GSA Fleet Lease Vehicle Auction and Marshalling Services Medford, OR
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The General Services Administration (GSA) / Federal Acquisition Service is seeking proposals for Fleet Lease Vehicle Auction and Marshalling Services in Medford, OR. This combined synopsis/solicitation (47QMCA26R0036) aims to establish a single Blanket Purchase Agreement (BPA) for the receipt, inspection, preparation, and assignment/termination of Government-owned or leased vehicles. The BPA will have a 12-month base period and three 12-month option periods. Proposals are due March 26, 2026, at 3:00 pm Central Daylight Time.
Scope of Work
The selected contractor will provide comprehensive marshalling services for an estimated 577 vehicles. Key responsibilities include:
- Vehicle Management: Inspecting, accepting, and documenting new and used vehicles via GSA's GSAFleet.gov eTools.
- Preparation: Cleaning, fueling/charging, and ensuring all required equipment is present for vehicle release.
- Logistics: Managing license plates and GSA Fleet Services Cards, coordinating customer scheduling, and conducting vehicle movement (driving or carrier service).
- Telematics: Installing and removing government-provided telematics and tracking devices.
- Facility: Operating a facility in Medford, OR, that meets specific criteria for space, security, and internet access, with the vendor being the owner or legal lessee.
Contract Details
- Contract Type: Single-award Blanket Purchase Agreement (BPA).
- Period of Performance: Base period: June 1, 2026 – May 31, 2027, plus three 12-month option periods.
- Set-Aside: Full and Open Competition under NAICS 811111 (Small Business Size Standard: $9M).
- Applicable Regulations: The Service Contract Act applies, with DOL Wage Determination 2015-5571 REV 27. Individual purchases under the BPA will not exceed $500,000.
Submission & Evaluation
- Proposal Submission: Proposals must be emailed to jeffrey.whelpley@gsa.gov by March 26, 2026, 3:00 pm CDT, with the subject "Proposal FOR 47QMCA26R0036".
- Questions Deadline: Questions must be submitted via email to jeffrey.whelpley@gsa.gov by March 16, 2026, 3:00 pm CDT, with the subject "QUESTIONS FOR 47QMCA26R0036".
- Pre-Proposal Conference: A virtual conference via Google Meet is scheduled for March 12, 2026, 11:00 am CDT. RSVP is required by March 11, 3:00 pm CT.
- Evaluation Criteria: Award will be based on best value to the Government, considering technical capability and price. Technical capability will be assessed through the Vendor Response Document and subsequent site visits. Prices must be determined fair and reasonable.
- Eligibility: Offerors must be registered in SAM.gov and self-certify they are not suspended or debarred.
Required Documents
Offerors must complete and submit the attached Vendor Response Document and provide pricing using the Pricing Spreadsheet in Microsoft Excel format. The solicitation also includes a BPA Template, applicable Clauses, and the Statement of Work (SOW).
Additional Notes
A BPA is a streamlined method for acquiring services on an as-needed basis and is not a contract itself. Offerors should review the GSA's IT Security Procedural Guide on Access Control if their work involves GSA IT systems or data.