Closed Solicitation · GENERAL SERVICES ADMINISTRATION

    GSA FLEET LEASE VEHICLE MARSHALLING SERVICES IDAHO FALLS, ID

    Sol. 47QMCA26R0034Combined Synopsis/SolicitationWASHINGTON, DC
    Closed
    STATUS
    Closed
    closed Mar 23, 2026
    POSTED
    Feb 23, 2026
    Publication date
    NAICS CODE
    425120
    Primary industry classification
    PSC CODE
    R610
    Product & service classification

    AI Summary

    The General Services Administration is seeking proposals for marshalling services in Idaho Falls, ID, to support its Fleet Program. The contract will establish a Blanket Purchase Agreement for a base period of 12 months with three optional extensions. Interested vendors must submit their proposals by March 23, 2026, and attend a pre-proposal conference on March 9, 2026.

    Contract details

    Solicitation No.
    47QMCA26R0034
    Notice Type
    Combined Synopsis/Solicitation
    Posted Date
    February 23, 2026
    Response Deadline
    March 23, 2026
    NAICS Code
    425120AI guide
    PSC / Class Code
    R610
    Primary Contact
    Jeff Whelpley
    State
    DC
    ZIP Code
    20405
    AI Product/Service
    service

    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 47QMCA26R0034, a request for
    proposal.

    The Government intends to establish a Blanket Purchase Agreements (BPA) in Idaho
    Falls, ID 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: 2015-5507 REV 27.

    The total estimate for the number of vehicles to be marshalled is 1092.

    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
    47QMCA26R0034”. Questions must be submitted by no later than March 12, 2026, 3:00
    pm Central Daylight Time. Hard copy or faxed questions will not be accepted.

    The deadline for receipt of quotes is March 23, 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 47QMCA26R0034”.
    ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~
    Pre-Proposal Conference Information:
    A pre-proposal conference is scheduled for Monday, March 9, 2026, 11:00 am Central
    Daylight Time. All prospective contractors are encouraged to attend. The pre-proposal
    conference will be held via Google Meet. You must RSVP by Thursday, March 5, 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.
    ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~

    Key dates

    1. February 23, 2026Posted Date
    2. March 23, 2026Proposals / Responses Due

    AI search tags

    Frequently asked questions

    GSA FLEET LEASE VEHICLE MARSHALLING SERVICES IDAHO FALLS, ID is a federal acquisition solicitation issued by GENERAL SERVICES ADMINISTRATION. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.