GSA Awards $4.2M for Armored Ambulances to Alpine Armoring Inc

Contract Overview

Contract Amount: $4,199,843 ($4.2M)

Contractor: Alpine Armoring Inc.

Awarding Agency: General Services Administration

Start Date: 2025-10-31

End Date: 2026-10-06

Contract Duration: 340 days

Daily Burn Rate: $12.4K/day

Competition Type: FULL AND OPEN COMPETITION

Number of Offers Received: 4

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: ARMORED AMBULANCES

Place of Performance

Location: CHANTILLY, FAIRFAX County, VIRGINIA, 20151

State: Virginia Government Spending

Plain-Language Summary

General Services Administration obligated $4.2 million to ALPINE ARMORING INC. for work described as: ARMORED AMBULANCES Key points: 1. Significant investment in specialized medical transport vehicles. 2. Alpine Armoring Inc. is the sole awardee. 3. Potential for high per-unit cost due to specialized nature. 4. Sector: Manufacturing (Military Vehicles).

Value Assessment

Rating: fair

The contract value of $4.2 million for 4 units suggests a high per-unit cost, typical for specialized armored vehicles. Benchmarking against similar custom-built armored vehicles is necessary for a precise assessment.

Cost Per Unit: $1,049,960.75

Competition Analysis

Competition Level: full-and-open

The contract was awarded under full and open competition, indicating a competitive bidding process. However, the specific nature of armored ambulances may limit the number of qualified bidders, potentially impacting price discovery.

Taxpayer Impact: Taxpayer funds are allocated for critical emergency medical transport, with potential for cost efficiencies through competitive bidding.

Public Impact

Enhances emergency medical response capabilities for potentially hazardous environments. Ensures the safety of medical personnel and patients during transport. Supports specialized manufacturing within the defense and emergency services sector.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Limited number of qualified bidders for specialized armored vehicles.
  • High per-unit cost requires careful justification.
  • Potential for scope creep or additional requirements.

Positive Signals

  • Addresses a critical need for secure medical transport.
  • Awarded through full and open competition.
  • Clear delivery timeline established.

Sector Analysis

This contract falls within the manufacturing sector, specifically related to military and specialized vehicle production. Benchmarks for custom armored vehicles are typically high due to complex engineering and materials.

Small Business Impact

The awardee, Alpine Armoring Inc., is not identified as a small business. Analysis of subcontracting opportunities for small businesses is not provided in the data.

Oversight & Accountability

The General Services Administration (GSA) is responsible for this award. Oversight will focus on delivery, quality, and adherence to contract terms. Accountability rests with GSA for procurement integrity and Alpine Armoring for performance.

Related Government Programs

  • Military Armored Vehicle, Tank, and Tank Component Manufacturing
  • General Services Administration Contracting
  • Federal Acquisition Service Programs

Risk Flags

  • High per-unit cost
  • Limited number of qualified bidders
  • Specialized nature of the equipment
  • Potential for future modifications or upgrades

Tags

military-armored-vehicle-tank-and-tank-c, general-services-administration, va, delivery-order, 1m-plus

Frequently Asked Questions

What is this federal contract paying for?

General Services Administration awarded $4.2 million to ALPINE ARMORING INC.. ARMORED AMBULANCES

Who is the contractor on this award?

The obligated recipient is ALPINE ARMORING INC..

Which agency awarded this contract?

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

What is the total obligated amount?

The obligated amount is $4.2 million.

What is the period of performance?

Start: 2025-10-31. End: 2026-10-06.

What is the justification for the high per-unit cost of these armored ambulances compared to standard ambulances?

The high per-unit cost is likely attributed to the specialized armor plating, reinforced chassis, advanced life support systems, and potentially custom modifications required for protection in high-risk environments. Standard ambulances prioritize cost-effectiveness and patient capacity, whereas armored ambulances must balance medical functionality with ballistic protection and survivability.

What are the specific risks associated with the limited competition for specialized armored vehicles?

Limited competition increases the risk of inflated pricing and reduced innovation, as fewer manufacturers are capable of meeting stringent requirements. This can lead to higher costs for taxpayers and potentially less favorable contract terms. It also raises concerns about vendor lock-in and the ability to secure competitive pricing for future needs.

How effectively will these armored ambulances improve overall emergency response capabilities?

These armored ambulances are designed to enhance response in high-threat scenarios, ensuring medical personnel and patients can be safely transported from dangerous areas. Their effectiveness is measured by their ability to withstand threats while maintaining critical medical functions, thereby extending the reach and safety of emergency services into previously inaccessible or high-risk zones.

Industry Classification

NAICS: ManufacturingOther Transportation Equipment ManufacturingMilitary Armored Vehicle, Tank, and Tank Component Manufacturing

Product/Service Code: VEHICULAR EQUIPMENT COMPONENTS

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Solicitation ID: 47QSWC25Q0116

Offers Received: 4

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 4170 LAFAYETTE CENTER DR, CHANTILLY, VA, 20151

Business Categories: Category Business, Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $4,199,843

Exercised Options: $4,199,843

Current Obligation: $4,199,843

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Parent Contract

Parent Award PIID: GS07F9376S

IDV Type: FSS

Timeline

Start Date: 2025-10-31

Current End Date: 2026-10-06

Potential End Date: 2026-10-06 00:00:00

Last Modified: 2026-02-11

Other General Services Administration Contracts

View all General Services Administration contracts →

Explore Related Government Spending