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: Manufacturing › Other Transportation Equipment Manufacturing › Military 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
- 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)