GSA Fleet Lease Vehicle 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) is soliciting proposals for GSA Fleet Lease Vehicle Marshalling Services in Medford, OR. This opportunity aims to establish a Blanket Purchase Agreement (BPA) for the receipt, inspection, preparation, assignment, and termination of new, exchange, or reassigned Government-owned or leased vehicles. The solicitation is full and open under NAICS 811111 with a small business size standard of $9M. 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 services include new vehicle delivery and inspection, vehicle preparation (cleaning, fueling/charging), license plate and GSA Fleet Services Card management, vehicle release, used vehicle reception, installation and management of telematics devices, and vehicle movement (driving or carrier service). The contractor must own or legally lease a facility meeting specific criteria for space, parking, security, and internet access. Services will require utilization of GSA systems like GSAFleet.gov eTools and GACA.
Contract & Timeline
- Contract Type: Blanket Purchase Agreement (BPA)
- Period of Performance: A 12-month base period (June 1, 2026 – May 31, 2027) with three subsequent 12-month option periods.
- Set-Aside: Full and Open Competition
- NAICS: 811111 (Automotive Mechanical and Electrical Repair and Maintenance)
- Small Business Size Standard: $9M
- Service Contract Act: Applies, with DOL Wage Determination 2015-5571 REV 27.
- Published Date: February 26, 2026
- Pre-Proposal Conference: March 12, 2026, 11:00 am CDT (RSVP by March 11, 3:00 pm CDT)
- Questions Due: March 16, 2026, 3:00 pm CDT
- Proposal Due: March 26, 2026, 3:00 pm CDT
Submission & Evaluation
Offerors must submit a completed Vendor Response Document and a Pricing Spreadsheet (Excel format) via email to jeffrey.whelpley@gsa.gov. Proposals will be evaluated based on best value to the Government, considering technical capability and price. Technical capability will be assessed through the Vendor Response Document and a subsequent site visit by Government personnel. Prices must be determined fair and reasonable. Offerors must be registered in SAM.gov and self-certify their eligibility. The vendor must be the owner or legal lessee of the facility at the time of solicitation.
Important Notes
A pre-proposal conference will be held via Google Meet; RSVP is required. All questions must be submitted via email. Communications with officials other than the designated contact may compromise the acquisition. A BPA is a streamlined method for acquiring services on an as-needed basis and is not a contract itself. Adherence to GSA's IT Security Procedural Guide for Access Control is required for any work involving GSA IT systems or data.