USASOC Awards $7.56M Contract to Forgeline Solutions for Apparel Accessories

Contract Overview

Contract Amount: $7,559,797 ($7.6M)

Contractor: Forgeline Solutions, Inc.

Awarding Agency: General Services Administration

Start Date: 2026-04-09

End Date: 2027-06-15

Contract Duration: 432 days

Daily Burn Rate: $17.5K/day

Competition Type: FULL AND OPEN COMPETITION

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: PMPI USASOC FORGELINE FY26

Place of Performance

Location: LEXINGTON, FAYETTE County, KENTUCKY, 40516

State: Kentucky Government Spending

Plain-Language Summary

General Services Administration obligated $7.6 million to FORGELINE SOLUTIONS, INC. for work described as: PMPI USASOC FORGELINE FY26 Key points: 1. Contract awarded to Forgeline Solutions, Inc. for $7.56 million. 2. Procurement falls under the Apparel Accessories and Other Apparel Manufacturing NAICS code. 3. Competition method was 'Full and Open Competition'. 4. Contract duration is approximately 1.5 years, ending June 2027. 5. The contract type is Firm Fixed Price.

Value Assessment

Rating: good

The contract value of $7.56 million over 1.5 years appears reasonable given the scope of apparel and accessories. Benchmarking against similar GSA schedules for uniform or specialized apparel contracts would provide further validation.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

The use of 'Full and Open Competition' suggests a robust price discovery process. The award method, 'BPA CALL', indicates it was likely competed under an existing Blanket Purchase Agreement, which can streamline acquisition but relies on the initial BPA's competitive nature.

Taxpayer Impact: Taxpayer funds are being used efficiently through a competitive process, aiming for best value in acquiring necessary apparel and accessories for USASOC.

Public Impact

Ensures USASOC personnel have access to necessary apparel and accessories. Supports a specific segment of the manufacturing industry. The contract's duration and value indicate a moderate level of government spending in this category. Transparency is maintained through the 'Full and Open Competition' designation.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the broader manufacturing sector, specifically focusing on apparel and accessories. Government spending in this area supports domestic production and ensures the availability of specialized items for military and federal personnel. Benchmarks for similar apparel contracts vary widely based on item type and quantity.

Small Business Impact

The data indicates the awardee is Forgeline Solutions, Inc. There is no explicit information provided regarding small business participation or subcontracting goals within this specific BPA Call. Further analysis would be needed to determine the extent of small business involvement.

Oversight & Accountability

The General Services Administration (GSA) is responsible for overseeing this contract through its Federal Acquisition Service. The use of a BPA Call suggests adherence to established GSA procurement procedures, which typically include oversight mechanisms for contract performance and vendor compliance.

Related Government Programs

Risk Flags

Tags

apparel-accessories-and-other-apparel-ma, general-services-administration, ky, bpa-call, 1m-plus

Frequently Asked Questions

What is this federal contract paying for?

General Services Administration awarded $7.6 million to FORGELINE SOLUTIONS, INC.. PMPI USASOC FORGELINE FY26

Who is the contractor on this award?

The obligated recipient is FORGELINE SOLUTIONS, INC..

Which agency awarded this contract?

Awarding agency: General Services Administration (Federal Acquisition Service).

What is the total obligated amount?

The obligated amount is $7.6 million.

What is the period of performance?

Start: 2026-04-09. End: 2027-06-15.

What specific types of apparel and accessories are included in this contract, and how do their unit costs compare to market rates?

The contract details do not specify the exact types of apparel and accessories. A thorough value assessment would require a detailed breakdown of the items procured under this BPA Call and a comparison of their unit prices against industry benchmarks and other government contracts for similar goods to ensure fair and reasonable pricing.

What was the competitive landscape during the initial Blanket Purchase Agreement (BPA) establishment, and how did it influence the pricing for this call?

The effectiveness of the 'Full and Open Competition' for this BPA Call is contingent on the competitiveness of the underlying Blanket Purchase Agreement. If the BPA itself was established through robust competition, it likely led to favorable pricing. However, if the BPA had limited competition or was established long ago, the pricing for this specific call might not reflect the most current market conditions.

How will the performance and quality of the apparel and accessories be monitored to ensure effectiveness and taxpayer value?

Performance and quality monitoring will likely be managed by the USASOC contracting officer's representative (COR) or designated personnel. This involves ensuring delivered items meet specifications, are free from defects, and are delivered on time. Effective oversight ensures the government receives the intended value and that taxpayer funds are used for high-quality, functional products.

Industry Classification

NAICS: ManufacturingApparel Accessories and Other Apparel ManufacturingApparel Accessories and Other Apparel Manufacturing

Product/Service Code: CLOTHING, INDIVIDUAL EQUIPMENT, INSIGNA, AND JEWELRY

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Solicitation ID: 47QFNA26Q0023

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 6267 CARPINTERIA AVE STE 102, CARPINTERIA, CA, 93013

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Manufacturer of Goods, Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $7,559,797

Exercised Options: $7,559,797

Current Obligation: $7,559,797

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Parent Contract

Parent Award PIID: 47QFNA24A0003

IDV Type: BPA

Timeline

Start Date: 2026-04-09

Current End Date: 2027-06-15

Potential End Date: 2027-06-15 00:00:00

Last Modified: 2026-04-06

More Contracts from Forgeline Solutions, Inc.

View all Forgeline Solutions, Inc. federal contracts →

Other General Services Administration Contracts

View all General Services Administration contracts →

Explore Related Government Spending