ContractCombined Synopsis/Solicitation

GSA Fleet Lease Vehicle Auction & Marshalling Services Richland, WA

GENERAL SERVICES ADMINISTRATION 47QMCA26R0037
Response Deadline
Mar 26, 2026
Deadline passed
Days Remaining
0
Closed
Set-Aside
No Set aside used
Notice Type
Combined Synopsis/Solicitation

Contract Opportunity Analysis

The General Services Administration (GSA) is seeking proposals for a Blanket Purchase Agreement (BPA) for auction and marshalling services in Richland, Washington, under solicitation number 47QMCA26R0037. The BPA aims to support the GSA’s Fleet Program Office by providing services such as receipt, inspection, preparation, and assignment/termination of government-owned or leased vehicles, with an estimated 2,395 vehicles to be marshalled annually. This procurement is significant for managing the lifecycle of federal vehicles efficiently and maximizing returns on vehicle sales. Proposals are due by March 26, 2026, at 3:00 PM CDT, and interested vendors are encouraged to attend a pre-proposal conference on March 12, 2026. For further inquiries, contact Jeff Whelpley at jeffrey.whelpley@gsa.gov.

Classification Codes

NAICS Code
425120
Wholesale Trade Agents and Brokers
PSC Code
R610
SUPPORT- ADMINISTRATIVE:- PERSONAL PROPERTY MANAGEMENT

Solicitation Documents

8 Files
47QMCA26R0037_Synopsis-Solicitation_2026-02-26.pdf
PDF100 KBFeb 26, 2026
AI Summary
The General Services Administration (GSA) is soliciting proposals for a Blanket Purchase Agreement (BPA) for auction and marshalling services in Richland, WA. This BPA, identified by solicitation number 47QMCA26R0037, will support the GSA’s Fleet Program Office for a base period of 12 months with three 12-month option periods, from June 1, 2026, to May 31, 2030. Services include receipt, inspection, preparation, and assignment/termination of government vehicles, with an estimated 2,395 vehicles marshalled annually. The solicitation is full and open under NAICS 811111 (or 425120 if sales services are offered), and the Service Contract Act applies. Proposals are due by March 26, 2026, 3:00 pm CDT, and must be submitted via email. A pre-proposal conference is scheduled for March 12, 2026, 1:00 pm CDT. Awards will be based on best value, considering technical capability and price, with preference given to vendors offering auction services.
47QMCA26R0037_SOW_2026-02-26.pdf
PDF529 KBFeb 26, 2026
AI Summary
The General Services Administration (GSA) Office of Fleet Management is seeking contractor support for marshalling and sales services for federal government vehicles. The Statement of Work outlines requirements for inspecting, accepting, preparing, and releasing new and used vehicles, as well as managing license plates, GSA Fleet services cards, and third-party devices. Optional services include sales preparation, administrative sales support, and in-lane vehicle sales support. The contractor must adhere to strict timeliness and quality standards, utilize GSAFleet.gov for inventory management, and comply with all federal, state, and local regulations. Key objectives are to provide customer-centric marshalling, maximize returns on vehicle sales, and reduce logistical costs through digital and in-lane solutions. The contract is estimated to involve 60,000 vehicles annually, with 30,000 sales, across the U.S. and worldwide.
47QMCA26R0037_Pricing Spreadsheet_2026-02-26.xlsx
Excel65 KBFeb 26, 2026
AI Summary
This document, Solicitation No. 47QMCA26R0037, outlines a comprehensive range of vehicle management and maintenance services for a federal government contract. It details various line items covering new vehicle delivery, acceptance, and preparation; the release and receipt of used vehicles; and the preparation of used vehicles for new customers. The solicitation also includes services related to vehicle tracking and communication devices, fueling and charging of vehicles, and extensive vehicle movement options for both standard and non-standard, operable and inoperable vehicles, including door-to-door delivery and ocean freight. Furthermore, it specifies services for notary, vehicle inspections, certifications, and sales support. The document also addresses mechanical maintenance, body reconditioning, equipment disposal, remote inspections, test drives, enhanced imagery, condition reporting, data removal, and vehicle storage. The contractor's name, facility location, and a fixed rate of escalation for option periods are to be inserted, indicating a detailed and structured approach to vehicle fleet management.
47QMCA26R0037_Vendor Response Doc_2026-02-26.docx
Word28 KBFeb 26, 2026
AI Summary
This document is a Vendor Response Document for Solicitation # 47QMCA26R0037, designed to gather comprehensive information from contractors interested in a Blanket Purchase Agreement with the government. It outlines critical requirements across various sections, beginning with contractor and contact information for administration and key personnel. The document specifies payment remittance details and requests information on authorized negotiators. A significant portion focuses on the place of performance, requiring details on all locations, ownership, and hours for accepting vehicle deliveries. The solicitation also inquires about specific services offered, including marshalling, sales preparation, digital/remote auction, and in-lane auction support services. Vendors must provide their SAM registration status and confirm if their annual representations and certifications are current. Furthermore, it details vehicle and marshalling capacity, and extensive facility information, including security measures, space for vehicle delivery, hard-surface parking, restrooms, ADA compliance, secured storage, and temporary desk space with internet access for the Contracting Officer's Representative. Mechanical, body, and reconditioning shop descriptions are also requested. Finally, the document mandates confirmation of vehicular and general public liability insurance, along with workers’ compensation, outlining minimum coverage requirements.
47QMCA26R0037_BPA Template_2026-02-26.pdf
PDF115 KBFeb 26, 2026
AI Summary
This Blanket Purchase Agreement (BPA) outlines the terms and conditions for a single-award contract with a yet-to-be-determined supplier, focusing on on-site auction and marshalling services. Effective upon acceptance, the agreement includes a 12-month base period (June 1, 2026 – May 31, 2027) and four subsequent 12-month option periods. The government's obligation is limited to authorized purchases, with a maximum purchase limit of $1,500,000 per order. GSA Contracting Officers are authorized users. Invoicing for marshalling services must be at least monthly, submitted via the Department of Treasury's Invoice Processing Platform after COR approval. Payments will be made via Electronic Funds Transfer-System for Award Management. Either party can cancel the BPA with 30 days' written notice, though existing orders remain valid. Price adjustments will occur automatically at each option period based on an agreed escalation rate, with additional adjustments for Vehicle Movement CLINs requiring contractor request and Contracting Officer approval. This BPA is subject to Service Contract Reporting Requirements and Contractor Performance Assessment Reporting System (CPARS) evaluations.
47QMCA26R0037_Clauses_2026-02-26.pdf
PDF163 KBFeb 26, 2026
AI Summary
This document outlines the standard instructions for offerors and the terms and conditions for federal government solicitations involving commercial products and services. Key instructions for offerors cover submission requirements, offer acceptance periods, and procedures for late submissions, modifications, revisions, and withdrawals. It details the government's approach to contract award, emphasizing the possibility of award without discussions, and outlines the information provided in post-award debriefings. The document also incorporates by reference various FAR and GSAR clauses, including those related to inspection/acceptance, disputes, excusable delays, payment terms, risk of loss, taxes, termination for convenience or cause, patent indemnity, warranty, limitation of liability, compliance with government contract laws, and the order of precedence for resolving contract inconsistencies. Additionally, it addresses unauthorized obligations, Comptroller General examination of records, and options to extend services and the contract term, along with insurance requirements.
47QMCA26R0036_2015-5527_2025-12-03.pdf
PDF78 KBFeb 26, 2026
AI Summary
This document is a wage determination for service contracts in Benton and Franklin Counties, Washington, issued by the U.S. Department of Labor. It outlines required wage rates and fringe benefits for numerous occupations, including administrative, automotive, food service, health, IT, and maintenance roles. Key benefits include health and welfare contributions, vacation leave based on years of service, and eleven paid holidays. The document also details policies for paid sick leave and minimum wage under Executive Orders 13706 and 13658, respectively. Specific footnotes address computer employee exemptions and night/Sunday pay for air traffic controllers and weather observers. Hazardous pay differentials for work with ordnance and uniform allowance guidelines are also included. A conformance process is provided for unlisted occupations, ensuring fair compensation and compliance with the Service Contract Act.
47QMCA26R0037_Access-Control_CIO-IT-Security-Rev-7_2025-02-10.pdf
PDF1102 KBFeb 26, 2026
AI Summary
The U.S. General Services Administration (GSA) IT Security Procedural Guide: Access Control (AC) CIO-IT Security-01-07, Revision 7, outlines comprehensive guidance for implementing logical access controls based on NIST SP 800-53, Revision 5. This guide, revised on February 10, 2025, ensures the protection of GSA systems and resources across all Service and Staff Offices (SSOs) by defining policies, procedures, and responsibilities for access control. It details specific controls such as account management, access enforcement, information flow enforcement, separation of duties, least privilege, unsuccessful logon attempts, system use notification, and various access methods (remote, wireless, mobile, external systems). The document also categorizes controls by applicability (Common, Hybrid, System-Specific) and FIPS 199 security categorization levels (Low, Moderate, High), providing implementation guidance for federal and contractor systems. Key updates include aligning with the Common Control Catalog (CCC) and OMB M-23-22, and the introduction of "mini tables" for easier control applicability determination.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedFeb 26, 2026
deadlineResponse DeadlineMar 26, 2026
expiryArchive DateApr 10, 2026

Agency Information

Department
GENERAL SERVICES ADMINISTRATION
Sub-Tier
FEDERAL ACQUISITION SERVICE
Office
GSA/FAS AUTOMOTIVE CENTER

Point of Contact

Name
Jeff Whelpley

Place of Performance

Richland, Washington, UNITED STATES

Official Sources