GSA awards $36,025 per AWD SUV contract to RRDS INC under full and open competition
Contract Overview
Contract Amount: $36,025 ($36.0K)
Contractor: Rrds Inc
Awarding Agency: General Services Administration
Start Date: 2026-04-10
End Date: 2026-08-08
Contract Duration: 120 days
Daily Burn Rate: $300/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 10
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: AWD SUV, HYBRID, COMPACT, 4 DR, 5 PASS, MIN 4500 LBS GVWR
Place of Performance
Location: IRVINE, ORANGE County, CALIFORNIA, 92618
Plain-Language Summary
General Services Administration obligated $36,025 to RRDS INC for work described as: AWD SUV, HYBRID, COMPACT, 4 DR, 5 PASS, MIN 4500 LBS GVWR Key points: 1. The contract price appears competitive for a new AWD SUV with specified features. 2. Full and open competition suggests a robust market response and potential for price discovery. 3. The short duration (120 days) may indicate a specific, immediate need rather than long-term fleet acquisition. 4. The contract is a delivery order, implying it's part of a larger indefinite-delivery/indefinite-quantity (IDIQ) contract. 5. The specified GVWR of 4500 lbs suggests the vehicles are intended for more demanding use than standard passenger cars. 6. The North American Industry Classification System (NAICS) code 336111 points to automobile manufacturing as the relevant sector.
Value Assessment
Rating: good
The price of $36,025 per AWD SUV aligns with current market rates for comparable vehicles with similar specifications (e.g., hybrid, 4-door, 5-passenger, minimum 4500 lbs GVWR). While specific benchmark data for government fleet purchases is not provided, this price point does not immediately suggest overpayment. The firm-fixed-price structure offers cost certainty to the government.
Cost Per Unit: Approximately $36,025 per unit, benchmarked against current market prices for similar new AWD hybrid SUVs.
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. The presence of 10 bids (implied by 'no': 10) suggests a healthy level of competition for this requirement. This broad competition is generally favorable for achieving competitive pricing and ensuring the government receives good value.
Taxpayer Impact: Full and open competition typically leads to better pricing for taxpayers by allowing multiple vendors to vie for the contract, driving down costs through market forces.
Public Impact
Federal agencies requiring new AWD hybrid SUVs will benefit from this contract. The contract facilitates the acquisition of vehicles essential for various operational needs across government. The geographic impact is primarily within California, where the delivery order is specified to be fulfilled. The contract supports the automotive manufacturing sector and associated supply chains.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for limited long-term strategic fleet planning due to short delivery order duration.
- Dependence on specific manufacturer availability for the hybrid AWD configuration.
Positive Signals
- Competitive pricing achieved through full and open competition.
- Firm-fixed-price contract provides cost predictability.
- Vehicles meet specific performance requirements (AWD, hybrid, GVWR).
Sector Analysis
The contract falls within the automotive manufacturing sector (NAICS 336111). This sector is characterized by large-scale production of vehicles. Government fleet purchases represent a significant, albeit niche, segment of the overall automotive market. Comparable spending benchmarks would involve analyzing other government awards for similar vehicle types and quantities, as well as private sector fleet acquisition costs.
Small Business Impact
The data indicates this contract was awarded under full and open competition and does not specify any small business set-aside. Therefore, it is unlikely that small businesses were specifically targeted for this award. There is no information provided regarding subcontracting plans, so the direct impact on the small business ecosystem is not discernible from this data alone.
Oversight & Accountability
The General Services Administration (GSA) Federal Acquisition Service (FAS) is responsible for overseeing this contract. As a delivery order under an IDIQ, oversight would involve monitoring performance against the specific order terms and conditions. Transparency is generally maintained through public contract databases. Inspector General jurisdiction would apply in cases of fraud, waste, or abuse.
Related Government Programs
- GSA Fleet Vehicle Purchasing
- General Services Administration Multiple Award Schedules (MAS)
- Department of Defense Vehicle Procurement
- Law Enforcement Vehicle Acquisition
Risk Flags
- Potential for supply chain delays impacting delivery timeline.
- Contractor performance risk not fully assessed without historical data.
- Limited long-term strategic value due to short delivery order duration.
Tags
gsa, general-services-administration, automobile-manufacturing, hybrid-vehicle, awd-suv, firm-fixed-price, delivery-order, full-and-open-competition, california, compact-suv, naics-336111
Frequently Asked Questions
What is this federal contract paying for?
General Services Administration awarded $36,025 to RRDS INC. AWD SUV, HYBRID, COMPACT, 4 DR, 5 PASS, MIN 4500 LBS GVWR
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 $36,025.
What is the period of performance?
Start: 2026-04-10. End: 2026-08-08.
What is the track record of RRDS INC in fulfilling government contracts, particularly for vehicle procurement?
Information regarding the specific track record of RRDS INC in fulfilling government contracts, especially for vehicle procurement, is not detailed in the provided data. A comprehensive assessment would require reviewing their past performance ratings, contract history, and any reported issues or successes on federal awards. Analyzing their experience with similar vehicle types (AWD, hybrid) and contract vehicles (delivery orders) would be crucial. Without this historical data, it's difficult to definitively assess their reliability and past value delivery for the government.
How does the $36,025 per-unit cost compare to other recent GSA awards for similar AWD hybrid SUVs?
Benchmarking the $36,025 per-unit cost against other recent GSA awards for similar AWD hybrid SUVs is essential for a thorough value assessment. While the provided data suggests this price is competitive with general market rates, specific government contract comparisons are needed. Analyzing awards made under the same or similar GSA schedules, or other agency procurements for vehicles with comparable specifications (e.g., hybrid powertrain, AWD, GVWR, passenger capacity), would reveal if this price is advantageous. A higher number of bids in this instance suggests competitive pressure, which typically correlates with better pricing.
What are the primary risks associated with this specific delivery order, considering its short duration and fixed-price nature?
The primary risks associated with this delivery order include potential supply chain disruptions affecting vehicle availability within the 120-day window, especially for specialized hybrid AWD models. Given the firm-fixed-price structure, RRDS INC bears the risk of cost overruns if manufacturing or delivery costs increase unexpectedly. Conversely, the government faces the risk of not securing the vehicles if the contractor defaults or faces insurmountable production issues. The short duration also implies a potential lack of flexibility if requirements change mid-delivery.
How effective is the full and open competition process in ensuring optimal value for taxpayer dollars in this specific vehicle procurement?
The full and open competition process is generally highly effective in ensuring optimal value for taxpayer dollars, especially in procurements like this where multiple bidders (10 in this case) participated. This level of competition drives down prices as vendors strive to offer the most attractive bids to win the contract. It also encourages innovation and efficiency among suppliers. For this specific procurement, the broad competition suggests that the government likely received a fair market price for the AWD hybrid SUVs, minimizing the risk of overpayment and maximizing the utility of federal funds.
What is the historical spending pattern for similar vehicle procurements by the General Services Administration?
Analyzing historical spending patterns for similar vehicle procurements by the GSA would provide crucial context for this $36,025 award. This involves examining trends in pricing for AWD, hybrid, and specific GVWR vehicles over the past several fiscal years. Understanding whether prices have been rising, falling, or remaining stable, and how many bids were typically received for such requirements, would help determine if this current award represents a favorable or unfavorable price point relative to historical norms. It would also highlight any shifts in demand or supply that might influence pricing.
What are the implications of the 'Automobile Manufacturing' NAICS code for this contract's performance and oversight?
The 'Automobile Manufacturing' (NAICS 336111) code signifies that the primary industry associated with this contract is the production of automobiles. This implies that the contractor, RRDS INC, is likely a manufacturer or a direct representative of a manufacturer. For performance, it suggests the vehicles will be new production units meeting specific manufacturing standards. Oversight implications include ensuring compliance with manufacturing quality standards, delivery timelines, and potentially emissions or fuel efficiency regulations pertinent to automobile production. The government's expectations would align with the capabilities and typical lead times of vehicle manufacturers.
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: $36,025
Exercised Options: $36,025
Current Obligation: $36,025
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: 2026-04-10
Current End Date: 2026-08-08
Potential End Date: 2026-08-08 00:00:00
Last Modified: 2026-04-12
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)