Skip to content
General Services Administration

GSA Fleet Lease Vehicle Marshalling Services Flagstaff, AZ

Solicitation: 47QMCA26R0031
Notice ID: 806ad66067a1470d858d1ffbf7f34f24

Combined Synopsis Solicitation from FEDERAL ACQUISITION SERVICE • GENERAL SERVICES ADMINISTRATION. Place of performance: AZ. Response deadline: Mar 17, 2026. Industry: NAICS 811111 • PSC R610.

Market snapshot

Awarded-market signal for NAICS 811111 (last 12 months), benchmarked to sector 81.

12-month awarded value
$115,583
Sector total $250,450,224 • Share 0.0%
Live
Median
$13,785
P10–P90
$5,963$27,368
Volatility
Volatile155%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($115,583)
Deal sizing
$13,785 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for AZ
Live POP
Place of performance
Flagstaff, Arizona • United States
State: AZ
Contracting office
Washington, DC • 20405 USA

Point of Contact

Name
Jeff Whelpley
Email
jeffrey.whelpley@gsa.gov
Phone
Not available

Agency & Office

Department
GENERAL SERVICES ADMINISTRATION
Agency
FEDERAL ACQUISITION SERVICE
Subagency
GSA/FAS AUTOMOTIVE CENTER
Office
Not available
Contracting Office Address
Washington, DC
20405 USA

More in NAICS 811111

Description

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. The solicitation number is 47QMCA26R0031, a request for
proposal.

The Government intends to establish a Blanket Purchase Agreements (BPA) in Flagstaff, AZ
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 full and open under NAICS 811111. The small business size standard
is $9M.

The Service Contract Act does apply and the following DOL Wage Determination
applies to the established BPA; 2015-5465 REV 29.

The annual estimate for the number of vehicles to be marshalled is 650.

The specific work requirements are detailed within the attached Statement of Work
(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 SOW: 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
quotation.

Part B. Pricing
The offeror must provide a price for line items offered using the attached Schedule of
Services in Microsoft Excel format. 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.
~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~
All questions or clarifications, referencing this submittal and SOW must be submitted to
via email to jeffrey.whelpley@gsa.gov with the subject line “QUESTIONS FOR
47QMCA26R0031”. Questions must be submitted by no later than March 9, 2026, 3:00
pm Central Time. Hard copy or faxed questions will not be accepted.

The deadline for receipt of quotes is March 17, 2026, 3:00 pm Central Daylight Time. All
documents required for submission must be sent via email to jeffrey.whelpley@gsa.gov
with the subject line “Proposal FOR 47QMCA26R0031”.
~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~
Pre-Proposal Conference Information:
A pre-proposal conference is scheduled for Tuesday, March 3, 2026, 11:00 am Central
Time. All prospective contractors are encouraged to attend. The pre-proposal
conference will be held via Google Meet. You must RSVP by Monday, March 2, 3:00 pm
Central 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.

Responsibility determinations will precede issuance of a BPA and will be conducted in
accordance with FAR 9.104.

The Government intends to establish a single BPA in the required location for auction
and marshalling services.
~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~
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.

Analysis is being generated for this notice. Check back shortly.

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.