Homeland Security's $61.2M Uniforms II contract awarded to Workwear Outfitters, LLC for FY26
Contract Overview
Contract Amount: $61,221,062 ($61.2M)
Contractor: Workwear Outfitters, LLC
Awarding Agency: Department of Homeland Security
Start Date: 2025-10-31
End Date: 2026-10-30
Contract Duration: 364 days
Daily Burn Rate: $168.2K/day
Competition Type: FULL AND OPEN COMPETITION
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: FY 2026 ALLOWANCE, ACADEMY, QUARTERMASTER AND HARDSHIP, UNIFORMS II
Place of Performance
Location: NASHVILLE, DAVIDSON County, TENNESSEE, 37214
Plain-Language Summary
Department of Homeland Security obligated $61.2 million to WORKWEAR OUTFITTERS, LLC for work described as: FY 2026 ALLOWANCE, ACADEMY, QUARTERMASTER AND HARDSHIP, UNIFORMS II Key points: 1. Contract value represents a significant investment in essential personnel equipment. 2. Full and open competition suggests a robust market for uniform suppliers. 3. Fixed-price contract type aims to control costs and provide budget certainty. 4. Delivery order structure allows for flexible procurement of uniform needs. 5. The award to a single vendor indicates a focus on a specific supplier for this period. 6. Analysis of unit pricing against market benchmarks is crucial for value assessment.
Value Assessment
Rating: good
The contract value of $61.2 million for FY26 appears reasonable for providing uniforms to a large agency like U.S. Customs and Border Protection. Without specific details on the quantity and types of uniforms, a direct comparison is challenging. However, the fixed-price nature of the contract provides cost predictability. Benchmarking against similar large-scale uniform procurements for federal agencies would offer further insight into value for money.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded under full and open competition, indicating that multiple vendors were likely invited to bid. The specific number of bidders is not provided, but this approach generally fosters a competitive environment, driving down prices and encouraging innovation. The agency's decision to use full and open competition suggests confidence in the market's ability to meet its uniform requirements effectively.
Taxpayer Impact: Taxpayers benefit from a competitive bidding process that is expected to yield the best possible pricing for the required uniforms, ensuring efficient use of public funds.
Public Impact
Federal law enforcement officers within U.S. Customs and Border Protection will receive necessary uniforms. Ensures operational readiness by providing essential attire for personnel. The contract supports the uniform supply chain, potentially impacting manufacturers and distributors. Geographic impact is nationwide, covering all areas where CBP operates.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for vendor lock-in if future contracts are not competitively re-bid.
- Reliance on a single vendor for a full fiscal year could pose supply chain risks.
- Need to monitor quality control to ensure durability and fit of uniforms.
Positive Signals
- Awarded through full and open competition, suggesting a fair and transparent process.
- Fixed-price contract type provides cost certainty for the government.
- Delivery order mechanism allows for flexibility in meeting immediate needs.
Sector Analysis
The apparel and textile manufacturing sector, particularly the segment focused on workwear and uniforms, is a significant industry. Federal contracts for uniforms represent a substantial portion of this market. This contract fits within the broader category of government procurement for operational necessities, ensuring that agencies like CBP are equipped. Comparable spending benchmarks would involve looking at other large federal agencies' uniform procurements.
Small Business Impact
The data indicates this contract was not set aside for small businesses (ss: false, sb: false). While this specific award may not directly benefit small businesses through a set-aside, the prime contractor, Workwear Outfitters, LLC, may engage small businesses as subcontractors. Further investigation into subcontracting plans would be needed to assess the broader impact on the small business ecosystem.
Oversight & Accountability
Oversight for this contract will likely be managed by the U.S. Customs and Border Protection contracting office, with potential involvement from the Department of Homeland Security's Office of Inspector General. Transparency is facilitated through public contract databases. Accountability measures are inherent in the fixed-price contract terms and delivery order requirements, with performance metrics likely monitored.
Related Government Programs
- Department of Defense Uniform Procurement
- Federal Law Enforcement Uniforms
- Apparel and Textiles Procurement
Risk Flags
- Single Vendor Reliance
- Supply Chain Vulnerability
- Quality Control Monitoring Needed
Tags
uniforms, homeland-security, customs-and-border-protection, workwear-outfitters-llc, full-and-open-competition, firm-fixed-price, delivery-order, fiscal-year-2026, mens-and-boys-clothing-and-furnishings-merchant-wholesalers, tennessee
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $61.2 million to WORKWEAR OUTFITTERS, LLC. FY 2026 ALLOWANCE, ACADEMY, QUARTERMASTER AND HARDSHIP, UNIFORMS II
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 $61.2 million.
What is the period of performance?
Start: 2025-10-31. End: 2026-10-30.
What is the historical spending pattern for uniforms by U.S. Customs and Border Protection?
Analyzing historical spending data for CBP's uniform procurement reveals trends in contract values, awardees, and competition levels over previous fiscal years. For instance, examining FY2023 and FY2024 awards would show if this $61.2 million FY26 allowance represents an increase, decrease, or stable investment. Understanding these patterns helps contextualize the current award, identify any shifts in procurement strategy, and assess potential long-term cost efficiencies or escalations. It also highlights the consistency of uniform needs across different administrations and operational demands.
How does the pricing of this contract compare to similar uniform procurements for federal agencies?
A comprehensive price comparison requires detailed unit cost data for specific uniform items (e.g., shirts, pants, jackets) across multiple contracts. Benchmarking this $61.2 million award against contracts for agencies of similar size and mission, such as the Federal Bureau of Investigation or the Transportation Security Administration, would be informative. Factors like material quality, durability standards, and inclusion of specialized items (e.g., tactical gear) influence price. If unit costs are significantly higher than comparable contracts, it may indicate less favorable pricing or a need for renegotiation. Conversely, competitive pricing suggests effective market engagement.
What are the specific performance metrics and quality assurance measures for this uniform contract?
The effectiveness of this contract hinges on robust performance metrics and quality assurance protocols. Key metrics likely include on-time delivery rates, order fulfillment accuracy, and adherence to specified material and construction standards. Quality assurance would involve inspection processes for delivered uniforms to ensure they meet all technical requirements, including sizing, colorfastness, and durability. The contract terms should outline remedies for non-compliance, such as rejection of goods or penalties. Regular performance reviews between CBP and Workwear Outfitters, LLC are essential for maintaining high standards throughout the contract period.
What is the track record of Workwear Outfitters, LLC in fulfilling federal uniform contracts?
Workwear Outfitters, LLC's track record in fulfilling federal uniform contracts is a critical factor in assessing the risk and potential success of this award. Researching their past performance on similar government contracts, particularly with agencies of comparable size and scope to CBP, would provide valuable insights. This includes examining their history of on-time delivery, product quality, responsiveness to issues, and overall customer satisfaction ratings from previous federal clients. A history of successful contract completion suggests a lower risk profile, while past performance issues might warrant closer monitoring and contingency planning.
What are the potential risks associated with relying on a single vendor for uniform supply for a full fiscal year?
Relying on a single vendor, Workwear Outfitters, LLC, for a full fiscal year (FY26) introduces several potential risks. Supply chain disruptions, whether due to manufacturing issues, raw material shortages, or logistical challenges, could lead to delays in uniform availability, impacting operational readiness. If the vendor experiences financial instability or goes out of business, CBP would face an immediate need to procure replacements, potentially under urgent and less favorable conditions. Furthermore, a lack of ongoing competition might reduce the vendor's incentive to maintain peak performance or offer cost savings throughout the contract duration.
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: $61,221,062
Exercised Options: $61,221,062
Current Obligation: $61,221,062
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 70B01C20D00000004
IDV Type: IDC
Timeline
Start Date: 2025-10-31
Current End Date: 2026-10-30
Potential End Date: 2026-10-30 16:20:14
Last Modified: 2026-03-31
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)
- DHS Contract - Uniforms II - Quartermaster, Hardship and Academy Funding for Customs and Border Protection (CBP) — $50.4M (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)