DHS awards $45.6M for uniforms, with CBP utilizing full and open competition
Contract Overview
Contract Amount: $45,617,967 ($45.6M)
Contractor: Workwear Outfitters, LLC
Awarding Agency: Department of Homeland Security
Start Date: 2020-10-22
End Date: 2021-10-31
Contract Duration: 374 days
Daily Burn Rate: $122.0K/day
Competition Type: FULL AND OPEN COMPETITION
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: DHS CONTRACT - UNIFORMS II - ACADEMY AND QUARTERMASTER FUNDING.
Place of Performance
Location: NASHVILLE, DAVIDSON County, TENNESSEE, 37214
Plain-Language Summary
Department of Homeland Security obligated $45.6 million to WORKWEAR OUTFITTERS, LLC for work described as: DHS CONTRACT - UNIFORMS II - ACADEMY AND QUARTERMASTER FUNDING. Key points: 1. Contract awarded to Workwear Outfitters, LLC for essential uniform items. 2. The contract was competed under full and open competition, suggesting a broad market approach. 3. Delivery order issued under a larger contract vehicle, indicating potential for follow-on work. 4. Fixed-price contract type aims to control costs and provide budget certainty. 5. The contract duration is approximately 13 months, aligning with operational needs. 6. Small business participation was not a stated requirement for this specific award.
Value Assessment
Rating: good
The contract value of $45.6 million for uniforms appears reasonable given the scope and duration. Benchmarking against similar federal uniform contracts is challenging without more specific itemization, but the fixed-price nature provides cost control. The award to a single vendor suggests a competitive process that identified a suitable supplier for the required goods.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded under full and open competition, meaning all responsible sources were permitted to submit offers. The specific number of bidders is not provided, but this approach generally fosters a competitive environment, driving better pricing and quality for the government. The agency sought a broad range of potential suppliers.
Taxpayer Impact: Full and open competition is generally favorable for taxpayers as it maximizes the pool of potential offerors, increasing the likelihood of receiving competitive pricing and innovative solutions.
Public Impact
Provides essential workwear for U.S. Customs and Border Protection (CBP) personnel. Supports the operational readiness of border security and law enforcement officers. Benefits CBP employees by ensuring they have appropriate and functional uniforms. The contract is managed by the Department of Homeland Security (DHS). Geographic impact is national, covering CBP operations across the United States.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of specific bidder count limits assessment of competitive intensity.
- Absence of detailed itemization makes granular value-for-money analysis difficult.
- Contract duration is relatively short, potentially requiring frequent re-competition.
Positive Signals
- Awarded under full and open competition, maximizing potential for competitive pricing.
- Fixed-price contract type provides cost certainty for the government.
- Contract supports a critical law enforcement agency (CBP).
Sector Analysis
This contract falls within the apparel and textiles sector, specifically focusing on workwear for government personnel. The merchant wholesale of men's and boys' clothing is a mature market. Federal spending on uniforms and apparel is consistent across various agencies, supporting operational needs and personnel identification. This contract represents a portion of DHS's broader procurement activities for operational equipment.
Small Business Impact
The data indicates this contract was not set aside for small businesses (ss: false, sb: false). Therefore, there are no direct subcontracting implications mandated by a small business set-aside. The prime contractor, Workwear Outfitters, LLC, is not specified as a small business in the provided data, suggesting it may be a larger entity.
Oversight & Accountability
Oversight for this contract would typically reside with the U.S. Customs and Border Protection contracting office within DHS. As a delivery order under a larger contract, the underlying contract vehicle likely has established oversight mechanisms. Transparency is facilitated by public contract databases, though specific performance monitoring details are not provided here. Inspector General jurisdiction would apply in cases of fraud, waste, or abuse.
Related Government Programs
- DHS Uniforms
- CBP Procurement
- Federal Apparel Contracts
- Law Enforcement Uniforms
Risk Flags
- Potential for supply chain disruptions impacting delivery timelines.
- Risk of quality control issues with manufactured apparel.
- Limited contract duration may necessitate frequent re-competition.
Tags
dhs, customs-and-border-protection, uniforms, workwear, full-and-open-competition, firm-fixed-price, delivery-order, apparel, law-enforcement, department-of-homeland-security, tennessee, merchant-wholesalers
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $45.6 million to WORKWEAR OUTFITTERS, LLC. DHS CONTRACT - UNIFORMS II - ACADEMY AND QUARTERMASTER FUNDING.
Who is the contractor on this award?
The obligated recipient is WORKWEAR OUTFITTERS, LLC.
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 $45.6 million.
What is the period of performance?
Start: 2020-10-22. End: 2021-10-31.
What is the track record of Workwear Outfitters, LLC with federal contracts, particularly for uniform supply?
Workwear Outfitters, LLC has a history of federal contracting, primarily with agencies like the Department of Defense and the Department of Homeland Security. Their experience often includes supplying various types of apparel, including uniforms and workwear. While this specific contract is for $45.6 million, their broader federal portfolio indicates a capacity to handle large-scale uniform procurements. Analyzing past performance on similar contracts, including on-time delivery rates, quality compliance, and any past disputes or contract modifications, would provide a more comprehensive view of their reliability and capability as a federal supplier. Without access to detailed historical contract performance data, it's difficult to definitively assess their track record beyond their presence in the federal marketplace.
How does the pricing of this uniform contract compare to similar federal awards or commercial market rates?
A precise comparison of pricing is challenging without a detailed breakdown of the specific uniform items procured under this $45.6 million contract and their quantities. Federal uniform contracts can vary significantly based on item specifications, material quality, customization (e.g., agency insignia), and volume. Generally, full and open competition aims to achieve competitive pricing. If Workwear Outfitters, LLC was selected through a robust competitive process, their pricing is likely aligned with market rates for comparable quality and service. However, without specific unit costs or a list of items, it's impossible to benchmark against other federal awards or commercial catalogs. The fixed-price nature of the contract suggests that the price was determined upfront and is intended to cover all costs.
What are the primary risks associated with this contract, and how are they mitigated?
Key risks for this contract include potential supply chain disruptions affecting timely delivery of uniforms, quality control issues with the manufactured apparel, and potential cost overruns if the fixed-price contract does not adequately account for unforeseen material or labor cost increases. Mitigation strategies likely involve robust quality assurance clauses in the contract, requiring Workwear Outfitters, LLC to adhere to strict specifications and undergo inspections. The relatively short duration (ending Oct 2021) also limits long-term exposure to market fluctuations. Furthermore, the contract's issuance as a delivery order under a potentially larger indefinite-delivery/indefinite-quantity (IDIQ) contract might provide flexibility and alternative sourcing options if the primary vendor encounters issues, though this is not explicitly stated.
How effective is the full and open competition approach in ensuring value for money for this uniform procurement?
The full and open competition approach is generally considered effective in ensuring value for money because it allows the widest possible range of qualified vendors to bid on the contract. This broad competition typically drives down prices as vendors strive to offer the most competitive bids to win the contract. It also encourages innovation and quality improvements as companies seek to differentiate themselves. For this DHS uniform contract, assuming a sufficient number of bids were received and evaluated rigorously, the government likely secured favorable pricing and terms. The effectiveness is further enhanced by the fixed-price contract type, which shifts the risk of cost overruns to the contractor, ensuring the government pays a predetermined amount.
What is the historical spending pattern for uniforms by DHS or CBP, and how does this contract fit within that trend?
DHS and its component CBP have consistently spent significant amounts on uniforms and related apparel to equip their large workforce of law enforcement and security personnel. Historical spending patterns typically show annual or multi-year procurements to ensure a steady supply of uniforms, which have a limited lifespan due to wear and tear. This $45.6 million contract, awarded in late 2020 for a period extending into late 2021, represents a substantial, but likely typical, investment for CBP's uniform needs during that fiscal year. It fits within the broader trend of federal agencies procuring essential operational gear through competitive contracts to maintain readiness and operational effectiveness.
Industry Classification
NAICS: Wholesale Trade › Apparel, Piece Goods, and Notions Merchant Wholesalers › Men's and Boys' Clothing and Furnishings Merchant Wholesalers
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: VF Imagewear, Inc.
Address: 545 MARRIOTT DR STE 100, 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: $45,617,967
Exercised Options: $45,617,967
Current Obligation: $45,617,967
Actual Outlays: $50,235
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 70B01C20D00000004
IDV Type: IDC
Timeline
Start Date: 2020-10-22
Current End Date: 2021-10-31
Potential End Date: 2021-10-31 16:08:40
Last Modified: 2025-08-04
More Contracts from Workwear Outfitters, LLC
- Uniforms for Transportation Security Officers — $107.0M (Department of Homeland Security)
- Fiscal Year 2025 Allowance and Academy Uniform Funding — $63.8M (Department of Homeland Security)
- Funding for Academy Classes, Quartermaster Services, and Hardship Requirements for Customs and Border Protection — $63.7M (Department of Homeland Security)
- FY 2024 Allowance and Academy Uniform — $63.7M (Department of Homeland Security)
- FY 2026 Allowance, Academy, Quartermaster and Hardship, Uniforms II — $61.2M (Department of Homeland Security)
Other Department of Homeland Security Contracts
- THE United States Coast Guard HAS a Requirement to Procure UP to Twenty-Six (26) Fast Response Cutters (frcs) on a Firm Fixed Price (FFP) Basis With an Economic Price Adjustment (EPA). Phase II of the FRC Program Will Complete the Fleet for a Total of 58 Cutters — $2.1B (Bollinger Shipyards Lockport, L.L.C.)
- Design and Construct NEW Vertical Barrier and Power Distribution, Lighting, Cameras, Equipment Shelters and Linear Ground Detection System (lgds) in Hildago County, NM — $1.8B (Fisher Sand & Gravel CO)
- Production&delivery of National Security Cutter (NSC) 6 — $1.7B (Huntington Ingalls Incorporated)
- YUM-2 Vertical Border and Waterborne Barrier Construction — $1.7B (Fisher Sand & Gravel CO)
- Construct Vertical Border Barrier — $1.6B (Fisher Sand & Gravel CO)