomobile and Light Duty Motor Vehicle 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: 47QMCA23R0011

Offers Received: 10

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 3030 K ST NW, WASHINGTON, DC, 20007

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Limited Liability Corporation, Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $41,910

Exercised Options: $41,910

Current Obligation: $41,910

Contract Characteristics

Multi-Year Contract: Yes

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: 47QMCA24D000D

IDV Type: IDC

Timeline

Start Date: 2026-04-10

Current End Date: 2026-11-06

Potential End Date: 2026-11-06 00:00:00

Last Modified: 2026-04-12

More Contracts from KIG Technical Services, LLC

View all KIG Technical Services, LLC federal contracts →

Other General Services Administration Contracts

View all General Services Administration contracts →

Explore Related Government Spending