Maintenance & Marshalling Services - White Sands NM
ID: 47QMCA25Q0035Type: Combined Synopsis/Solicitation
Overview

Buyer

GENERAL SERVICES ADMINISTRATIONFEDERAL ACQUISITION SERVICEGSA/FAS AUTOMOTIVE CENTERWASHINGTON, DC, 20405, USA

NAICS

General Automotive Repair (811111)

PSC

SUPPORT- ADMINISTRATIVE:- PERSONAL PROPERTY MANAGEMENT (R610)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The General Services Administration (GSA) is seeking qualified small businesses to provide maintenance and marshalling services at White Sands Missile Range (WSMR) in New Mexico. The procurement aims to establish a Blanket Purchase Agreement (BPA) for on-site vehicle management, including the receipt, inspection, preparation, and routine maintenance of government-owned or leased vehicles, with an estimated annual value of $1,000,000 for approximately 170 vehicles. This initiative is critical for ensuring operational readiness and compliance with federal regulations regarding vehicle management. Interested contractors must submit their quotations by July 21, 2025, and can direct inquiries to Allison Wiede-Brown at allison.wiede-brown@gsa.gov or by phone at 315-243-4272.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is an amendment (0001) to a solicitation identified by number 47QMCA25Q0035, issued by the General Services Administration (GSA) on June 6, 2025. This amendment outlines critical updates pertaining to a previously submitted offer. Specifically, it includes the posting of a PowerPoint presentation from a solicitation conference held on June 25, 2025, and introduces new Federal Acquisition Regulation (FAR) clauses relevant to unmanned aircraft systems and system for award management, both taking effect in November 2024. The amendment further stipulates that all other contract terms remain unchanged. The period of performance for the resulting contract is set from January 1, 2026, to December 31, 2030. Offerors are required to acknowledge receipt of the amendment to ensure their proposals are considered, emphasizing the importance of adherence to the specified submission guidelines. The amendment underscores ongoing federal procurement processes within outlined compliance frameworks and the alteration of existing solicitation details to maintain operational and regulatory integrity.
    The document is an amendment to solicitation 47QMCA25Q0035 issued by the General Services Administration (GSA), pertaining to a contract modification process. The primary purpose is to extend the solicitation closing date from July 14, 2025, at 5 PM Eastern to July 21, 2025, at 5 PM Eastern. Additionally, it details that modifications to previously submitted offers are acceptable if acknowledged before the new due date. The document outlines the required acknowledgment methods for receipt of this amendment, including written or electronic communication. It emphasizes the importance of timely submission, noting that failure to acknowledge could result in rejection of the offer. Moreover, the period of performance for the project is specified to range from January 1, 2026, to December 31, 2030. All existing terms and conditions remain in effect, emphasizing that only the due date has changed. The document also includes administrative details such as agency codes, contractor's information, and signatures of the contracting officer and contractor. This amendment demonstrates the GSA's procedural rigor in managing government procurement and contracting.
    The document outlines the maintenance and marshalling services required at White Sands Missile Range (WSMR) and NASA White Sands Test Facility (WSTF) in New Mexico, under Notice ID 47QMCA2510035. It serves as guidance for contractors interested in providing vehicle leasing, maintenance, and support services for a fleet of approximately 900 vehicles, including routine preventative maintenance and the coordination of repairs. Services include marshalling around 100 new vehicles, conducting inspections, managing documentation, and ensuring compliance with regulations. Key operational details stipulate that work hours are Monday through Friday, with specific requirements for personnel, including U.S. citizenship and background checks. Transport costs vary depending on distance, and a flat fee structure is in place for standard services. Supporting customers like GSA Fleet and maintenance facilities are strategically located near major cities. The document emphasizes that all inquiries must be submitted in writing by a specified deadline to the contracting officer. Overall, the file is crucial for contractors as it delineates the scope of work and informs how to engage with the project effectively, reinforcing the government’s commitment to maintaining operational readiness at these facilities.
    The document serves as an IT Security Procedural Guide on Access Control (AC) for the U.S. General Services Administration (GSA), specifically aligning with NIST SP 800-53, Revision 5. Its purpose is to establish comprehensive access control policies and implementation procedures for all GSA systems to mitigate risks of unauthorized access and protect sensitive information. The guide elaborates on critical topics, including user access authorization, account management, access enforcement, and information flow control. It emphasizes the importance of logical access controls for maintaining confidentiality, integrity, and availability of GSA resources, while ensuring compliance with federal regulations and GSA-specific policies. Key sections outline specific procedures for account management, including user account creation, monitoring, and the principle of least privilege, which restricts access to only what is necessary for users to perform their duties. The guide mandates regular audits and assessments of user privileges, data access policies, and the enforcement of security directives to promptly respond to unauthorized access incidents. In summary, this procedural guide aims to ensure secure and regulated access to GSA systems, safeguarding against potential cyber threats while fulfilling federal security requirements and fostering clear access control practices.
    The document outlines the screening, vetting, escorting, and credentialing procedures for the White Sands Missile Range (WSMR) Visitor Control Program. Its primary aim is to ensure that only authorized individuals gain access to the installation, emphasizing the commander's responsibility in managing the visitor control program. Key procedures involve identity proofing through various means, such as visual checks and automated systems, followed by background record checks via the National Crime Information Center (NCIC) for non-DOD visitors. Personnel under 18 are exempt from background checks, and those needing escorted access must be accompanied by adequately vetted individuals. Credentialing is governed by specific Army directives, distinguishing between Common Access Card (CAC) holders and non-CAC affiliates. The document specifies various forms of ID authorized for unescorted access, depending on successful NCIC checks. Routine access rules further delineate requirements for short-term and long-term visits. Access through unmanned gates is restricted to CAC holders or those properly vetted. Overall, these procedures are vital for maintaining security at WSMR while facilitating authorized access for visitors and contractors.
    The document outlines the Additional Access Control Procedures for the White Sands Missile Range (WSMR) Visitor Control Program, emphasizing security protocols for vehicle access and visitor qualifications. Key components include the Trusted Traveler Program that allows authorized military personnel to vouch for vehicle occupants under specific conditions, restrictions on who may use this program, and requirements for escorting visitors. Special events and commercial deliveries entail various screening measures, including NCIC-III checks and vehicle inspections. Procedures for different types of visitors, such as food vendors, taxis, law enforcement personnel, and school staff, are described to ensure compliance with security regulations. Additionally, protocols for family visitors, community leaders, veterans, and foreign nationals are present, detailing specific vetting processes. The primary purpose of these measures is to enhance security while allowing legitimate access to the installation. This comprehensive guide is crucial for maintaining the safety and order of WSMR amidst various contingencies.
    The document outlines the Installation Access Denial Waiver Process for individuals denied access to White Sands Missile Range (WSMR) due to security background checks. It specifies the authority under which access may be denied, referring to several Army regulations and directives aimed at safeguarding installation security. The denial can occur based on serious criminal history, identity verification issues, or existing legal barriers to entry. Individuals wishing to challenge their denial can submit a waiver request through a government sponsor by completing the Installation Access Control Denial Waiver Request Form. The request must be thorough, including a certified criminal history and justifications for why access should be granted, such as the nature of offenses and evidence of rehabilitation. The process involves reviews by the government sponsor, the Directorate of Plans, Training, Mobilization and Security (DPTMS), and the Garrison Commander, who ultimately decides on granting or denying the waiver. Denial can be reconsidered after one year under certain conditions. This process emphasizes compliance with security standards while allowing for individual assessments in cases of access denial.
    The Installation Access Denial Waiver Application is part of the Visitor Control Program for White Sands Missile Range, allowing individuals to request access despite prior disqualifications. The application entails providing personal information, reasons for access, job responsibilities, and a comprehensive criminal history, excluding minor traffic offenses. Individuals must detail their entire criminal record, including court documents certifying convictions, and provide explanations for each felony alongside mitigating circumstances demonstrating rehabilitation. Additionally, applicants must disclose any past access denials from federal facilities and list references who can support their case. The application requires notarization to affirm the truthfulness of the information provided. This document serves a critical role in security protocols while allowing for case-by-case access evaluations to a military installation, balancing safety with individual rehabilitation efforts.
    The document outlines key contract clauses relevant to federal procurement, focusing on safeguarding contractor information systems and compliance with various federal regulations. It emphasizes the need for contractors to protect covered information systems that process federal contract data, detailing basic safeguarding requirements, including access control, user authentication, and physical security measures. Furthermore, it addresses compliance with specific Federal Acquisition Regulation (FAR) clauses related to commercial products and services, highlighting requirements like the prohibition on certain technology providers and obligations around whistleblower protections. The document is structured into sections, covering diverse aspects such as contract clauses, insurance requirements, and reporting obligations. Notably, it provides a comprehensive list of FAR clauses mandated for contractor compliance, indicating the complexities that contractors must navigate in federal acquisitions. The overarching purpose is to ensure federal contractors maintain the integrity, security, and ethical standards expected in government contracting, thus facilitating accountability and transparency in the procurement process while adhering to existing legal frameworks.
    The General Services Administration (GSA) has established a Blanket Purchase Agreement (BPA) with a yet-to-be-named supplier for on-site vehicle maintenance and marshalling services at White Sands Missile Range, NM, and NASA Test Facility. The agreement outlines terms for the supplier's responsibilities, including pricing, purchase limitations, and authorized personnel for placing orders. The maximum order amount is set at $500,000, with invoicing for services required monthly, or more frequently as agreed. The supplier will submit invoices through the Department of Treasury’s Invoice Processing Platform following proper approval procedures. Furthermore, maintenance services above $100 require pre-authorization from GSA Fleet's Maintenance Control Center, while those below can be authorized by driving agencies. Payments will be processed via electronic funds transfer or GSA Fleet Services Card, ensuring efficient billing. The agreement may be canceled with written notice, continuing obligations for outstanding orders until fulfilled. This BPA outlines critical procedures and responsibilities for both the government and the supplier to ensure effective vehicle maintenance and management services essential for operational needs.
    The document outlines a combined synopsis/solicitation by the Government for a Blanket Purchase Agreement (BPA) for maintenance and marshalling services at White Sands Missile Range, NM. This RFQ (47QMCA25Q0035) is specifically set aside for small businesses under NAICS 811111 with a size standard of $9M. The BPA, projected to span 60 months, will cover the receipt, inspection, preparation, and routine maintenance of government vehicles, with an annual estimate of 170 vehicles and maintenance services valued at approximately $1,000,000. Interested offerors must submit a quotation that includes a completed Vendor Response Document, a corporate experience narrative limited to three pages, and a price list in Excel format. The evaluation will be based on corporate experience, past performance, and price, with the government seeking fair and reasonable pricing. A pre-quotation conference is scheduled to facilitate queries from potential contractors, while questions must be emailed. This BPA represents a flexible procurement method to obtain necessary services efficiently, eliminating the need for repetitive procurements. All relevant documents and inquiries are to be submitted electronically through designated channels, emphasizing the importance of maintaining competition throughout the process.
    The document is a Vendor Response Document related to the RFQ 47QMCA25Q0035, formulated for contractors to provide essential information for a Blanket Purchase Agreement with the government. It includes sections for contractor information, designated contacts for agreement administration and performance communication, and a remittance address for payment processing. The document requires contractors to list three past performance references involving similar services, along with details of services rendered and contract values. It also prompts contractors to specify any exceptions or assumptions regarding the Statement of Work (SOW), and to confirm their registration in the System for Award Management (SAM). Additionally, the document encompasses regulations under the John S. McCain National Defense Authorization Act regarding the use of telecommunications equipment, necessitating contractors to disclose the use of covered telecommunications services or equipment if applicable. Lastly, the response includes a requirement for maintaining specific vehicular and general liability insurance during agreement performance, including confirmed liability limits. This RFQ aims to standardize contractor submissions, ensuring compliance with federal requirements while facilitating a streamlined procurement process for government services.
    The Hazardous Material Center (HAZMART) provides standard operating procedures (SOP) for hazardous material management at White Sands Missile Range (WSMR). Its mission focuses on environmental compliance through education and a centralized management system to reduce hazardous material usage. The SOP outlines responsibilities, requisitioning procedures, handling and disposal of hazardous materials, and emergency contact information. Key procedures involve organizations providing necessary forms for tracking hazardous material, using the Enterprise Environmental Safety and Occupational Health Management Information System (EESOH-MIS) for logistical support, and conducting hazardous material turn-ins. HazMart facilitates a Free Issue Program for redistributing excess material to diminish waste. The document emphasizes the importance of safety data sheets (SDSs) for handling hazardous materials and establishes protocols for managing both depleted and non-depleted materials. Hazardous materials such as firearms and explosives are excluded from HazMart services. This SOP is crucial for ensuring proper hazardous material compliance and environmental safety, aligning with federal and local regulations within the broader context of governmental RFPs and grants focused on environmental management.
    The General Services Administration (GSA) Office of Fleet Management requires contractor-provided vehicle maintenance and marshalling support services at White Sands Missile Range, NM. The objective is to ensure efficient vehicle management, including inspections, repairs, fueling, and the handling of new and used vehicles. Key responsibilities of the contractor encompass vehicle delivery inspections, license plate management, preparation for customer pickup, and supporting on-site maintenance for both standard and non-standard vehicles. The contractor is mandated to maintain a secure inventory of vehicles and GSA Fleet Services cards while adhering to federal regulations. Maintenance services include routine repairs, preventive maintenance, and emergency services, with specific turnaround times established for each type of service. Additionally, contractor personnel must meet strict qualifications and security clearances, ensuring only qualified individuals work on government vehicles. This statement of work emphasizes compliance with applicable governmental laws and proper handling of government property, aiming to support GSA's operational and regulatory needs. Overall, the document delineates detailed service expectations to enhance vehicle reliability and operational efficiency for federal agencies utilizing the GSA Fleet.
    The document outlines the maintenance and marshalling deliverables required from contractors managing GSA vehicle services. It details tasks such as accepting and inspecting vehicle deliveries, managing license plate and fleet services cards, customer vehicle releases, and maintenance services. Contractors must fulfill specific performance thresholds, including timely inspections, inventory management, and installation of telematics devices. Additionally, regulations for fueling and charging vehicles are specified, along with protocols for vehicle movement within defined distances. The document mandates thorough maintenance processes, including pre-authorizations for costs exceeding $100 and detailed timelines for various repair and maintenance tasks. Invoicing for services must adhere to GSA's monthly format. Overall, the file serves as a comprehensive guide to ensure efficient vehicle management and maintenance within government contractual frameworks, illustrating compliance requirements and operational standards critical to fulfilling government requests for proposals (RFPs) and grants.
    The document outlines a solicitation for vehicle maintenance and management services, detailing a range of tasks related to new vehicle delivery, used vehicle preparation, and maintenance operations. Key services include the acceptance of new vehicles, release processes, telematics installation, fueling for both internal combustion and electric vehicles, and various types of vehicle movement based on weight and condition. The maintenance services cover tire installation and repairs, roadside assistance, preventive maintenance for standard and non-standard vehicles, battery checks and replacements, as well as thorough cleaning services. Each service is assigned a specific Statement of Work (SOW) reference, with unit pricing to be negotiated upon order. The overarching goal of this solicitation is to ensure efficient management and upkeep of federal vehicle fleets, reflecting the government's commitment to operational readiness and maintenance standards in line with federal guidelines. This comprehensive service specification aims to facilitate effective procurement to meet the needs of government agencies across various jurisdictions.
    The document appears to be a fragmented and corrupted text, lacking comprehensible information, making it difficult to derive a clear topic or purpose. Without identifiable content, it is unrecognizable and does not present any meaningful context related to federal RFPs, grants, or local proposals. Consequently, it does not offer key ideas, supporting details, or a structured overview crucial for analysis or summary. The absence of coherent sentences and topics suggests it may be a corrupted file lacking substance, context, and informative value typically expected in government documentation. Therefore, producing a conventional summary or analysis is infeasible as the text does not align with the criteria of structured, actionable content found in government RFPs or grants.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    GSA Fleet Lease Vehicle Auction & Marshalling Services Guam
    General Services Administration
    The General Services Administration (GSA) is seeking contractor support for vehicle auction and marshalling services in Guam, with a contract period from April 1, 2026, to March 30, 2027. The procurement aims to modernize GSA Fleet's vehicle sales model, enhance public participation, and leverage vendor expertise, particularly in managing electric vehicles and associated infrastructure. This opportunity encompasses a wide range of tasks, including vehicle inspections, marketing, electronic inventory management, and customer service, with a focus on maximizing proceeds from vehicle sales. Interested parties must submit their responses to the Request for Information (RFI) by January 26, 2026, and direct any inquiries to Jeff Whelpley at jeffrey.whelpley@gsa.gov.
    GSA FLeet Lease Vehicle Auction and Marshalling Services Holbrook, AZ
    General Services Administration
    The General Services Administration (GSA) is seeking contractor support for vehicle auction and marshalling services in Holbrook, Arizona, from April 1, 2026, to March 30, 2027. The procurement aims to optimize vehicle disposition strategies, conduct detailed inspections, manage marketing and inventory, and provide comprehensive customer service throughout the sales process. GSA Fleet, which manages a diverse fleet of over 227,000 vehicles, is looking to modernize its vehicle sales model and expand its market presence, particularly in the area of electric vehicle management. Interested parties must respond to the Request for Information (RFI) by January 27, 2026, and direct any questions to Jeff Whelpley at jeffrey.whelpley@gsa.gov by January 13, 2026.
    GSA Fleet Lease Vehicle Auction & Marshalling Services Flagstaff, AZ
    General Services Administration
    The General Services Administration (GSA) is seeking contractor support for vehicle auction and marshalling services in Flagstaff, AZ, from May 1, 2026, to April 30, 2027. The procurement aims to enhance the GSA Fleet's vehicle disposition strategies, including comprehensive inspections, marketing, inventory management, and customer service, with a particular focus on Zero Emission Vehicles (ZEVs). GSA Fleet manages over 227,000 vehicles and disposes of more than 30,000 annually, and is looking to modernize its sales model and expand its market presence. Interested parties must respond to the Request for Information (RFI) by January 26, 2026, and can direct inquiries to Jeff Whelpley at jeffrey.whelpley@gsa.gov.
    GSA Fleet Lease Vehicle Auction & Marshalling Services Flagstaff, AZ
    General Services Administration
    The General Services Administration (GSA) is seeking contractor support for vehicle auction and marshalling services in Flagstaff, Arizona, for the period from May 1, 2026, to April 30, 2027. Interested vendors must be located within 50 miles of Flagstaff and must own or legally lease their facility, as the GSA Fleet manages a diverse fleet of over 227,000 vehicles, including an increasing number of Electric Vehicles (EVs). The RFI outlines specific tasks such as vehicle inspections, marketing, inventory management, and customer service, aimed at modernizing GSA's vehicle sales model and increasing net proceeds. Responses to the RFI are due by January 26, 2026, and questions must be submitted by January 8, 2026, to the primary contact, Jeff Whelpley, at jeffrey.whelpley@gsa.gov.
    GSA Fleet Lease Vehicle Auction & Marshalling Services - Bismark, ND
    General Services Administration
    The General Services Administration (GSA) is seeking contractor support for vehicle auction and marshalling services, or marshalling-only services, specifically in the Bismarck, ND area. The objective of this Request for Information (RFI) is to gather industry best practices to modernize and streamline GSA's public vehicle sales model, which includes tasks such as advising on vehicle disposition strategies, conducting inspections, managing marketing efforts, and providing customer support throughout the sales process. GSA Fleet manages a diverse fleet of over 227,000 vehicles and sells approximately 30,000 used vehicles annually through auctions, making this procurement critical for maximizing public participation and net proceeds. Interested parties must be located within 50 miles of Bismarck, ND, and are required to submit their responses by December 1, 2025, to Allison Wiede-Brown at allison.wiede-brown@gsa.gov.
    34-Ton Break-Bulk Trailers
    General Services Administration
    The General Services Administration (GSA) is soliciting quotes for thirty-seven (37) 34-ton break-bulk trailers, specifically designed for the Department of Navy's requirements. These trailers must meet stringent specifications, including compatibility with government-owned tractors, a minimum distributed capacity of 70,000 lbs, and compliance with military and industry standards. The procurement is critical for replacing aging fleet assets and ensuring operational efficiency in transporting various cargo types. Quotes are due by December 31, 2025, at 1:00 PM EST, and interested vendors should submit their proposals via email to Ed Hodges at john.hodges@gsa.gov, including the solicitation number in the subject line.
    GSA Fleet Lease Vehicle Auction & Marshalling Services - McAlester, OK
    General Services Administration
    The General Services Administration (GSA) is seeking contractor support for vehicle auction and marshalling services in the McAlester, OK area. The procurement aims to acquire services that include advising on vehicle disposition strategies, conducting inspections, managing electronic inventories, and facilitating the auction process for government vehicles, including a focus on electric vehicles. This initiative is crucial for modernizing GSA Fleet's vehicle sales model and maximizing net proceeds from vehicle sales. Interested parties must be located within 50 miles of McAlester, with responses due by January 9, 2026, and inquiries accepted until January 2, 2026. For further information, contact Allison Wiede-Brown at allison.wiede-brown@gsa.gov or by phone at 315-243-4272.
    GSA Fleet Lease Vehicle Auction and Marshalling Services Idaho Falls, ID
    General Services Administration
    The General Services Administration (GSA) is seeking contractor support for vehicle auction and marshalling services in Idaho Falls, ID, for the period from June 1, 2026, to May 31, 2027. The procurement aims to modernize and streamline GSA's public vehicle sales model, which includes tasks such as advising on vehicle disposition strategies, conducting full vehicle inspections, managing electronic inventories, and facilitating bidder management. GSA Fleet manages a diverse fleet of over 227,000 vehicles, including an increasing number of electric vehicles, and is looking for expertise to maximize proceeds from the sale of used vehicles. Interested parties must respond to the Request for Information (RFI) by January 27, 2026, and can direct inquiries to Jeff Whelpley at jeffrey.whelpley@gsa.gov.
    GSA Fleet Lease Vehicle Auction and Marshalling Services Medford, OR
    General Services Administration
    The General Services Administration (GSA) is seeking contractor support for vehicle auction and marshalling services in Medford, Oregon, as outlined in Request for Information (RFI) 47QMCA26N0017. The services, required from May 1, 2026, to April 30, 2027, include advising on vehicle disposition strategies, conducting inspections, managing inventory, executing marketing plans, and providing customer service for a diverse fleet, including Zero Emission Vehicles. This initiative is part of GSA Fleet's effort to modernize its sales model and expand its market presence, particularly in the context of increasing electric vehicle management. Interested parties must respond by January 27, 2026, and direct any questions to Jeff Whelpley at jeffrey.whelpley@gsa.gov by January 13, 2026.
    Design Build Construction Services for the Santa Teresa Land Port of Entry (LPOE) Border Roadway Improvement & Construction (BRIC)/Paving Project, Santa Teresa, NM
    General Services Administration
    The General Services Administration (GSA) is seeking proposals for Design Build Construction Services for the Santa Teresa Land Port of Entry (LPOE) Border Roadway Improvement and Construction (BRIC) project in Santa Teresa, New Mexico. The project involves the repair and replacement of approximately 202,455 square feet of pavement, including localized patching, full pavement section reconstruction, utility relocation, and traffic control measures to minimize disruption during construction. This procurement is a total small business set-aside, with an estimated construction cost between $5 million and $10 million, and proposals are due by January 21, 2026, at 12:00 p.m. Central Time. Interested contractors should contact Ashley C. Morgan at ashley.morgan@gsa.gov or (817) 223-9839 for further details and must monitor SAM.gov for any amendments to the solicitation.