FEMA awards $9.08M for clothing, with 183 days to deliver essential workwear
Contract Overview
Contract Amount: $9,083 ($9.1K)
Contractor: Workwear Outfitters, LLC
Awarding Agency: Department of Homeland Security
Start Date: 2024-05-14
End Date: 2024-11-13
Contract Duration: 183 days
Daily Burn Rate: $50/day
Competition Type: FULL AND OPEN COMPETITION
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: ADDITIONAL IST CLOTHING ORDER
Place of Performance
Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20472
Plain-Language Summary
Department of Homeland Security obligated $9,083 to WORKWEAR OUTFITTERS, LLC for work described as: ADDITIONAL IST CLOTHING ORDER Key points: 1. Contract focuses on essential workwear, indicating a need for specific apparel for operational readiness. 2. The fixed-price nature of the contract provides cost certainty for the agency. 3. Delivery within 183 days suggests a moderate urgency for the required clothing. 4. The award to a single LLC highlights the specific niche of the supplier. 5. Geographic focus on Washington D.C. may indicate deployment or operational needs in the capital region.
Value Assessment
Rating: good
The contract value of $9.08 million for clothing is moderate. Without specific details on the quantity and type of clothing, a direct price comparison is difficult. However, the firm fixed-price structure suggests that the contractor assumes the risk of cost overruns, which can be beneficial for the government. Benchmarking against similar large-scale uniform or workwear procurements would provide further insight into value for money.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under full and open competition, indicating that multiple vendors had the opportunity to bid. This process is generally expected to yield competitive pricing and a wider range of solutions. The specific number of bidders is not provided, but the open competition suggests a healthy market for this type of procurement.
Taxpayer Impact: Full and open competition typically leads to better price discovery and potentially lower costs for taxpayers by encouraging a broad range of offers.
Public Impact
Federal Emergency Management Agency (FEMA) personnel requiring specialized workwear will be equipped. The contract supports operational readiness for disaster response and emergency management activities. The primary geographic impact is within the District of Columbia, suggesting localized operational needs. The procurement may indirectly support manufacturing and wholesale jobs within the apparel sector.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of specific itemization for clothing types makes it difficult to assess suitability and potential for over-specification.
- Limited information on the contractor's past performance in fulfilling large-scale government contracts.
- Geographic concentration in D.C. could limit broader distribution if needs arise elsewhere.
Positive Signals
- Awarded through full and open competition, suggesting a competitive bidding process.
- Firm fixed-price contract provides cost certainty for the government.
- Clear delivery timeline of 183 days allows for planning and execution.
Sector Analysis
This contract falls within the wholesale trade sector, specifically for men's and boys' clothing and furnishings. The market for government workwear and uniforms is substantial, encompassing various agencies with diverse needs. This procurement by FEMA aligns with broader government efforts to ensure personnel are adequately equipped for their duties, especially in critical response roles. Comparable spending benchmarks would involve analyzing other large uniform or apparel contracts awarded to wholesale distributors.
Small Business Impact
The contract was not set aside for small businesses, and the data indicates the awardee is a Limited Liability Company (LLC). While this specific award did not directly benefit small businesses through a set-aside, the potential for subcontracting opportunities with Workwear Outfitters, LLC, could exist depending on their sourcing and manufacturing strategies. Further analysis would be needed to determine if subcontracting plans include small business participation.
Oversight & Accountability
Oversight for this contract will primarily reside with the Federal Emergency Management Agency (FEMA) contracting officers and program managers. The firm fixed-price nature of the contract provides a degree of accountability by placing cost risk on the contractor. Transparency is facilitated by the public nature of contract awards, though detailed performance metrics and oversight reports are not readily available without specific requests or Inspector General involvement.
Related Government Programs
- FEMA Operational Support Contracts
- Department of Homeland Security Uniform Procurement
- Federal Workwear and Apparel Contracts
- Emergency Response Equipment Procurement
Risk Flags
- Potential for supply chain delays impacting delivery timeline.
- Lack of detailed itemization makes value assessment challenging.
- Contractor's performance history requires further investigation.
Tags
clothing, workwear, fema, department-of-homeland-security, firm-fixed-price, delivery-order, full-and-open-competition, district-of-columbia, apparel, emergency-management, wholesale-trade
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $9,083 to WORKWEAR OUTFITTERS, LLC. ADDITIONAL IST CLOTHING ORDER
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 (Federal Emergency Management Agency).
What is the total obligated amount?
The obligated amount is $9,083.
What is the period of performance?
Start: 2024-05-14. End: 2024-11-13.
What specific types of clothing are included in this $9.08 million order, and what are their intended uses?
The provided data indicates the contract is for 'ADDITIONAL IST CLOTHING ORDER' and falls under the NAICS code for 'Men's and Boys' Clothing and Furnishings Merchant Wholesalers.' However, the specific types of clothing (e.g., shirts, pants, jackets, specific protective gear) and their precise intended uses are not detailed in the summary data. This information is crucial for a comprehensive assessment of value for money and suitability. Without this detail, it's challenging to determine if the $9.08 million is being spent on basic apparel, specialized uniforms, or safety equipment, which would have vastly different cost structures and performance requirements.
How does the per-unit cost of the clothing compare to market rates for similar workwear?
A direct per-unit cost comparison is not feasible with the current data. The contract value is $9.08 million, and the duration is 183 days, but the quantity of items is not specified. To benchmark per-unit costs, we would need to know the exact items being procured (e.g., number of shirts, pants, specific types of jackets) and their quantities. Once quantities are known, we could divide the total contract value by the number of units to get an average per-unit cost. This average could then be compared against industry price lists, government-wide purchasing contracts (like GSA Schedules), or previous similar procurements to assess if the pricing is competitive and represents good value for the taxpayer.
What is the track record of Workwear Outfitters, LLC in fulfilling government contracts, particularly those of similar size and scope?
Information regarding the specific track record of Workwear Outfitters, LLC in fulfilling government contracts is not detailed in the provided summary. As a Limited Liability Company (LLC), its history with large-scale federal procurements would need to be investigated through contract databases (like FPDS or SAM.gov) to ascertain its performance history, past delivery timeliness, quality of goods, and any history of contract disputes or terminations. A strong track record with similar contracts would increase confidence in the successful execution of this $9.08 million award. Conversely, a limited or poor track record would represent a significant risk indicator.
What are the potential risks associated with a 183-day delivery timeline for this clothing order?
A 183-day (approximately six months) delivery timeline for a $9.08 million clothing order presents several potential risks. Firstly, there's a risk of obsolescence if the clothing specifications are tied to rapidly changing technology or fashion trends, though less likely for standard workwear. More significantly, there's a risk of supply chain disruptions impacting the contractor's ability to deliver on time, potentially delaying FEMA's operational readiness. If the clothing is critical for an upcoming season or event, delays could have direct operational consequences. The firm fixed-price nature means the government is protected from price increases, but not from potential delays caused by the contractor's inability to procure or manufacture the items within the specified timeframe.
How does this contract fit into FEMA's broader strategy for equipping its personnel for disaster response and emergency management?
This contract for 'ADDITIONAL IST CLOTHING ORDER' suggests a component of FEMA's strategy to ensure its personnel, potentially including Incident Support Teams (IST) or other operational staff, are adequately outfitted. Equipping personnel with appropriate workwear is fundamental for safety, identification, and operational effectiveness during disaster response and emergency management. Such procurements are likely part of a larger, ongoing effort to maintain readiness, replace worn-out gear, and potentially scale up staffing during major events. The value and scope indicate a significant, though perhaps not the sole, investment in personnel outfitting for specific operational needs.
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: $9,083
Exercised Options: $9,083
Current Obligation: $9,083
Actual Outlays: $9,083
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 70B01C20D00000004
IDV Type: IDC
Timeline
Start Date: 2024-05-14
Current End Date: 2024-11-13
Potential End Date: 2024-11-13 00:00:00
Last Modified: 2026-04-03
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)