Zone 1 Auction and Marshalling
ID: 47QMCA25R0001Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Wholesale Trade Agents and Brokers (425120)

PSC

SUPPORT- ADMINISTRATIVE:- PERSONAL PROPERTY MANAGEMENT (R610)
Timeline
    Description

    The General Services Administration (GSA) is seeking proposals for the procurement of vehicle marshalling and sales support services under solicitation number 47QMCA25R0001. This opportunity involves a range of vehicle-related services, including the acceptance and release of vehicles, management of fleet services, and logistical support for vehicle movements, with an estimated annual volume of 60,000 vehicles. The contract emphasizes efficiency in government vehicle management and operational readiness, ensuring compliance with federal standards. Interested parties must submit their proposals electronically by February 7, 2025, and can direct inquiries to Allison Wiede-Brown at allison.wiede-brown@gsa.gov or Wilhelkina Elston at wilhelkina.elston@gsa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the provisions for federal contracts concerning telecommunications and video surveillance services, specifically referencing compliance with the John S. McCain National Defense Authorization Act. It includes representations from offerors regarding the use of covered telecommunications equipment and services, which are prohibited in government procurement. The offeror must verify whether they provide or use such equipment or services, and if so, disclose detailed information to ensure compliance with prohibitions and representations mandated by federal regulations. Key procedures include reviewing the System for Award Management (SAM) for excluded parties and disclosing information regarding covered articles in compliance with the Federal Acquisition Supply Chain Security Act. This document is essential for ensuring national security by restricting the procurement of potentially harmful telecommunications products and services within government contracts, thereby safeguarding critical technology infrastructure from security threats.
    The document outlines the Offeror Representations and Certifications—Commercial Products and Commercial Services as part of federal contract procedures. It emphasizes the necessity for offerors to provide accurate information regarding their business status, ownership, and operational compliance with various federal regulations. Key definitions are provided, including categories such as Economically Disadvantaged Women-Owned Small Business (EDWOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB), and the implications of sensitive technologies. Offerors must complete annual certifications electronically through the System for Award Management (SAM), detailing their business status, tax liabilities, and compliance with labor standards and child labor laws. Portions of the certification address operations in Sudan and specify restrictions on contracting with inverted domestic corporations. Additionally, representations concerning the Buy American Act and certifications regarding lobbying activities form critical components of the offer. The document serves as a comprehensive framework ensuring that offerors meet necessary compliance prerequisites when engaging with federal contracts, thereby safeguarding governmental interests and maintaining standards for ethical business operations. Overall, it facilitates transparency and accountability in federal procurement processes.
    The document serves as Amendment 0001 to solicitation 47QMCA25R0001, issued by the General Services Administration (GSA) in Washington, DC. It outlines necessary updates and modifications to the original solicitation, including changes to contract clauses, effective dates, and submission procedures for offers. Key changes encompass the updated FAR clause regarding commercial products and commercial services, revisions to submission instructions via FedConnect, and the addition of clauses relevant to compliance evaluations and unmanned aircraft systems. Notably, proposals for Phase 1 must be submitted electronically by February 7, 2025. The amendment also addresses the handling of contractor questions and the release of a revised pricing spreadsheet. Overall, the amendment maintains existing terms and conditions while providing critical updates to ensure clarity and adherence to federal guidelines. This document reflects the GSA’s ongoing commitment to transparent procurement processes and compliance with federal regulations.
    The document is an amendment to solicitation number 47QMCA25R0001, issued by the General Services Administration (GSA) to clarify certain details regarding the submission of proposals for contracted automotive services across four defined GSA Fleet Zones. The amendment requires contractors to acknowledge receipt of this amendment via specified methods, emphasizing the need for adherence to the defined deadline for proposals that align with the relevant zonal areas. Each zone corresponds to specific solicitation numbers, necessitating that contractors submit proposals based on the location of their facilities. For instance, proposals for facilities located in New Mexico must be submitted for Zone 3 (solicitation # 47QMCA25R0003), while those with facilities in both Oregon and Florida must submit separate proposals for Zone 4 and Zone 2, respectively. The amendment ensures clarity on these geographic considerations and maintains that all other terms and conditions of the original solicitation remain unchanged. The document underscores the GSA's systematic approach to managing its contracting processes across various logistical zones.
    This document outlines the estimated five-year vehicle sales volumes across several U.S. regions, accompanied by marshalling volumes that are double the vehicle counts. The main regions include New England (4,814 vehicles), Northeast and Caribbean (9,714 vehicles), and Mid-Atlantic (22,276 vehicles), totaling 36,804 vehicles. In New England, significant volumes are attributed to areas such as Boston-Worcester-Providence with 2,622 vehicles and New Haven-Hartford with 1,047. The Northeast and Caribbean region features New York-Newark with the highest figure at 4,647 vehicles, followed by Philadelphia-Reading with 1,152 vehicles. The Mid-Atlantic region shows the highest volume, with Washington-Baltimore area leading at 11,412 vehicles, and Virginia Beach at 2,949. This data serves as essential groundwork for federal or state requests for proposals (RFPs) related to transportation, logistics, and vehicle management. Understanding vehicle distribution helps inform grant applications aimed at transportation development and infrastructure improvements.
    The document serves as a comprehensive user guide for FedConnect®, an online portal designed to streamline interactions between government agencies and vendors seeking federal contracts, grants, and other assistance funding. It outlines registration requirements, including the necessity of a DUNS number and a SAM MPIN, both vital for accessing federal opportunities. The guide provides step-by-step instructions on navigating the platform, managing user accounts, and utilizing various features such as the Message Center and Opportunities pages. Key functionalities include searching for opportunities, joining response teams, submitting proposals, and managing awards. It emphasizes that opportunities range from public postings accessible to all to directed opportunities targeted at specific vendors. Additionally, the document illustrates the process for acknowledging amendments to bids and highlights the security measures within the messaging system. Overall, FedConnect® aims to create a secure and auditable environment for vendors and grants applicants to engage effectively with government procurement processes. The guide offers essential information enabling users to maximize the utility of the platform for successful engagement and compliance.
    This document outlines the requirements for contractors to provide detailed information on performance locations in response to government RFPs. It includes a request for the physical street address, city, ZIP code, state abbreviation, and county, along with a confirmation of whether the facility meets the Statement of Work (SOW) requirements outlined in Table 1. Contractors are asked to specify offered services such as marshalling, sales preparation, administration of vehicle sales, and in-lane vehicle sales. Additionally, they must provide the marshalling and sales capacities, indicating the number of vehicles each facility can accommodate. This structured approach aims to ensure that proposed facilities align with government needs and operational standards, ultimately enhancing transparency and efficiency in the procurement process. By gathering this data, the government seeks to evaluate potential contractors based on their capabilities and compliance with specific performance metrics required for effective contract fulfillment.
    The Model Commercial Subcontracting Plan outlines the requirements for contractors who provide commercial items and services to the federal government. It serves as a guideline for creating effective subcontracting plans that facilitate small business participation. Key elements include annual goals for subcontracting to various small business categories, such as women-owned and veteran-owned businesses, as well as a detailed description of the planned subcontracting processes and methodologies for identifying potential sources. Contractors must include indirect costs in their goals, maintain records for compliance, and submit a Summary Subcontracting Report annually through the Electronic Subcontract Reporting System. Approval of the plan by a contracting officer is essential before contract award, ensuring that the contractor commits to fostering equitable opportunities for small businesses. The document emphasizes the need for contractors to provide evidence of good faith efforts in meeting established goals, which are evaluated through annual reporting and cooperation with government agencies. Overall, the plan aims to enhance small business engagement within government contracts, supporting broader economic goals.
    The document outlines the requirements for an Individual Subcontracting Plan, which is essential for contractors receiving federal contracts exceeding certain thresholds. It mandates clear goals for engaging small businesses, including various socio-economic categories, throughout the contract life, encompassing base and option periods. These goals must reflect planned subcontracting dollars and participation percentages, ensuring maximum practical opportunities for small businesses. The plan includes reporting directives after contract award, necessitating regular updates via the Electronic Subcontract Reporting System (eSRS). Key components include outlining subcontracting goals, developing these goals based on historical data and market research, identifying potential small business sources, and administrative oversight for compliance. Contractors are reminded of their obligations to provide fair opportunities for small businesses and adherence to reporting requirements. The plan becomes a material part of the contract, subject to performance evaluations. Monitoring compliance and achieving established goals is crucial, with consequences for failing to meet obligations outlined in the Federal Acquisition Regulation (FAR). This plan plays a significant role in promoting small business participation in federal contracting, aligning with government initiatives to foster diversity and opportunity within procurement processes.
    The PAST PERFORMANCE REFERENCE QUESTIONNAIRE is a critical component in government contracting evaluations, designed for Offerors to provide references regarding their prior performance on contracts. The document is structured in two parts: Part I requires the Offeror to fill out their information, including the project title, relevant contract details, and roles (prime or subcontractor). Part II, to be completed by the reference Point of Contact, solicits feedback on the Offeror's past performance through a series of rating questions that assess quality, reliability, management effectiveness, problem-solving, and overall satisfaction. The rating system ranges from "Exceptional" to "Unsatisfactory" based on the contractor's performance concerning contractual requirements. Additional narrative justification may be provided for each response, emphasizing the depth of evaluation required. This questionnaire is fundamental for sourcing and assessing contractor credibility and reliability in response to federal grants and RFPs, ensuring that government entities engage with capable and proven contractors in delivering services.
    The document outlines a solicitation for vehicle-related services as part of a federal contracting process (Solicitation No. 47QMCA25R0001). The proposal includes a range of tasks associated with vehicle management, such as the delivery and release of new vehicles, management of used vehicles, vehicle movement over various distances, and fuel service options for different types of vehicles. Specific services outlined include maintenance, inspections, digital imagery for vehicle condition reporting, and administrative vehicle sales services. Each task is tied to a particular Statement of Work (SOW). The structure presents numerous line items categorized by vehicle type, service type, and associated costs, indicating a strategic approach to vehicle management for government operations. Key elements include vehicle handling, inspections, and compliance, emphasizing the systematic approach to fleet management within federal frameworks. This solicitation reflects the government's initiative to streamline vehicle management processes while ensuring adherence to regulatory requirements and operational efficiency.
    The document outlines Solicitation No. 47QMCA25R0001, which pertains to the procurement of vehicle-related services for government operations. It details the various service line items, including vehicle deliveries, management of license plates and fleet services cards, and vehicle movements based on operational specifications, categorized by distance and type of vehicle (standard or non-standard). The scope of work (SOW) includes acceptance and release of new and used vehicles, vehicle maintenance, inspections, and administrative sales support. Additionally, it addresses vehicle movement logistics, such as door-to-door delivery and ocean freight, as well as remote inspection and decommissioning processes. The fixed rate of escalation for option periods is also indicated but requires further specification. This solicitation emphasizes efficiency in government vehicle management and operational readiness, ensuring all vehicles are maintained and tracked according to federal standards. The document serves as a formal framework for bidders to understand requirements for efficient vehicle services and to ensure compliance with government guidelines.
    The document addresses a series of questions and responses related to a Request for Proposals (RFP) from the General Services Administration (GSA) regarding vehicular fleet services, including vehicle transportation, delivery, maintenance, and financial transactions. Key points cover procedures for returning license plates, handling of Electronic Vehicle Accountability Forms (eVAF), issues pertaining to charging electric vehicles (EVs), and billing protocols for shipping and service fees. Significant inquiries involve the lack of delivery receipts, credit card processing limitations, and the responsibilities regarding vehicle theft or damage during off-hours. The document outlines vendor responsibilities in various scenarios and clarifies that GSA will provide shipping materials while establishing billing structures and service expectations. Further, it emphasizes the need for compliance with FAR regulations and defines the parameters for submitting proposals, including pricing methods and service overlaps across zones. This guidance serves to streamline the contractor's proposal preparation and align expectations with GSA's operational requirements, ensuring clarity in contractual obligations.
    The document is a "Question Matrix" associated with solicitation number 47QMCA25R0001, focusing on marshalling and sales within government procurement processes. It outlines a structured approach for offerors to submit questions regarding the solicitation, indicating the comprehensive nature of the inquiry process. Each entry in the matrix is designed to capture specific questions from offerors alongside a reference to the relevant sections or paragraphs of the solicitation. This structured format promotes clarity and organization in addressing potential concerns from interested bidders. Overall, the document seeks to facilitate effective communication between the government and prospective contractors, ensuring that queries are addressed systematically to enhance the solicitation process and encourage participation from a diverse range of offerors.
    The U.S. General Services Administration (GSA) seeks proposals to establish Indefinite Delivery Indefinite Quantity (IDIQ) Fixed Price contracts for Vehicle Marshalling and Sales Support Services. This acquisition aims to implement customer-centric services that leverage industry best practices to optimize vehicle sales and reduce logistical costs. The contract encompasses a range of services, including vehicle inspection and acceptance, management of licenses and fleet cards, preparation of used vehicles for resale, and optional sales support services. Key components outlined in the Statement of Work include marshalling support tasks, sales preparation services, and administrative vehicle sales services. The contractor must manage an estimated annual volume of 60,000 vehicles, including 30,000 projected sales, across the U.S. and its territories. Additional responsibilities involve implementing digital solutions for remote and in-lane sales, ensuring timely vehicle inspections, maintaining detailed condition reporting, and coordinating vehicle movements. Overall, the document serves both to inform potential contractors of their obligations and to create a framework for streamlined vehicle management within the federal government, underscoring the GSA's commitment to efficiency and transparency in asset disposal.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    GSA Fleet Lease Vehicle Auction & Marshalling Services - Helena, MT
    General Services Administration
    The General Services Administration (GSA) is seeking contractor support for vehicle auction and marshalling services in the Helena, MT area. The procurement aims to acquire comprehensive services that include advising on vehicle disposition strategies, conducting inspections and condition reporting, managing electronic inventories, and facilitating marketing and sales processes for government vehicles. This initiative is crucial as GSA Fleet manages a diverse fleet of over 227,000 vehicles and is modernizing its sales model, particularly for electric vehicles, to enhance public participation and maximize proceeds. Interested parties must respond to the Request for Information (RFI) by December 1, 2025, and can direct inquiries to Allison Wiede-Brown at allison.wiede-brown@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.
    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 & 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 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, 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 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 & 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.
    GSA Fleet Lease Vehicle Auction & Marshalling Services Redding, CA
    General Services Administration
    The General Services Administration (GSA) is seeking contractor support for vehicle auction and marshalling services in Redding, California, for the period from April 1, 2026, to March 30, 2027. The procurement aims to modernize GSA's public vehicle sales model, maximize proceeds from the sale of over 227,000 government vehicles, and expand market presence, particularly for Zero Emission Vehicles. Interested parties must be located within 50 miles of Redding, CA, and must either own or legally lease their facility. Responses to the Request for Information (RFI) are due by January 26, 2026, and should be submitted via email to the primary contact, Jeff Whelpley, at jeffrey.whelpley@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.