GSA awards $2.8M contract for vehicle sales services to Orlando Auto Auction 55, LLC

Contract Overview

Contract Amount: $2,812,003 ($2.8M)

Contractor: Orlando Auto Auction 55, LLC

Awarding Agency: General Services Administration

Start Date: 2025-12-01

End Date: 2026-11-30

Contract Duration: 364 days

Daily Burn Rate: $7.7K/day

Competition Type: FULL AND OPEN COMPETITION

Pricing Type: FIXED PRICE WITH ECONOMIC PRICE ADJUSTMENT

Sector: Other

Official Description: ORLANDO AUTO AUCTION 55, LLC WINTER PARK, FL - SALES TASK ORDER

Place of Performance

Location: ORLANDO, ORANGE County, FLORIDA, 32808

State: Florida Government Spending

Plain-Language Summary

General Services Administration obligated $2.8 million to ORLANDO AUTO AUCTION 55, LLC for work described as: ORLANDO AUTO AUCTION 55, LLC WINTER PARK, FL - SALES TASK ORDER Key points: 1. Contract awarded through full and open competition, suggesting a competitive bidding process. 2. The contract duration is one year, with a fixed-price structure adjusted for economic factors. 3. The awardee, Orlando Auto Auction 55, LLC, is a single entity for this task order. 4. The service falls under wholesale trade agents and brokers, indicating a specific market niche. 5. The contract is a delivery order under a larger contract vehicle. 6. The contract is not set aside for small businesses.

Value Assessment

Rating: fair

The contract value of $2.8 million for a one-year vehicle sales task order appears to be within a reasonable range for the services provided by a wholesale auto auction. Benchmarking against similar contracts for vehicle remarketing services would provide a clearer picture of value for money. The fixed-price with economic price adjustment structure aims to mitigate risks associated with market fluctuations for both the government and the contractor.

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 specific number of bidders is not provided, but the nature of the competition suggests that multiple entities likely vied for this task order, which generally promotes price discovery and potentially lower costs for the government.

Taxpayer Impact: Full and open competition is beneficial for taxpayers as it increases the likelihood of obtaining competitive pricing and ensures that the government is not limited to a single provider, fostering a more efficient use of public funds.

Public Impact

Federal agencies requiring vehicle remarketing services will benefit from this contract. The service delivered is the sale of government-owned vehicles. The geographic impact is primarily within Florida, where the contractor is located. This contract supports the wholesale trade sector by facilitating the sale of vehicles.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Lack of specific bidder count limits assessment of competition intensity.
  • Economic price adjustment clause introduces potential for cost increases over the contract term.
  • Task order nature means performance is part of a larger, potentially undefined, contract vehicle.

Positive Signals

  • Awarded through full and open competition, maximizing potential for competitive pricing.
  • Fixed-price structure provides cost certainty, with adjustments for economic factors.
  • Clear service description for vehicle remarketing.

Sector Analysis

The vehicle remarketing industry is a specialized segment of the wholesale trade sector. This contract fits within the broader market for automotive services, specifically focusing on the disposition of used vehicles, which can include fleet vehicles from government agencies. Comparable spending benchmarks would involve analyzing other government contracts for similar vehicle sales or auction services, as well as private sector fleet management and remarketing expenditures.

Small Business Impact

This contract was not set aside for small businesses, nor does it indicate any specific subcontracting requirements for small businesses. Therefore, the direct impact on the small business ecosystem for this particular task order is likely minimal, as the primary awardee is not identified as a small business. Further analysis of the parent contract vehicle would be needed to understand broader small business participation.

Oversight & Accountability

Oversight for this contract would typically be managed by the General Services Administration (GSA), specifically the Federal Acquisition Service. Accountability measures are embedded in the contract terms and conditions, including performance standards and payment schedules. Transparency is facilitated through contract award databases, though detailed performance metrics may not always be publicly available. Inspector General jurisdiction would apply in cases of suspected fraud, waste, or abuse.

Related Government Programs

  • Government Vehicle Disposal Services
  • Fleet Management Services
  • Asset Remarketing Contracts
  • General Services Administration Contracts

Risk Flags

  • Potential for cost increase due to economic price adjustment.
  • Limited transparency on specific competition metrics (number of bidders).
  • Performance data for the awardee is not publicly detailed.

Tags

gsa, vehicle-sales, wholesale-trade, florida, delivery-order, fixed-price-economic-price-adjustment, full-and-open-competition, task-order, auto-auction, remarketing

Frequently Asked Questions

What is this federal contract paying for?

General Services Administration awarded $2.8 million to ORLANDO AUTO AUCTION 55, LLC. ORLANDO AUTO AUCTION 55, LLC WINTER PARK, FL - SALES TASK ORDER

Who is the contractor on this award?

The obligated recipient is ORLANDO AUTO AUCTION 55, LLC.

Which agency awarded this contract?

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

What is the total obligated amount?

The obligated amount is $2.8 million.

What is the period of performance?

Start: 2025-12-01. End: 2026-11-30.

What is the track record of Orlando Auto Auction 55, LLC with federal contracts?

Information regarding Orlando Auto Auction 55, LLC's specific track record with federal contracts is not detailed in the provided data. A comprehensive review would require searching federal procurement databases (like SAM.gov or FPDS) for past awards, performance evaluations, and any reported issues. Understanding their history with similar government contracts, particularly for vehicle remarketing, would provide insight into their reliability and past performance. Without this historical data, it's difficult to assess their established federal performance.

How does the awarded price compare to market rates for similar vehicle remarketing services?

The provided data does not include specific pricing details beyond the total award amount of $2.81 million for a one-year term. To compare this to market rates, one would need to analyze the number and types of vehicles to be sold, the commission rates or fees charged by Orlando Auto Auction 55, LLC, and benchmark these against prevailing rates in the private sector for similar services. Factors such as the condition of the vehicles, the auction format (online vs. physical), and the geographic market also influence pricing. A detailed cost-benefit analysis comparing the expected proceeds from sales against the contractor's fees would be necessary for a robust value assessment.

What are the primary risks associated with this contract?

Key risks include potential fluctuations in vehicle market values impacting the effectiveness of the economic price adjustment clause, and the possibility of lower-than-expected sales proceeds if the auction market is unfavorable. Operational risks, such as logistical challenges in handling and presenting vehicles, or contractor performance issues, also exist. Furthermore, the reliance on a single task order awardee for this service introduces vendor-specific risk. The lack of detailed performance metrics in the award data makes it challenging to quantify these risks precisely.

How effective is the General Services Administration (GSA) in managing vehicle remarketing contracts?

GSA's Federal Acquisition Service (FAS) is responsible for managing a wide range of government-wide acquisition contracts, including those for vehicle disposal. Their effectiveness is generally measured by their ability to secure competitive pricing, ensure timely disposal of assets, and maximize returns for the government. GSA utilizes various contract vehicles and strategies to achieve these goals. Performance can be assessed by comparing the net proceeds from GSA-managed auctions against industry benchmarks and by examining the efficiency of their disposal processes. Historical data on GSA's vehicle remarketing programs would provide a more concrete evaluation.

What has been the historical spending pattern for vehicle sales services by the GSA?

Historical spending patterns for GSA's vehicle sales services would reveal trends in contract values, award types, and the number of contractors utilized over time. Analyzing past data would indicate whether spending has increased or decreased, and if there have been shifts in the types of services procured or the methods of competition. Understanding these patterns can help identify periods of high or low demand, potential market saturation, or changes in GSA's strategy for vehicle disposition. This context is crucial for evaluating the current $2.81 million award as part of a larger, ongoing procurement effort.

What is the significance of the 'FIXED PRICE WITH ECONOMIC PRICE ADJUSTMENT' contract type?

The 'FIXED PRICE WITH ECONOMIC PRICE ADJUSTMENT' (FPEPA) contract type signifies that the base price is fixed, but it includes a mechanism to adjust that price based on specified economic factors, such as changes in the Consumer Price Index (CPI) or specific commodity prices. This is often used when there is a significant risk of price fluctuations over the contract period that are beyond the contractor's control. For this vehicle sales contract, it likely aims to protect both the government and the contractor from adverse market shifts in vehicle values or related costs. However, it introduces a degree of uncertainty regarding the final cost to the government.

Industry Classification

NAICS: Wholesale TradeWholesale Trade Agents and BrokersWholesale Trade Agents and Brokers

Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT)ADMINISTRATIVE SUPPORT SERVICES

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE

Pricing Type: FIXED PRICE WITH ECONOMIC PRICE ADJUSTMENT (K)

Evaluated Preference: NONE

Contractor Details

Address: 4636 W COLONIAL DR, ORLANDO, FL, 32808

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

Financial Breakdown

Contract Ceiling: $2,812,003

Exercised Options: $2,812,003

Current Obligation: $2,812,003

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: 47QMCA25D002T

IDV Type: IDC

Timeline

Start Date: 2025-12-01

Current End Date: 2026-11-30

Potential End Date: 2026-11-30 00:00:00

Last Modified: 2026-03-10

Other General Services Administration Contracts

View all General Services Administration contracts →

Explore Related Government Spending