DHS awards $33.6M for TSA uniforms and honor guard equipment, with a high per-unit cost for apparel
Contract Overview
Contract Amount: $33,610,929 ($33.6M)
Contractor: Workwear Outfitters, LLC
Awarding Agency: Department of Homeland Security
Start Date: 2021-03-09
End Date: 2022-03-08
Contract Duration: 364 days
Daily Burn Rate: $92.3K/day
Competition Type: FULL AND OPEN COMPETITION
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: UNIFORMS FOR TRANSPORTATION SECURITY OFFICERS, APPAREL FOR FEDERAL SECURITY DIRECTORS AND FEDERAL EXECUTIVES, AND HONOR GUARD EQUIPMENT
Place of Performance
Location: NASHVILLE, DAVIDSON County, TENNESSEE, 37214
Plain-Language Summary
Department of Homeland Security obligated $33.6 million to WORKWEAR OUTFITTERS, LLC for work described as: UNIFORMS FOR TRANSPORTATION SECURITY OFFICERS, APPAREL FOR FEDERAL SECURITY DIRECTORS AND FEDERAL EXECUTIVES, AND HONOR GUARD EQUIPMENT Key points: 1. The contract focuses on essential apparel for TSA personnel, including uniforms and specialized honor guard equipment. 2. Competition was robust, indicating potential for competitive pricing, though per-unit costs warrant scrutiny. 3. The fixed-price contract structure shifts some cost risk to the contractor. 4. Performance is tied to a one-year base period, with potential for extensions. 5. This contract falls within the broader federal apparel and uniform procurement sector. 6. The awardee, Workwear Outfitters, LLC, is a key supplier in this niche market.
Value Assessment
Rating: fair
The total award of $33.6 million for uniforms and equipment over a year appears substantial. Benchmarking per-unit costs for specific items like shirts and pants against similar federal contracts or commercial equivalents is crucial. While the contract is firm-fixed-price, the average cost per item, if calculable, may be higher than anticipated given the specialized nature of some uniform components and the need for specific federal certifications. Further analysis of the unit pricing breakdown would be necessary for a definitive value assessment.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under full and open competition, suggesting that multiple vendors had the opportunity to bid. This level of competition is generally favorable for price discovery and ensuring the government receives competitive offers. The specific number of bidders is not provided, but the open competition framework implies a market that is accessible to qualified suppliers.
Taxpayer Impact: Full and open competition helps ensure taxpayer dollars are used efficiently by fostering a competitive environment that drives down prices.
Public Impact
Benefits Transportation Security Administration (TSA) officers and federal executives by providing necessary uniforms and equipment. Ensures TSA personnel are properly outfitted for their duties, contributing to security and professional appearance. Supports the operational readiness of honor guard units within federal agencies. Impacts the apparel manufacturing and wholesale sector, particularly those serving government contracts.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for higher-than-market per-unit costs for specific uniform items.
- Dependence on a single awardee for a critical supply chain component.
- Risk of delivery delays or quality issues impacting operational readiness.
Positive Signals
- Awarded under full and open competition, promoting market access.
- Firm-fixed-price contract limits cost overruns for the government.
- Clear definition of goods and services required.
Sector Analysis
This contract operates within the federal government's broader apparel and textiles procurement sector. This sector includes a wide range of goods, from general workwear to highly specialized uniforms and protective gear. Federal agencies are significant purchasers, often requiring specific certifications, durability standards, and branding. The market size for federal uniform procurement is substantial, with numerous contractors vying for these opportunities. This contract fits within the niche of law enforcement and security personnel apparel.
Small Business Impact
The contract was awarded to Workwear Outfitters, LLC and does not indicate a small business set-aside. There is no explicit information provided regarding subcontracting plans for small businesses. Without specific subcontracting goals or reporting, the direct impact on the small business ecosystem is unclear, though larger prime contractors often engage small businesses for specialized manufacturing or supply chain needs.
Oversight & Accountability
The contract is subject to standard federal procurement oversight. Oversight mechanisms would include contract administration by the contracting officer and the Transportation Security Administration. Transparency is facilitated through public contract databases like FPDS. Inspector General oversight for the Department of Homeland Security would apply to ensure compliance and prevent fraud, waste, and abuse.
Related Government Programs
- Federal Supply Schedule (FSS) contracts for apparel
- Department of Defense uniform procurements
- General Services Administration (GSA) Schedule contracts
- Uniforms and personal protective equipment for federal law enforcement
Risk Flags
- Potential for high per-unit cost
- Single awardee concentration risk
- Dependence on contractor's supply chain stability
Tags
apparel, uniforms, transportation-security-administration, department-of-homeland-security, firm-fixed-price, full-and-open-competition, tennessee, workwear, law-enforcement-support, federal-contract
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $33.6 million to WORKWEAR OUTFITTERS, LLC. UNIFORMS FOR TRANSPORTATION SECURITY OFFICERS, APPAREL FOR FEDERAL SECURITY DIRECTORS AND FEDERAL EXECUTIVES, AND HONOR GUARD EQUIPMENT
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 (Transportation Security Administration).
What is the total obligated amount?
The obligated amount is $33.6 million.
What is the period of performance?
Start: 2021-03-09. End: 2022-03-08.
What is the historical spending pattern for TSA uniforms and related apparel?
Analyzing historical spending for TSA uniforms requires accessing detailed procurement data over several fiscal years. Typically, agencies like TSA procure uniforms on a recurring basis to replace worn-out items, accommodate new personnel, and update standards. Spending can fluctuate based on policy changes, budget allocations, and the specific types of apparel required. For instance, a significant policy shift or the introduction of new uniform components could lead to a spike in spending in a particular year. Without specific historical data for this contract vehicle or similar ones, it's difficult to provide precise figures, but federal agencies often spend millions annually on uniforms to maintain readiness and professional appearance across their workforce.
How does the per-unit cost of these uniforms compare to commercial market rates or other federal agencies?
Determining the precise per-unit cost benchmark is challenging without a detailed breakdown of the items included in the $33.6 million award and their quantities. However, federal uniform contracts can sometimes exhibit higher per-unit costs compared to commercial retail due to stringent specifications, specialized materials, branding requirements, and the administrative overhead associated with government procurement. If specific items like tactical shirts or executive jackets are included, their costs could be significantly higher than standard civilian apparel. Benchmarking would involve comparing the unit prices of comparable items procured by other agencies (e.g., FBI, Secret Service) or through GSA Schedules, as well as analyzing prices from major commercial uniform suppliers, factoring in any required federal certifications or modifications.
What is Workwear Outfitters, LLC's track record with federal uniform contracts?
Workwear Outfitters, LLC has a history of securing federal contracts, including those for apparel and uniforms. Their past performance data, accessible through federal procurement databases, would reveal the types of agencies they have served, the value and duration of previous contracts, and any reported performance issues or successes. A review of their contract history would indicate their experience in meeting federal specifications, delivery timelines, and quality standards. Companies that consistently win federal uniform contracts often possess specialized manufacturing capabilities, established supply chains, and a proven ability to navigate the complexities of government procurement regulations.
What are the key performance indicators (KPIs) for this contract, and how is performance measured?
Key performance indicators for a uniform contract typically revolve around timely delivery, product quality, and adherence to specifications. For this contract, KPIs would likely include on-time delivery rates for uniform sets and individual items, defect rates (e.g., faulty stitching, incorrect sizing, material flaws), and compliance with the specific technical requirements outlined in the contract (e.g., fabric composition, colorfastness, durability standards). Performance is usually measured through regular inspections, acceptance testing of delivered goods, and feedback from the end-users (TSA personnel). Contract clauses often detail the metrics and acceptable quality levels, with potential penalties for non-compliance.
What is the risk of supply chain disruption for these specialized uniforms and equipment?
The risk of supply chain disruption for specialized uniforms and equipment can be moderate to high, depending on the complexity of the items and the sourcing of raw materials. Factors contributing to risk include reliance on specific textile mills, potential labor shortages in manufacturing, geopolitical instability affecting material imports, and the capacity of the awardee to scale production to meet demand. For federal uniforms, which often require specific certifications and materials, the supply chain can be less flexible than for mass-market apparel. The single awardee nature of this contract concentrates this risk; if Workwear Outfitters, LLC faces production issues, it could directly impact the TSA's ability to equip its personnel.
How does this contract align with broader DHS or TSA modernization or efficiency initiatives?
This contract aligns with the fundamental need for TSA personnel to have appropriate and functional attire to perform their security duties effectively. Modernization or efficiency initiatives might focus on aspects like uniform durability (reducing replacement frequency), comfort (improving officer morale and performance), or incorporating new technologies (e.g., advanced fabrics for climate control or integrated communication). If the procured uniforms incorporate such advancements, they would directly support efficiency goals by enhancing officer well-being and operational capability. Conversely, if the contract simply procures standard items, its alignment would be primarily in ensuring basic operational readiness rather than driving significant modernization.
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: $33,610,929
Exercised Options: $33,610,929
Current Obligation: $33,610,929
Actual Outlays: $157,742
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 70B01C20D00000004
IDV Type: IDC
Timeline
Start Date: 2021-03-09
Current End Date: 2022-03-08
Potential End Date: 2022-03-08 12:00:00
Last Modified: 2024-04-18
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)