DHS awards $3.76M for TSA officer uniforms, highlighting apparel manufacturing sector
Contract Overview
Contract Amount: $25,658,698 ($25.7M)
Contractor: VF Imagewear, Inc.
Awarding Agency: Department of Homeland Security
Start Date: 2019-02-12
End Date: 2020-02-21
Contract Duration: 374 days
Daily Burn Rate: $68.6K/day
Competition Type: FULL AND OPEN COMPETITION
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: THE PURPOSE OF THIS PR IS TO PARTIALLY FUND THE DELVIERY ORDER FOR UNIOFRM PURCHASES FOR TSA OFFICERS THROUGH THE DHS WIDE CONTRACT HSBP1014D00034 PER LINE ITEM FOR THE PERIOD OF PERFORMANCE FROM 2/22/2019 TO 2/21/2020. THE TOTAL AMOUNT IS $3,755,111.00. WHEN COMPLETED, PLEASE FORWRAD TO STACEY SANTHUFF.
Place of Performance
Location: NASHVILLE, DAVIDSON County, TENNESSEE, 37214
Plain-Language Summary
Department of Homeland Security obligated $25.7 million to VF IMAGEWEAR, INC. for work described as: THE PURPOSE OF THIS PR IS TO PARTIALLY FUND THE DELVIERY ORDER FOR UNIOFRM PURCHASES FOR TSA OFFICERS THROUGH THE DHS WIDE CONTRACT HSBP1014D00034 PER LINE ITEM FOR THE PERIOD OF PERFORMANCE FROM 2/22/2019 TO 2/21/2020. THE TOTAL AMOUNT IS $3,755,111.00. WHEN COMPLETED, PLEASE F… Key points: 1. Contract focuses on uniform procurement, a recurring need for TSA personnel. 2. The award was made under a broad DHS-wide contract, suggesting potential for consolidated purchasing. 3. The fixed-price nature of the contract provides cost certainty for the government. 4. The performance period is one year, indicating a need for timely delivery. 5. The contractor, VF Image wear, Inc., operates within the apparel manufacturing industry.
Value Assessment
Rating: good
The contract value of $3.76 million for a one-year supply of TSA officer uniforms appears reasonable given the scale of the Transportation Security Administration. Benchmarking against similar uniform procurements for large federal agencies would provide a more precise value-for-money assessment. However, the fixed-price contract type helps manage cost risks for the government. The specific details of the uniform items and quantities will heavily influence the per-unit cost analysis.
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 competitive process is expected to drive favorable pricing and ensure the government receives the best value. The number of bidders is not specified, but the open competition is a positive indicator for price discovery and market responsiveness.
Taxpayer Impact: Full and open competition generally benefits taxpayers by fostering a competitive environment that can lead to lower prices and higher quality goods and services.
Public Impact
TSA officers will receive necessary uniforms, supporting their operational readiness and professional appearance. The contract directly benefits VF Image wear, Inc., a manufacturer in the apparel sector. The geographic impact is primarily related to the manufacturing location of VF Image wear, Inc., likely within the United States. The contract supports jobs within the apparel manufacturing industry.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for supply chain disruptions impacting timely delivery of uniforms.
- Quality control issues with uniform components could lead to premature wear and replacement needs.
- Reliance on a single delivery order under a larger IDIQ contract may limit flexibility if needs change significantly.
Positive Signals
- Awarded under full and open competition, suggesting competitive pricing.
- Fixed-price contract provides cost certainty.
- Contractor is an established entity in the apparel manufacturing sector.
Sector Analysis
This contract falls within the apparel manufacturing sector, specifically focusing on specialized workwear for government personnel. The North American Industry Classification System (NAICS) code 315990, 'Other Apparel Accessories and Other Apparel Manufacturing,' encompasses this type of production. The market for government uniform procurement is significant, with agencies like DHS requiring consistent supplies to maintain operational effectiveness. Benchmarking against other federal uniform contracts would reveal spending patterns within this niche.
Small Business Impact
The provided data indicates that small business participation was not a specific set-aside for this delivery order (ss: false, sb: false). While the prime contractor, VF Image wear, Inc., is likely a large business, there is no information on subcontracting plans. The impact on the small business ecosystem is therefore neutral to potentially negative if subcontracting opportunities were not prioritized.
Oversight & Accountability
Oversight for this contract would fall under the Department of Homeland Security's contracting and procurement regulations. The Transportation Security Administration, as the end-user, would also have oversight responsibilities for the quality and timely delivery of the uniforms. Transparency is facilitated by the public nature of contract awards, though specific performance metrics and detailed cost breakdowns may not be publicly available. Inspector General jurisdiction would apply in cases of fraud, waste, or abuse.
Related Government Programs
- DHS Wide Contract HSBP1014D00034
- Federal Uniform Procurement
- Apparel Manufacturing Contracts
- Transportation Security Administration Operations
Risk Flags
- Potential for supply chain disruptions impacting delivery timelines.
- Quality control of uniform materials and manufacturing processes.
- Adequacy of competition for future uniform needs under the parent contract.
Tags
dhs, transportation-security-administration, tsa, uniforms, apparel-manufacturing, full-and-open-competition, firm-fixed-price, delivery-order, fiscal-year-2019, tennessee, vf-image-wear-inc
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $25.7 million to VF IMAGEWEAR, INC.. THE PURPOSE OF THIS PR IS TO PARTIALLY FUND THE DELVIERY ORDER FOR UNIOFRM PURCHASES FOR TSA OFFICERS THROUGH THE DHS WIDE CONTRACT HSBP1014D00034 PER LINE ITEM FOR THE PERIOD OF PERFORMANCE FROM 2/22/2019 TO 2/21/2020. THE TOTAL AMOUNT IS $3,755,111.00. WHEN COMPLETED, PLEASE FORWRAD TO STACEY SANTHUFF.
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 (Transportation Security Administration).
What is the total obligated amount?
The obligated amount is $25.7 million.
What is the period of performance?
Start: 2019-02-12. End: 2020-02-21.
What is the historical spending pattern for TSA officer uniforms under the DHS Wide Contract HSBP1014D00034?
The provided data indicates a single delivery order totaling $3,755,111.00 for the period of February 22, 2019, to February 21, 2020. To understand the historical spending pattern, one would need to examine all delivery orders issued against the parent contract HSBP1014D00034 for uniform procurement. This would involve analyzing the total value, quantities, and frequency of uniform orders over the life of the contract. Without access to the complete contract history, it's impossible to establish a trend or pattern. However, the existence of this order suggests a recurring need for uniforms that the DHS Wide Contract is designed to fulfill.
How does the per-unit cost of these TSA uniforms compare to similar federal uniform procurements?
A precise per-unit cost comparison is not possible with the provided data, as it only states the total contract value and does not break down the specific items (e.g., shirts, pants, jackets) or quantities ordered. To conduct such a comparison, one would need the detailed line-item data for this delivery order and comparable data from other federal agencies' uniform procurements. Factors such as material quality, specific design requirements, and the number of bidders in those other competitions would significantly influence per-unit costs. Generally, full and open competition tends to yield more competitive per-unit pricing than sole-source awards.
What are the key performance indicators (KPIs) used to evaluate the contractor's performance on this delivery order?
The provided data does not specify the Key Performance Indicators (KPIs) for this particular delivery order. However, typical KPIs for uniform procurement contracts often include on-time delivery rates, adherence to quality specifications (e.g., fabric durability, colorfastness, correct sizing), accuracy of order fulfillment, and responsiveness to any issues or defects. The government, in this case the TSA, would likely have established procedures for monitoring these aspects throughout the performance period. Failure to meet these KPIs could result in contract remedies or impact future awards.
What is the track record of VF Image wear, Inc. in fulfilling federal uniform contracts?
VF Image wear, Inc. is a known entity in the apparel manufacturing industry and has a history of supplying uniforms and related apparel to various government entities. While specific details of their past performance on federal contracts are not included in the provided data, their selection for this DHS contract suggests they met the pre-qualification requirements. A comprehensive assessment would involve reviewing past performance evaluations (e.g., Contractor Performance Assessment Reporting System - CPARS) and any history of contract disputes or terminations. Their continued presence in this market indicates a generally positive track record.
What is the potential risk associated with the one-year performance period for this uniform contract?
The primary risk associated with a one-year performance period for uniform procurement is the potential for supply chain disruptions or unforeseen demand fluctuations that could lead to shortages or delays. If the TSA's needs increase significantly beyond the initial order scope, or if the contractor experiences production issues, the government might face challenges in acquiring necessary uniforms within the specified timeframe. This could necessitate emergency procurement actions, potentially at higher costs. The fixed-price nature mitigates cost risk but does not eliminate the risk of non-performance or delivery delays.
Industry Classification
NAICS: Manufacturing › Apparel Accessories and Other Apparel Manufacturing › Apparel 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: VF Imagewear Inc.
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: $25,658,698
Exercised Options: $25,658,698
Current Obligation: $25,658,698
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: HSBP1014D00034
IDV Type: IDC
Timeline
Start Date: 2019-02-12
Current End Date: 2020-02-21
Potential End Date: 2020-02-21 12:00:00
Last Modified: 2025-05-23
More Contracts from VF Imagewear, Inc.
- U.S. Customs and Border Protection Uniform Program — $276.8M (Department of Homeland Security)
- DHS National Uniform Program. This Action Represents an Action That WAS Created and Reported AS a NEW Action When in Fact IT IS a Modification to an Existing Uniform Contract. IT WAS Created AS a NEW Action DUE to Problems Converting an OLD Action When CBP Implemented a NEW Contract Writing System — $57.1M (Department of Homeland Security)
- Uniform Services — $57.1M (Department of Homeland Security)
- Multi-Agency Uniform Contract (DOI National Park Service; Fish and Wildlife Service; Bureau of Land Management and DOD Corp of Engineers — $47.7M (Department of the Interior)
- Multi-Agency (national Park Service, U.S. Fish & Wildlife Service, and U.S. Army Corps of Engineers) Uniforms — $46.4M (Department of the Interior)
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)