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
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
- Potential for price increases in subsequent contract years if not locked in.
- Dependence on a single contractor for a critical supply chain item.
- Geographic concentration of performance could pose logistical risks in emergencies.
Positive Signals
- Awarded under full and open competition, suggesting competitive pricing.
- Firm fixed-price contract type provides cost certainty.
- Contract duration of one year allows for periodic re-evaluation of needs and vendor performance.
- Contractor is based in the US (Tennessee).
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
- Federal Prison Industries Uniforms
- Department of Defense Uniform Procurement
- General Services Administration (GSA) Schedule Contracts for Apparel
Risk Flags
- Potential for supply chain disruption
- Quality control concerns
- Contractor performance risk
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 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: $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
- 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)