DHS awards $40.4M for TSA uniforms, with Workwear Outfitters, LLC securing the contract
Contract Overview
Contract Amount: $40,370,989 ($40.4M)
Contractor: Workwear Outfitters, LLC
Awarding Agency: Department of Homeland Security
Start Date: 2023-03-20
End Date: 2024-02-24
Contract Duration: 341 days
Daily Burn Rate: $118.4K/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 $40.4 million to WORKWEAR OUTFITTERS, LLC for work described as: UNIFORMS FOR TRANSPORTATION SECURITY OFFICERS Key points: 1. Contract value represents a significant investment in equipping transportation security personnel. 2. Full and open competition suggests a potentially competitive bidding process. 3. Fixed-price contract type aims to control costs for the government. 4. Contract duration of 341 days indicates a focused, short-term need for uniform supply. 5. The award is for men's and boys' clothing, suggesting a specific focus within uniform needs. 6. Geographic location of the contractor in Tennessee may influence logistics and delivery times.
Value Assessment
Rating: good
The contract value of $40.4 million for uniforms appears reasonable given the scope of equipping a federal agency's workforce. 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 specific details on the number of uniform sets or individual items procured, a direct per-unit cost comparison is challenging.
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, encouraging multiple vendors to offer their best pricing and terms to secure the award. The specific number of bidders is not provided, but the 'full and open' designation suggests a robust process designed to maximize competition and achieve fair market value.
Taxpayer Impact: A full and open competition generally leads to better price discovery and potentially lower costs for taxpayers by leveraging market forces to drive down prices.
Public Impact
Benefits transportation security officers by providing necessary uniforms for their roles. Ensures TSA personnel are equipped with standardized attire, enhancing professional appearance and identification. The contract supports the operational readiness of the Transportation Security Administration. Workforce implications include the supply chain and manufacturing jobs potentially supported by this contract, particularly in Tennessee.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for supply chain disruptions impacting timely delivery of uniforms.
- Ensuring consistent quality and durability of uniforms across all issued sets.
- Logistical challenges in distributing uniforms to various TSA locations nationwide.
Positive Signals
- Award to a single vendor under full competition can streamline procurement and delivery.
- Firm fixed-price contract provides cost certainty for the government.
- Contract duration allows for focused execution of uniform supply.
Sector Analysis
This contract falls within the apparel and textiles sector, specifically focusing on workwear and uniforms. The market for government uniform procurement is substantial, driven by the needs of various federal agencies. This award to Workwear Outfitters, LLC, a merchant wholesaler of men's and boys' clothing, indicates their capability to handle large-scale government contracts. Comparable spending benchmarks would involve analyzing other federal contracts for similar uniform supplies across agencies like the Department of Defense or other law enforcement bodies.
Small Business Impact
The data indicates this contract was not set aside for small businesses (ss: false, sb: false). As a result, the primary award went to Workwear Outfitters, LLC, without specific small business subcontracting requirements explicitly detailed in this summary. The impact on the small business ecosystem would depend on whether Workwear Outfitters, LLC utilizes small businesses in its supply chain or manufacturing processes, which is not specified here.
Oversight & Accountability
Oversight for this contract would typically be managed by the Transportation Security Administration (TSA) contracting officers and program managers. Accountability measures are embedded in the firm fixed-price contract terms, requiring delivery of specified uniforms. Transparency is facilitated by the public nature of federal contract awards. Inspector General jurisdiction would apply if any fraud, waste, or abuse related to the contract were suspected.
Related Government Programs
- TSA Officer Uniforms
- Federal Law Enforcement Apparel
- Department of Homeland Security Procurement
- Workwear and Uniform Supply Contracts
Risk Flags
- Supply Chain Risk
- Quality Control Risk
- Delivery Schedule Risk
- Potential for Cost Overruns (if fixed price is too low)
Tags
uniforms, transportation-security-administration, homeland-security, firm-fixed-price, full-and-open-competition, apparel, workwear, mens-clothing, tennessee, delivery-order
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $40.4 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 $40.4 million.
What is the period of performance?
Start: 2023-03-20. End: 2024-02-24.
What is the historical spending pattern for TSA uniforms?
Analyzing historical spending for TSA uniforms requires accessing prior contract awards. Without specific historical data for this contract vehicle or similar uniform procurements by the TSA, it's difficult to establish a precise spending pattern. However, federal agencies typically procure uniforms on a recurring basis to replace worn-out items and equip new personnel. The total value of $40.4 million suggests a significant, potentially multi-year or large-batch procurement. To understand the pattern, one would need to examine contract databases for previous awards to Workwear Outfitters, LLC or other uniform suppliers for the TSA, noting the frequency, value, and scope of those prior contracts. This would reveal if this award represents an increase, decrease, or consistent level of spending for TSA uniform needs.
How does the awarded price compare to market rates for similar uniforms?
Determining if the $40.4 million award represents a competitive price requires a detailed breakdown of the specific uniform items, quantities, and quality standards. The contract is firm fixed-price, meaning the contractor bears the cost risk. Benchmarking against commercial off-the-shelf (COTS) uniform prices or similar government contracts is essential. For instance, if the contract includes standard-issue shirts, pants, and accessories, comparing the per-unit cost to what a civilian could purchase similar quality items for, adjusted for bulk purchasing and government specifications, would be informative. Without itemized data, a precise comparison is speculative, but the 'full and open competition' suggests an effort to achieve fair market value.
What are the key performance indicators (KPIs) for this contract?
Key performance indicators (KPIs) for this uniform supply contract would likely focus on timely delivery, quality of materials, adherence to specifications, and accuracy of fulfillment. Specific KPIs might include: 1. On-time delivery rate: Percentage of orders delivered by the specified deadline. 2. Defect rate: Percentage of uniforms found to be defective or non-compliant with specifications. 3. Order accuracy: Percentage of orders fulfilled correctly without errors in size, quantity, or item type. 4. Durability: Performance metrics related to the lifespan and wear resistance of the uniform fabric and construction, potentially assessed through sample testing or user feedback. Compliance with these KPIs would be crucial for ensuring TSA officers are adequately and appropriately equipped.
What is the track record of Workwear Outfitters, LLC with federal contracts?
Workwear Outfitters, LLC's track record with federal contracts is a critical factor in assessing this award. Information on their past performance, including previous awards, contract values, on-time delivery rates, and any past performance issues or disputes, would provide insight into their reliability. A history of successful contract completion, particularly for similar large-scale uniform procurements, suggests a lower risk for this current award. Conversely, a history of performance problems could indicate potential risks. Accessing federal procurement databases like SAM.gov or FPDS would be necessary to thoroughly review their past federal contract history and performance evaluations.
What are the potential risks associated with this contract?
Potential risks associated with this contract include supply chain disruptions that could delay uniform delivery, impacting TSA operational readiness. There's also a risk related to the quality and durability of the uniforms; if they do not meet expected standards, premature replacement would incur additional costs and dissatisfaction. Furthermore, if the competition was limited in practice despite being 'full and open,' it could lead to suboptimal pricing. Logistical challenges in distributing uniforms across numerous TSA locations nationwide also present a risk. Finally, unforeseen changes in TSA uniform requirements could necessitate contract modifications.
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: $40,370,989
Exercised Options: $40,370,989
Current Obligation: $40,370,989
Actual Outlays: $43,477,082
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 70B01C20D00000004
IDV Type: IDC
Timeline
Start Date: 2023-03-20
Current End Date: 2024-02-24
Potential End Date: 2024-02-24 01:52:05
Last Modified: 2025-07-08
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)