DHS awards $50.3M for CBP uniforms, with Workwear Outfitters, LLC securing the contract under full and open competition

Contract Overview

Contract Amount: $50,350,473 ($50.4M)

Contractor: Workwear Outfitters, LLC

Awarding Agency: Department of Homeland Security

Start Date: 2021-10-29

End Date: 2024-09-30

Contract Duration: 1,067 days

Daily Burn Rate: $47.2K/day

Competition Type: FULL AND OPEN COMPETITION

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: DHS CONTRACT - UNIFORMS II - QUARTERMASTER, HARDSHIP AND ACADEMY FUNDING FOR CUSTOMS AND BORDER PROTECTION (CBP).

Place of Performance

Location: NASHVILLE, DAVIDSON County, TENNESSEE, 37214

State: Tennessee Government Spending

Plain-Language Summary

Department of Homeland Security obligated $50.4 million to WORKWEAR OUTFITTERS, LLC for work described as: DHS CONTRACT - UNIFORMS II - QUARTERMASTER, HARDSHIP AND ACADEMY FUNDING FOR CUSTOMS AND BORDER PROTECTION (CBP). Key points: 1. Contract awarded to a single vendor, Workwear Outfitters, LLC, for uniform supplies. 2. The contract value of $50.3 million represents a significant investment in CBP's operational readiness. 3. Full and open competition was utilized, suggesting a broad market search for qualified bidders. 4. The contract duration spans over three years, indicating a sustained need for these supplies. 5. Fixed-price contract type aims to control costs and provide budget predictability. 6. The North American Industry Classification System (NAICS) code 424320 points to merchant wholesalers of men's and boys' clothing.

Value Assessment

Rating: good

The contract value of $50.3 million for uniform supplies appears reasonable given the duration and scope for a federal agency like CBP. Benchmarking against similar large-scale uniform procurements for federal law enforcement agencies would provide a more precise value-for-money assessment. The firm fixed-price structure suggests an expectation of stable pricing, but actual value depends on the quality and durability of the uniforms provided.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This contract was awarded under full and open competition, indicating that the solicitation was made available to all responsible sources. The number of bidders is not specified, but this approach generally fosters a competitive environment, potentially leading to better pricing and quality. The agency's decision to use full and open competition suggests confidence in the market's ability to meet the requirements.

Taxpayer Impact: Taxpayers benefit from full and open competition through the potential for lower prices and higher quality goods due to market forces driving efficiency and innovation among bidders.

Public Impact

Federal law enforcement officers within U.S. Customs and Border Protection (CBP) will receive essential uniform components. The contract ensures the operational readiness and professional appearance of CBP personnel. The geographic impact is national, as CBP operates across all U.S. borders and ports of entry. The contract supports jobs within the apparel manufacturing and wholesale distribution sectors.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the broader apparel and textiles sector, specifically focusing on wholesale distribution of men's and boys' clothing. The market for federal uniform procurement is substantial, with agencies like DHS, DoD, and others representing significant buyers. Competition within this niche can vary, but large contracts often attract established players. The value of this contract is moderate within the context of overall federal apparel spending.

Small Business Impact

The data indicates this contract was not set aside for small businesses (ss: false, sb: false). While the primary award went to Workwear Outfitters, LLC, the terms of the contract may include provisions for subcontracting opportunities. Analysis of subcontracting plans would be necessary to determine the extent of small business participation in fulfilling this contract.

Oversight & Accountability

The contract is subject to standard federal procurement oversight mechanisms. The Department of Homeland Security's Office of Inspector General (OIG) has jurisdiction to investigate potential fraud, waste, and abuse. Transparency is facilitated through contract databases like FPDS, which provide public access to contract details, including awardee, value, and period of performance.

Related Government Programs

Risk Flags

Tags

dhs, customs-and-border-protection, uniforms, apparel, wholesale-trade, firm-fixed-price, full-and-open-competition, delivery-order, large-contract, tennessee, workwear-outfitters-llc

Frequently Asked Questions

What is this federal contract paying for?

Department of Homeland Security awarded $50.4 million to WORKWEAR OUTFITTERS, LLC. DHS CONTRACT - UNIFORMS II - QUARTERMASTER, HARDSHIP AND ACADEMY FUNDING FOR CUSTOMS AND BORDER PROTECTION (CBP).

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 $50.4 million.

What is the period of performance?

Start: 2021-10-29. End: 2024-09-30.

What is the track record of Workwear Outfitters, LLC in fulfilling federal contracts, particularly for uniform supplies?

Information regarding Workwear Outfitters, LLC's specific track record with federal contracts, especially for uniform supplies, is not detailed in the provided data. A comprehensive assessment would require reviewing their past performance on similar contracts, including delivery timeliness, quality of goods, and adherence to contract terms. Federal procurement databases (e.g., FPDS, SAM.gov) would be the primary sources for evaluating their performance history and any past issues or commendations. Without this specific data, it's difficult to definitively assess their reliability for this significant DHS contract.

How does the awarded price of $50.3 million compare to market rates for similar uniform procurements?

The awarded price of $50.3 million for CBP uniforms over approximately three years is a substantial figure. To benchmark this against market rates, one would need to compare it with contracts for similar quantities and quality of uniforms awarded to other federal agencies or large state/local law enforcement entities. Factors such as the specific types of uniform items (e.g., shirts, pants, jackets, insignia), material quality, and required delivery schedules significantly influence pricing. A detailed cost analysis of the individual uniform components would be necessary for a precise comparison, but the overall value appears within a plausible range for a large federal procurement.

What are the primary risks associated with this contract, and how are they being mitigated?

Key risks include potential supply chain disruptions if Workwear Outfitters, LLC faces production or logistical issues, and the risk of price escalation in future contract periods if competition is limited. Another risk is ensuring the quality and durability of the uniforms meet the demanding standards of CBP operations. Mitigation strategies likely involve performance clauses in the contract, requiring timely delivery and adherence to quality specifications. The firm fixed-price nature helps mitigate cost overruns for the government. The agency may also maintain contingency plans for alternative suppliers in case of severe disruptions.

How effective is the firm fixed-price contract type in ensuring value for money for this uniform procurement?

The firm fixed-price (FFP) contract type is generally effective in ensuring value for money by shifting the risk of cost overruns to the contractor. For uniform procurement, where the scope of work and materials are relatively well-defined, FFP provides budget certainty for the agency and incentivizes the contractor to manage costs efficiently. This structure helps prevent unexpected increases in the total contract cost. However, the ultimate value for money depends on the initial price negotiation and the contractor's ability to deliver quality goods at that price. If the initial price was set too high, or if quality suffers due to cost-cutting, the FFP structure alone doesn't guarantee optimal value.

What is the historical spending pattern for CBP uniforms, and how does this award compare?

Historical spending data for CBP uniforms would reveal trends in procurement volume, pricing, and awarded contractors over time. This $50.3 million award over approximately three years suggests a significant and ongoing requirement for uniform supplies. Comparing this to previous contracts would indicate whether spending has increased, decreased, or remained stable. Factors such as changes in CBP personnel numbers, uniform policy updates, or shifts in procurement strategies (e.g., moving from multiple vendors to a single large award) would influence historical patterns. Without specific historical data, it's challenging to contextualize this award precisely, but its scale implies a consistent need.

Industry Classification

NAICS: Wholesale TradeApparel, Piece Goods, and Notions Merchant WholesalersMen'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: $50,350,473

Exercised Options: $50,350,473

Current Obligation: $50,350,473

Actual Outlays: $10,682,705

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: 70B01C20D00000004

IDV Type: IDC

Timeline

Start Date: 2021-10-29

Current End Date: 2024-09-30

Potential End Date: 2024-09-30 12:19:59

Last Modified: 2025-07-08

More Contracts from Workwear Outfitters, LLC

View all Workwear Outfitters, LLC federal contracts →

Other Department of Homeland Security Contracts

View all Department of Homeland Security contracts →

Explore Related Government Spending