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 Fleet Lease Vehicle Marshalling Services in Medford, OR. This opportunity seeks to establish a Blanket Purchase Agreement (BPA) for the receipt, inspection, preparation, and assignment/termination of new, exchange, or reassigned Government-owned or leased vehicles. The estimated total number of vehicles to be marshalled is 577. This is a Full and Open competition. Proposals are due April 9, 2026.
Scope of Work
The selected contractor will provide comprehensive marshalling services for the GSA Fleet Program Office. Key responsibilities include:
- Receipt, inspection, and documentation of new and used vehicles.
- Preparation of vehicles for release, including cleaning, fueling/charging, and ensuring all required equipment is present.
- Management of license plates and GSA Fleet Services Cards.
- Installation and management of 3rd party telematics/communication devices.
- Coordination of vehicle release with customers and completion of electronic Vehicle Accountability Forms (eVAF).
- Relocation of vehicles via driving or carrier service.
- Utilization of GSAFleet.gov eTools for inventory management and reporting.
- The contractor must own or legally lease the facility at the time of solicitation.
Contract & Timeline
- Solicitation Number: 47QMCA26R0036
- Contract Type: Blanket Purchase Agreement (BPA)
- Period of Performance: A 12-month base period (June 1, 2026 – May 31, 2027) with three 12-month option periods, for a potential total of four years.
- Set-Aside: Full and Open
- NAICS: 811111 (Small Business Size Standard: $9M)
- Service Contract Act: Applies (DOL Wage Determination 2015-5571 REV 27)
- Pre-Proposal Conference: March 12, 2026, 11:00 am CT (RSVP by March 11, 3:00 pm CT)
- Questions Due: March 16, 2026, 3:00 pm CT
- Proposal Due: April 9, 2026, 3:00 pm CT
- Contact: Jeff Whelpley (jeffrey.whelpley@gsa.gov)
Submission & Evaluation
Proposals must include a completed Vendor Response Document and pricing using the provided Schedule of Services spreadsheet. Submissions are via email to jeffrey.whelpley@gsa.gov. Award will be based on best value to the Government, considering technical capability (evaluated via Vendor Response Document and site visit) and price. Offerors must be registered in SAM.gov and self-certify eligibility.
Additional Notes
This is a combined synopsis/solicitation. All solicitation documents and amendments are available for download on SAM.gov. A BPA is a streamlined method for acquiring services on an as-needed basis and is not a contract itself.