DHS awards $37.2M for TSA uniforms, with Workwear Outfitters, LLC securing the contract

Contract Overview

Contract Amount: $37,177,747 ($37.2M)

Contractor: Workwear Outfitters, LLC

Awarding Agency: Department of Homeland Security

Start Date: 2022-05-09

End Date: 2023-05-08

Contract Duration: 364 days

Daily Burn Rate: $102.1K/day

Competition Type: FULL AND OPEN COMPETITION

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: UNIFORMS FOR TRANSPORTATION SECURITY OFFICERS

Place of Performance

Location: NASHVILLE, DAVIDSON County, TENNESSEE, 37214

State: Tennessee Government Spending

Plain-Language Summary

Department of Homeland Security obligated $37.2 million to WORKWEAR OUTFITTERS, LLC for work described as: UNIFORMS FOR TRANSPORTATION SECURITY OFFICERS Key points: 1. The contract value represents a significant investment in equipping transportation security personnel. 2. Full and open competition was utilized, suggesting a potentially competitive bidding process. 3. The fixed-price contract type aims to provide cost certainty for the government. 4. Performance is geographically concentrated in Tennessee, the contractor's home state. 5. The contract duration is one year, indicating a need for ongoing uniform supply. 6. No small business set-aside was applied, with the primary awardee being a large business.

Value Assessment

Rating: good

The contract value of $37.2 million for uniforms over one year appears reasonable given the scale of the Transportation Security Administration's needs. Benchmarking against similar large-scale uniform procurements for federal agencies would provide a more precise value-for-money assessment. The firm fixed-price structure suggests that the contractor assumed the risk for cost overruns, which is generally favorable for the government. However, without detailed cost breakdowns or comparisons to commercial equivalent pricing, a definitive assessment of cost efficiency is limited.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

The contract was awarded under full and open competition, indicating that all responsible sources were permitted to submit bids. This approach typically fosters a competitive environment, potentially leading to better pricing and quality. The number of bidders is not specified, but the use of full and open competition suggests a robust process. The agency's decision to use this method implies confidence in its ability to attract multiple qualified vendors.

Taxpayer Impact: Full and open competition generally benefits taxpayers by promoting a level playing field for vendors, which can drive down costs and encourage innovation, ultimately leading to better value for public funds.

Public Impact

Transportation Security Administration (TSA) officers across the nation will be equipped with new uniforms, enhancing their professional appearance and operational readiness. The contract supports the federal government's objective of maintaining a consistent and identifiable security workforce. The primary beneficiary is the TSA, ensuring its personnel have the necessary attire to perform their duties effectively. Workforce implications include the potential for job creation or maintenance at the contractor's facilities in Tennessee.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

The apparel and textile manufacturing sector, particularly for specialized workwear and uniforms, is a significant industry. Federal contracts for uniforms represent a stable demand source for manufacturers. This contract fits within the broader category of government procurement for operational necessities. Comparable spending benchmarks would involve looking at other agencies' uniform contracts or large-scale commercial uniform supply agreements.

Small Business Impact

This contract was not set aside for small businesses, and the awardee, Workwear Outfitters, LLC, is not identified as a small business. Therefore, there are no direct subcontracting implications for small businesses stemming from a small business set-aside. The absence of a set-aside means that larger businesses were the primary focus of this procurement, and opportunities for small business participation would likely be through voluntary subcontracting by the prime contractor, if any.

Oversight & Accountability

Oversight for this contract would primarily reside with the Transportation Security Administration (TSA) contracting officers and program managers. They are responsible for monitoring contractor performance, ensuring compliance with contract terms, and approving payments. The Department of Homeland Security's Office of Inspector General (OIG) may also conduct audits or investigations into the procurement and execution of this contract to ensure accountability and prevent fraud, waste, and abuse.

Related Government Programs

Risk Flags

Tags

uniforms, transportation-security-administration, homeland-security, firm-fixed-price, full-and-open-competition, workwear, apparel, tennessee, large-business, tsa

Frequently Asked Questions

What is this federal contract paying for?

Department of Homeland Security awarded $37.2 million to WORKWEAR OUTFITTERS, LLC. UNIFORMS FOR TRANSPORTATION SECURITY OFFICERS

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 $37.2 million.

What is the period of performance?

Start: 2022-05-09. End: 2023-05-08.

What is the historical spending pattern for TSA uniforms?

Analyzing historical spending on TSA uniforms requires accessing previous contract awards and solicitations. Typically, uniform procurement is an ongoing need for agencies with field personnel. Past contracts might reveal trends in pricing, awarded vendors, and competition levels. For instance, if previous contracts were sole-source or competed among fewer bidders, the current full and open competition could indicate a shift towards seeking better value. Understanding the volume and frequency of past uniform purchases would also provide context for the current $37.2 million award, helping to determine if it represents an increase, decrease, or stable level of expenditure for this essential item.

How does the per-unit cost of these uniforms compare to market rates?

Determining the per-unit cost requires knowing the exact number of uniform items procured under this contract and dividing the total contract value by that quantity. Without this detailed breakdown, a precise per-unit cost cannot be calculated. However, if the average cost per uniform set (e.g., shirt, pants, jacket) can be estimated, it could be benchmarked against similar commercial workwear or uniforms sold by other government contractors. Factors like material quality, durability requirements, and branding specifications influence uniform costs. A comparison to prices available through GSA Advantage or other federal supply schedules could also offer insights into whether this contract achieved competitive pricing.

What is Workwear Outfitters, LLC's track record with federal uniform contracts?

Workwear Outfitters, LLC's track record with federal uniform contracts can be assessed by reviewing their past performance on similar government awards. Information on previous contracts, including their value, duration, and the agency that awarded them, is often publicly available through contract databases like SAM.gov or FPDS. Examining past performance evaluations, if available, would provide insights into their reliability, quality of goods, and adherence to delivery schedules. A history of successful contract completions, particularly for large-scale uniform procurements, would suggest a lower risk associated with this current award. Conversely, any past performance issues or disputes could raise concerns about their ability to meet the TSA's requirements.

What are the key performance indicators (KPIs) for this uniform contract?

Key performance indicators (KPIs) for this uniform contract would likely focus on ensuring the timely delivery of high-quality uniforms that meet TSA's specifications. Specific KPIs could include on-time delivery rates, defect rates (e.g., faulty stitching, incorrect sizing), adherence to material and color standards, and responsiveness to any issues or inquiries from the TSA. The contract terms would detail these requirements and the metrics used to measure performance. Failure to meet these KPIs could result in penalties, contract modifications, or even termination, underscoring their importance in ensuring the government receives the expected value and functionality from the procured uniforms.

What is the risk assessment associated with this contract?

The primary risks associated with this contract include potential supply chain disruptions, quality control issues, and contractor performance failures. Given that the contract is for uniforms, a critical operational need for TSA officers, any delays in delivery or issues with the quality of the garments could impact officer readiness and morale. The firm fixed-price nature shifts cost overrun risk to the contractor, but it could incentivize cost-cutting measures that affect quality if not properly monitored. The geographic concentration of the contractor in Tennessee could also pose a risk in the event of regional disasters or transportation issues. Mitigation strategies would involve robust oversight, clear performance standards, and contingency planning.

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: $37,177,747

Exercised Options: $37,177,747

Current Obligation: $37,177,747

Actual Outlays: $24,511,393

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: 70B01C20D00000004

IDV Type: IDC

Timeline

Start Date: 2022-05-09

Current End Date: 2023-05-08

Potential End Date: 2023-05-08 01:21:34

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