Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 21, 2026 SAM #8853
SOLICITATION NOTICE

R -- GSA FLeet Lease Vehicle Marshalling Services Holbrook, AZ

Notice Date
2/19/2026 5:25:46 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811111 — General Automotive Repair
 
Contracting Office
GSA/FAS AUTOMOTIVE CENTER WASHINGTON DC 20405 USA
 
ZIP Code
20405
 
Solicitation Number
47QMCA26R0033
 
Response Due
3/19/2026 1:00:00 PM
 
Archive Date
04/03/2026
 
Point of Contact
Jeff Whelpley
 
E-Mail Address
jeffrey.whelpley@gsa.gov
(jeffrey.whelpley@gsa.gov)
 
Small Business Set-Aside
NONE No Set aside used
 
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 47QMCA26R0033, a request for proposal. The Government intends to establish a Blanket Purchase Agreements (BPA) in Guam for auction and 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; 2015-5477 REV 29. The total estimate for the number of vehicles to be marshalled is 1251. 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 47QMCA26R0033�. Questions must be submitted by no later than March 11, 2026, 3:00 pm Central Time. Hard copy or faxed questions will not be accepted. The deadline for receipt of quotes is March 19, 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 47QMCA26R0033�. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ Pre-Proposal Conference Information: A pre-proposal conference is scheduled for Thursday, March 5, 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 4, 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. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/3d878cacd8c84aa88cd08252ff2e4da9/view)
 
Place of Performance
Address: Holbrook, AZ, USA
Country: USA
 
Record
SN07720564-F 20260221/260219230041 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.