GSA Fleet Lease Vehicle Marshalling Services - Bismarck, ND
Combined Synopsis Solicitation from FEDERAL ACQUISITION SERVICE • GENERAL SERVICES ADMINISTRATION. Place of performance: ND. Response deadline: Mar 09, 2026. Industry: NAICS 811111 • PSC R610.
Market snapshot
Awarded-market signal for NAICS 811111 (last 12 months), benchmarked to sector 81.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 811111
Description
2/18/2026 - Adds copy of statement of work that was inadvertently left off of the solicitation.
2/12/2026 - Amendment 1 corrects errors in the solicitation (below), the solicitation document, BPA template, vendor response document and the pricing spreadsheet.
Combined Synopsis/Solicitation
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6/13.303, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is 47QMCA26Q0027, a request for proposal (RFP).
The Government intends to establish a Blanket Purchase Agreements (BPA) in Bismarck, ND for marshalling services in support of the General Services Administration’s Fleet Program Office. This effort encompasses receipt, inspection, preparation, assignment/termination of new, exchange, or reassignment for Government owned or leased vehicles. The BPA will be effective for a 12-month base period with three 12-month option periods.
Base Period: June 1, 2026 – May 31, 2027
Option Period 1: June 1, 2027 – May 31, 2028
Option Period 2: June 1, 2028 – May 31, 2029
Option Period 3: June 1, 2029 – May 31, 2030
This solicitation is 100% set-aside for small business under NAICS 811111. The small business size standard is $9M. Your SAM registration must reflect that NAICS code at the time of proposal.
The Service Contract Act does apply and the following DOL Wage Determination applies to the established BPA; 2015-5379, Rev. # 27.
The annual estimate for the number of vehicles to be marshalled is 220.
The specific work requirements are detailed within the attached Statement of Works (SOW).
Potential offerors are hereby notified that the solicitation and subsequent amendments to the solicitation will only be available by downloading the documents at the beta.SAM.gov website at https://sam.gov/ . This office will not issue hard copy solicitations.
By submitting a proposal, the offeror:
1) Self-certifies that neither the requestor nor the principal corporate officials and owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any Federal Agency; and
2) Acknowledges the Federal Acquisition Regulation (FAR) 52.204-7 requirement to be registered in SAM prior to submitting an offer. Information about SAM may be found at https://www.sam.gov.
This Solicitation is comprised of:
I. STATEMENT OF WORK
II. FORMAT AND SUBMISSION OF PROPOSAL
III. BASIS OF AWARD
IV. CLAUSES and BPA TEMPLATE
V. ADDITIONAL INFORMATION FOR OFFERORS
~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~
I. STATEMENT OF WORK
See the following attached Statements of Work: Marshalling Services
~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~
II. FORMAT AND SUBMISSION OF PROPOSAL
Part A. Vendor Response Document
The offeror must complete and return the attached Vendor Response Document with its proposal. Price adjustments will occur automatically at the exercise of the next option period based on the agreed upon fixed rate of escalation at time of award.
Part B. Pricing
The offeror must provide a price for line items offered using the attached Schedule of Services in Microsoft Excel format.
~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~
All questions or clarifications, referencing this submittal and SOW must be submitted to via email to allison.wiede-brown@gsa.gov with the subject line “QUESTIONS FOR 47QMCA26Q0027”. Questions must be submitted by no later than February 19, 2026, 5 PM Eastern. Hard copy or faxed questions will not be accepted.
The deadline for receipt of proposals is March 9, 2026, 5 PM Eastern. All documents required for submission must be sent via email to allison.wiede-brown@gsa.gov with the subject line “PROPOSAL FOR 47QMCA26Q0027”.
~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~
Pre-Proposal Conference Information:
A pre-proposal conference is scheduled for Wednesday, February 18, 11:00 am Eastern Standard time. All prospective contractors are encouraged to attend. The pre-proposal conference will be held via google meet. You must RSVP by Tuesday, February 17, 12:00 pm Eastern Standard time. RSVPs must include the name, title and email addresses of attendees. Once you RSVP, a meeting invitation will be sent to the email addresses listed on the RSVP.
~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~
III. BASIS OF AWARD
BPAs will be issued on the basis of best value to the Government considering technical capability and price. Technical capability will be evaluated based on the submissions within the Vendor Response Document and subsequent site visit by Government personnel. Prices offered must be determined by the Government to be fair and reasonable.
The vendor must be the owner or legal lessee of the facility at the time of the solicitation. The vendor must be located within 20 miles of 220 E Rosser Ave, Bismarck, ND 58501.
Responsibility determinations will precede issuance of a BPA and will be conducted in accordance with FAR 9.104.
The Government intends to establish a Blanket Purchase Agreements (BPA) in the required location for marshalling services. Preference for establishing BPAs will be given to small businesses. The associated NAICS code and small business size standard are 811111 and $9 million, respectively.
~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~
IV. CLAUSES and BPA TEMPLATE
See attached clauses which will be applicable to this BPA.
See attached BPA Template.
~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~
V. ADDITIONAL INFORMATION FOR OFFERORS
Since this is a competitive requirement, please do not telephone with questions but email them. Email is the preferred method of communication; if you do not receive a confirmation response then your question was not received. Inquiries must be emailed as directed in Section II Format and Submission of Proposal.
Communications with other officials may compromise the competitiveness of this acquisition and result in cancellation of the requirement.
Please note that a BPA is not a contract. A BPA is a streamlined method for acquiring services on an as-needed basis from qualified sources that are readily available and thus eliminate the need for repetitive costly re-procurements. All calls/orders must be acknowledged by the selected BPA Holder in order to be retained on the BPA calling list.
~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.