DHS spent $35.6M on non-military uniforms for CBP in 2016, awarded via full and open competition

Contract Overview

Contract Amount: $35,597,057 ($35.6M)

Contractor: VF Imagewear, Inc.

Awarding Agency: Department of Homeland Security

Start Date: 2016-02-09

End Date: 2016-10-31

Contract Duration: 265 days

Daily Burn Rate: $134.3K/day

Competition Type: FULL AND OPEN COMPETITION

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: NON-MILITARY UNIFORMS USED BY THE DEPARTMENT OF HOMELAND SECURITY. THIS IS THE 2016 ALLOWANCE ACCOUNTS REQUIREMENT FOR CBP.

Place of Performance

Location: NASHVILLE, DAVIDSON County, TENNESSEE, 37214

State: Tennessee Government Spending

Plain-Language Summary

Department of Homeland Security obligated $35.6 million to VF IMAGEWEAR, INC. for work described as: NON-MILITARY UNIFORMS USED BY THE DEPARTMENT OF HOMELAND SECURITY. THIS IS THE 2016 ALLOWANCE ACCOUNTS REQUIREMENT FOR CBP. Key points: 1. The contract focused on providing non-military uniforms for U.S. Customs and Border Protection (CBP) personnel. 2. Awarded under a full and open competition, suggesting a broad market solicitation. 3. The contract type was Firm Fixed Price, which typically transfers cost risk to the contractor. 4. The duration of the contract was 265 days, indicating a relatively short-term requirement. 5. The spending represents a specific allowance account requirement for CBP in 2016. 6. The North American Industry Classification System (NAICS) code 315990 points to Apparel Accessories and Other Apparel Manufacturing.

Value Assessment

Rating: fair

Benchmarking the value of this specific contract is challenging without comparable data for similar uniform procurements by DHS or other agencies. The total award amount of $35.6 million for a one-year period for CBP uniforms appears substantial, but its value-for-money depends heavily on the quantity, quality, and specific types of uniforms procured. The firm fixed-price contract structure suggests that the contractor bore the risk of cost overruns, which can be a positive indicator for the government if the price was competitive.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This contract was awarded under a full and open competition, meaning that all responsible sources were permitted to submit a bid. This approach generally 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 implies a robust competition.

Taxpayer Impact: A full and open competition is generally favorable for taxpayers as it increases the likelihood of obtaining competitive pricing and potentially better value by leveraging the widest possible market.

Public Impact

The primary beneficiaries of this contract are the U.S. Customs and Border Protection officers and personnel who receive the necessary uniforms for their duties. The services delivered include the provision of non-military uniforms essential for the operational readiness and identification of CBP agents. The geographic impact is national, covering all areas where CBP operates within the United States. Workforce implications include ensuring that CBP personnel are properly equipped, which can impact morale and operational effectiveness.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

The apparel manufacturing sector (NAICS 315990) encompasses establishments primarily engaged in manufacturing clothing and accessories, excluding those primarily engaged in manufacturing fur goods or millinery. This contract falls within the broader government procurement of textiles and apparel, a market that often sees significant federal spending, particularly for uniforms and protective gear across various agencies. While specific market size data for government uniform contracts is not readily available, the overall federal spending on apparel and textiles is substantial.

Small Business Impact

The data indicates that this contract was not specifically set aside for small businesses (sb: false) and there is no indication of small business subcontracting goals (ss: false). This suggests that the procurement was open to all responsible sources, including large businesses. Without further information on subcontracting plans or actual performance, the direct impact on the small business ecosystem from this specific contract is unclear, though opportunities may have existed within the supply chain for smaller apparel manufacturers.

Oversight & Accountability

Oversight for this contract would typically fall under the Department of Homeland Security's internal procurement and contracting oversight mechanisms. As a delivery order under a larger contract vehicle (implied by 'AW' - Delivery Order), oversight might also involve the contracting office that managed the base contract. Transparency is generally provided through contract databases like FPDS, which this data originates from. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected.

Related Government Programs

Risk Flags

Tags

dhs, customs-and-border-protection, apparel, uniforms, firm-fixed-price, full-and-open-competition, delivery-order, tennessee, non-military, fiscal-year-2016

Frequently Asked Questions

What is this federal contract paying for?

Department of Homeland Security awarded $35.6 million to VF IMAGEWEAR, INC.. NON-MILITARY UNIFORMS USED BY THE DEPARTMENT OF HOMELAND SECURITY. THIS IS THE 2016 ALLOWANCE ACCOUNTS REQUIREMENT FOR CBP.

Who is the contractor on this award?

The obligated recipient is VF IMAGEWEAR, INC..

Which agency awarded this contract?

Awarding agency: Department of Homeland Security (U.S. Customs and Border Protection).

What is the total obligated amount?

The obligated amount is $35.6 million.

What is the period of performance?

Start: 2016-02-09. End: 2016-10-31.

What specific types and quantities of uniforms were included in the $35.6 million award?

The provided data does not specify the exact types and quantities of uniforms procured under this $35.6 million contract for the Department of Homeland Security's U.S. Customs and Border Protection (CBP) in 2016. The data only indicates that these were non-military uniforms. To assess the value for money, a detailed breakdown of uniform items (e.g., shirts, pants, jackets, headwear), their specifications (material, color, features), and the number of units for each item would be necessary. Without this granular information, it is difficult to determine if the per-unit costs were competitive or if the total amount represented a fair price for the goods delivered.

How did the pricing of these uniforms compare to other federal agencies or commercial market rates during 2016?

Direct comparison of the pricing for these specific CBP uniforms to other federal agencies or commercial market rates in 2016 is not possible with the data provided. The contract value is $35.6 million, but without knowing the specific items and quantities, a per-unit cost benchmark cannot be established. Federal procurement data often lacks the detailed itemization needed for precise benchmarking against commercial markets, which can have different quality standards and volume discounts. Agencies like the General Services Administration (GSA) might offer some schedule pricing for apparel, but it may not directly align with the specialized uniform requirements of CBP. A thorough analysis would require access to the detailed line-item pricing within the contract.

What was the track record of VF ImageWear, Inc. in fulfilling government uniform contracts prior to or during 2016?

Information regarding VF ImageWear, Inc.'s specific track record in fulfilling government uniform contracts prior to or during 2016 is not detailed in the provided data. The data confirms VF ImageWear, Inc. as the contractor for this $35.6 million DHS uniform contract. To assess their performance, one would need to examine past performance reviews, any documented issues or successes on previous government contracts, and their capacity to handle large-scale uniform procurements. A contractor's history of on-time delivery, quality compliance, and responsiveness to government needs are critical factors in evaluating the reliability and overall value of a contract award. Further research into federal contract databases and past performance information would be required.

What are the key performance indicators (KPIs) used to measure the success of this uniform supply contract?

The provided data does not explicitly list the Key Performance Indicators (KPIs) used to measure the success of this specific uniform supply contract for CBP. Typically, for such contracts, KPIs would likely include metrics related to on-time delivery of uniforms, adherence to quality specifications (e.g., material durability, colorfastness, proper fit), accuracy of order fulfillment (correct items and quantities delivered), and contractor responsiveness to inquiries or issues. The contract type (Firm Fixed Price) and its duration (265 days) also implicitly set expectations for performance. Success would be evaluated against the terms and conditions outlined in the contract's statement of work and any associated performance standards.

How does the total spending on CBP uniforms in 2016 compare to previous or subsequent years?

The provided data focuses solely on a single contract award of $35.6 million for non-military uniforms for CBP in 2016. It does not offer historical spending data for CBP uniforms in previous or subsequent years. To compare spending patterns, one would need to access historical federal procurement databases (like FPDS) and aggregate all contracts related to CBP uniform procurement across different fiscal years. Such an analysis would reveal trends in spending, identify potential fluctuations due to policy changes, operational needs, or changes in contract vehicles, and help contextualize the 2016 expenditure within a broader financial picture of CBP's uniform requirements.

Industry Classification

NAICS: ManufacturingApparel Accessories and Other Apparel ManufacturingApparel Accessories and Other Apparel Manufacturing

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: V.F. Corporation (UEI: 002344208)

Address: 545 MARRIOTT DRIVE STE 200, 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: $36,389,074

Exercised Options: $35,597,057

Current Obligation: $35,597,057

Contract Characteristics

Commercial Item: COMMERCIAL ITEM

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: HSBP1014D00034

IDV Type: IDC

Timeline

Start Date: 2016-02-09

Current End Date: 2016-10-31

Potential End Date: 2016-10-31 00:00:00

Last Modified: 2019-07-17

More Contracts from VF Imagewear, Inc.

View all VF Imagewear, Inc. federal contracts →

Other Department of Homeland Security Contracts

View all Department of Homeland Security contracts →

Explore Related Government Spending