DHS spent over $40.5M on non-military uniforms for CBP operations in FY18, awarded via full and open competition

Contract Overview

Contract Amount: $40,579,426 ($40.6M)

Contractor: VF Imagewear, Inc.

Awarding Agency: Department of Homeland Security

Start Date: 2017-11-16

End Date: 2018-10-31

Contract Duration: 349 days

Daily Burn Rate: $116.3K/day

Competition Type: FULL AND OPEN COMPETITION

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: NON-MILITARY UNIFORMS USED BY THE DEPARTMENT OF HOMELAND SECURITY. FUNDING FOR CBP OPERATIONS FY18.

Place of Performance

Location: NASHVILLE, DAVIDSON County, TENNESSEE, 37214

State: Tennessee Government Spending

Plain-Language Summary

Department of Homeland Security obligated $40.6 million to VF IMAGEWEAR, INC. for work described as: NON-MILITARY UNIFORMS USED BY THE DEPARTMENT OF HOMELAND SECURITY. FUNDING FOR CBP OPERATIONS FY18. Key points: 1. The contract focused on providing essential non-military uniforms for Customs and Border Protection (CBP) personnel. 2. Awarded under a full and open competition, suggesting a broad market solicitation. 3. The contract was a delivery order, indicating it was part of a larger indefinite-delivery/indefinite-quantity (IDIQ) contract or a similar framework. 4. The firm-fixed-price (FFP) contract type helps manage cost certainty for the government. 5. The contract duration was approximately one year, aligning with annual operational needs. 6. The awarded amount of over $40.5 million represents a significant investment in personnel equipment for border security.

Value Assessment

Rating: good

Benchmarking the value for this specific contract is challenging without knowing the exact uniform specifications and quantities. However, the firm-fixed-price structure provides cost certainty. The total value of over $40.5 million for a year's supply of uniforms for a large agency like CBP suggests a potentially competitive price, especially given it was awarded through full and open competition. Further analysis would require comparing unit prices for specific uniform items against market rates or similar government contracts.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This contract was awarded under a full and open competition, meaning all responsible sources were permitted to submit an offer. This approach typically fosters a competitive environment, encouraging multiple bidders to vie for the contract. The presence of robust competition is generally expected to lead to better pricing and value for the government, as contractors strive to offer the most attractive terms.

Taxpayer Impact: A full and open competition for uniform supplies ensures that taxpayer dollars are used efficiently by leveraging market forces to secure competitive pricing and high-quality products.

Public Impact

Uniformed CBP officers and personnel benefit directly through the provision of necessary attire for their duties. The services delivered include the manufacturing and supply of non-military uniforms critical for agency operations. The geographic impact is national, supporting CBP operations across all ports of entry and border sectors. Workforce implications include ensuring CBP personnel are properly equipped, which can impact morale and operational readiness.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

The apparel manufacturing sector, specifically focusing on uniforms, is a significant industry that supports various government agencies. This contract falls within the broader 'Apparel Accessories and Other Apparel Manufacturing' category. Government procurement of uniforms is a consistent area of spending, driven by the needs of law enforcement, military, and other public service organizations. Benchmarking this spending against other uniform contracts would require detailed specifications and quantities.

Small Business Impact

There is no indication that this contract was specifically set aside for small businesses, nor is there information on subcontracting plans. Given the scale of the award (over $40.5 million), it is possible that larger manufacturers were the primary awardees. Further investigation would be needed to determine if small businesses participated as prime contractors or subcontractors in this procurement.

Oversight & Accountability

As a delivery order under a larger contract vehicle, oversight would likely be managed through the terms of the base contract and the specific delivery order. The firm-fixed-price nature simplifies some aspects of financial oversight. Transparency is generally facilitated by the Federal Procurement Data System (FPDS), where contract awards are reported. Specific Inspector General (IG) jurisdiction would typically fall under the DHS OIG.

Related Government Programs

Risk Flags

Tags

dhs, customs-and-border-protection, uniforms, apparel-manufacturing, firm-fixed-price, full-and-open-competition, delivery-order, fiscal-year-2018, national-geography, vf-imagewear-inc

Frequently Asked Questions

What is this federal contract paying for?

Department of Homeland Security awarded $40.6 million to VF IMAGEWEAR, INC.. NON-MILITARY UNIFORMS USED BY THE DEPARTMENT OF HOMELAND SECURITY. FUNDING FOR CBP OPERATIONS FY18.

Who is the contractor on this award?

The obligated recipient is VF IMAGEWEAR, INC..

Which agency awarded this contract?

Awarding agency: Department of Homeland Security (U.S. Customs and Border Protection).

What is the total obligated amount?

The obligated amount is $40.6 million.

What is the period of performance?

Start: 2017-11-16. End: 2018-10-31.

What specific types of non-military uniforms were procured under this contract?

The provided data indicates the contract was for 'NON-MILITARY UNIFORMS USED BY THE DEPARTMENT OF HOMELAND SECURITY' for CBP operations. However, the specific types of uniforms (e.g., duty shirts, trousers, jackets, headwear, footwear) and their quantities are not detailed in the summary data. This level of detail is typically found in the contract's statement of work or line item details, which are not available here. Understanding the specific items procured is crucial for a comprehensive value assessment and comparison with market prices.

How does the per-unit cost of these uniforms compare to similar government contracts or commercial market rates?

A direct per-unit cost comparison is not possible with the provided data, as it only shows the total contract value ($40,579,425.98) and not the breakdown of items or quantities. To perform such a comparison, one would need access to the detailed line items of the contract, including the price for each specific uniform component (e.g., a specific type of shirt, pair of pants). Subsequently, these unit prices would need to be benchmarked against historical government contract awards for similar items or against current commercial catalog prices from uniform suppliers.

What was the track record of VF IMAGEWEAR, INC. with the Department of Homeland Security prior to this award?

VF IMAGEWEAR, INC. has a history of contracting with the federal government, including DHS. Prior to this specific $40.5 million contract for CBP uniforms, the company likely held other contracts for apparel and related items. Analyzing their past performance, including delivery timeliness, quality of goods, and adherence to contract terms on previous DHS or other agency contracts, would provide insight into their reliability and capability. Accessing historical contract data and performance reviews would be necessary for a thorough assessment of their track record.

What is the typical annual spending by CBP on non-military uniforms?

The provided data reflects spending of $40,579,425.98 for FY18. To understand typical annual spending, historical data for CBP's uniform procurement over several preceding fiscal years would be required. This would allow for the calculation of an average annual spend and the identification of any trends or significant fluctuations. Factors influencing annual spending could include changes in personnel numbers, uniform policy updates, or the expiration and re-competition of major uniform contracts.

Were there any performance issues or contract modifications associated with this delivery order?

The provided data does not include information on contract modifications or performance issues related to this specific delivery order. Typically, contract modification details (e.g., changes in scope, price, or delivery schedule) and any documented performance issues (e.g., late deliveries, quality defects) are recorded in contract management systems. Without access to these detailed records, it is impossible to assess if the contract was executed without significant deviations or problems.

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: NEGOTIATED PROPOSAL/QUOTE

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Parent Company: V.F. Corporation (UEI: 002344208)

Address: 545 MARRIOTT DRIVE STE 200, NASHVILLE, TN, 37214

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

Financial Breakdown

Contract Ceiling: $40,579,426

Exercised Options: $40,579,426

Current Obligation: $40,579,426

Contract Characteristics

Commercial Item: COMMERCIAL ITEM

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: HSBP1014D00034

IDV Type: IDC

Timeline

Start Date: 2017-11-16

Current End Date: 2018-10-31

Potential End Date: 2018-10-31 07:51:17

Last Modified: 2021-04-29

More Contracts from VF Imagewear, Inc.

View all VF Imagewear, Inc. federal contracts →

Other Department of Homeland Security Contracts

View all Department of Homeland Security contracts →

Explore Related Government Spending