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

State: Tennessee Government Spending

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

Positive Signals

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

Risk Flags

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 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: $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

View all Workwear Outfitters, LLC federal contracts →

Other Department of Homeland Security Contracts

View all Department of Homeland Security contracts →

Explore Related Government Spending