DHS awards $22.8M for TSA uniform production to VF Imagewear, Inc
Contract Overview
Contract Amount: $22,816,592 ($22.8M)
Contractor: VF Imagewear, Inc.
Awarding Agency: Department of Homeland Security
Start Date: 2017-02-22
End Date: 2019-06-04
Contract Duration: 832 days
Daily Burn Rate: $27.4K/day
Competition Type: FULL AND OPEN COMPETITION
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: PURCHASE UNIFORMS FOR TSA TSOS THROUGH THE DHS WIDE CONTRACT
Place of Performance
Location: NASHVILLE, DAVIDSON County, TENNESSEE, 37214
Plain-Language Summary
Department of Homeland Security obligated $22.8 million to VF IMAGEWEAR, INC. for work described as: PURCHASE UNIFORMS FOR TSA TSOS THROUGH THE DHS WIDE CONTRACT Key points: 1. Contract awarded through a full and open competition. 2. Firm Fixed Price contract type suggests predictable costs. 3. Delivery Order under a larger DHS Wide Contract. 4. Performance period spans over two years. 5. Focus on apparel manufacturing for Transportation Security Administration. 6. No small business set-aside noted for this specific award.
Value Assessment
Rating: good
The contract value of $22.8 million for uniform production appears reasonable given the scope and duration. Benchmarking against similar apparel contracts for federal agencies would provide a more precise value-for-money assessment. The firm fixed price structure helps control costs for the government, assuming the initial pricing was competitive.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded through a full and open competition, indicating that multiple vendors had the opportunity to bid. The specific number of bidders is not provided, but this procurement method generally fosters competitive pricing and allows the government to select the best value offer.
Taxpayer Impact: A full and open competition is favorable for taxpayers as it is designed to drive down prices through market forces and ensure the government receives competitive offers.
Public Impact
TSA TSOs will receive new uniforms, potentially impacting morale and professional appearance. The contract supports the apparel manufacturing sector. Geographic impact is likely concentrated where VF Imagewear, Inc. operates its manufacturing facilities. Workforce implications include jobs in manufacturing and potentially logistics for uniform distribution.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of specific bidder count limits assessment of competitive intensity.
- No explicit mention of sustainability or ethical sourcing in the provided data.
- Potential for price increases in future orders if not managed carefully.
Positive Signals
- Awarded through full and open competition, suggesting a competitive process.
- Firm Fixed Price contract type provides cost certainty.
- Delivery Order mechanism allows for flexibility within a larger contract vehicle.
Sector Analysis
This contract falls within the broader apparel manufacturing sector, specifically focusing on specialized workwear for government agencies. The market for government uniforms is competitive, with several large manufacturers capable of fulfilling such requirements. The value of this specific award is modest within the overall federal spending on uniforms and apparel.
Small Business Impact
The provided data indicates that this specific delivery order was not set aside for small businesses, nor does it explicitly mention subcontracting requirements for small businesses. This suggests that the primary award went to a larger entity, and the direct impact on the small business ecosystem for this particular contract may be limited unless subcontracting opportunities arise.
Oversight & Accountability
Oversight for this contract would typically fall under the Department of Homeland Security's contracting and procurement oversight mechanisms. The Transportation Security Administration, as the end-user, would also have a role in monitoring performance and ensuring compliance with specifications. Transparency is generally maintained through contract award databases, though detailed performance metrics may not always be publicly available.
Related Government Programs
- DHS Wide Contract
- TSA Procurement
- Federal Uniform Contracts
- Apparel Manufacturing Contracts
Risk Flags
- Potential for delivery delays
- Quality control concerns
- Supply chain disruptions
Tags
transportation-security-administration, department-of-homeland-security, apparel-manufacturing, firm-fixed-price, full-and-open-competition, delivery-order, federal-contract, tsa-uniforms, vf-imagewear, mid-tier-contract, us-government
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $22.8 million to VF IMAGEWEAR, INC.. PURCHASE UNIFORMS FOR TSA TSOS THROUGH THE DHS WIDE CONTRACT
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 (Transportation Security Administration).
What is the total obligated amount?
The obligated amount is $22.8 million.
What is the period of performance?
Start: 2017-02-22. End: 2019-06-04.
What is the track record of VF Imagewear, Inc. in fulfilling federal contracts, particularly for apparel?
VF Imagewear, Inc., a subsidiary of VF Corporation, has a significant history of supplying apparel to various entities, including government agencies. Their experience often includes large-scale production and distribution. While specific details on past performance for TSA or DHS are not in this data snippet, their general market presence suggests a capacity to handle substantial orders. A deeper dive into their contract history with federal agencies would reveal their reliability, quality consistency, and adherence to delivery schedules across different programs. Past performance evaluations, often available through federal procurement databases, would offer insights into their success rate and any documented issues.
How does the per-unit cost of these uniforms compare to similar federal contracts or market rates?
The provided data does not include per-unit cost information, making a direct comparison difficult. To assess value for money, one would need to know the quantity of uniforms ordered and the total award amount to calculate an average per-unit price. This calculated price could then be benchmarked against per-unit costs from previous TSA uniform contracts, contracts awarded to other agencies for similar items, or against commercial market prices for comparable quality uniforms. Without this unit cost data, it's challenging to definitively state if the pricing is competitive or represents excellent value.
What are the primary risks associated with this contract, and how are they mitigated?
Key risks for this contract include potential delays in production or delivery, quality control issues with the uniforms, and price fluctuations if the contract were not fixed-price. Given it's a Firm Fixed Price contract, price escalation risk for the government is minimized. Mitigation strategies likely involve clear performance standards in the contract, regular quality inspections by TSA, and performance metrics tied to delivery schedules. VF Imagewear's established manufacturing capabilities and experience are also risk-mitigating factors. However, unforeseen supply chain disruptions or manufacturing issues could still pose challenges.
How effective has VF Imagewear, Inc. been in meeting delivery schedules and quality standards in past federal contracts?
Assessing the effectiveness of VF Imagewear, Inc. requires examining their past performance records on federal contracts. While this specific award data doesn't detail their history, government contract databases often contain performance evaluations (e.g., Contractor Performance Assessment Reporting System - CPARS). These reports would indicate their timeliness in deliveries, the quality of goods provided, and any instances of non-compliance or disputes. A review of these records would provide a clearer picture of their reliability and adherence to contractual obligations, which is crucial for understanding the potential success of this current contract.
What is the historical spending pattern for TSA uniforms, and how does this award fit within that trend?
Historical spending on TSA uniforms can be analyzed by examining previous contract awards for similar uniform items over several fiscal years. This $22.8 million award represents a significant, but likely periodic, investment in equipping TSA officers. Understanding the frequency and value of past awards would reveal if this contract is in line with typical spending levels, or if it represents an increase or decrease. Factors like changes in TSA staffing levels, uniform policy updates, or the expiration of previous long-term contracts could influence these spending patterns. This award appears to be a standard procurement to replenish or update uniform stock.
Are there any specific clauses or requirements in this contract related to sustainability or ethical sourcing of materials?
The provided data snippet does not contain specific details regarding sustainability or ethical sourcing clauses within this contract. Federal contracts increasingly incorporate such requirements, especially for apparel, addressing environmental impact and labor practices. To determine if these aspects are covered, one would need to review the full contract document or associated solicitations. These clauses might mandate the use of recycled materials, energy-efficient manufacturing processes, or adherence to fair labor standards in the supply chain. Without explicit information, it's unknown if this contract includes such provisions.
Industry Classification
NAICS: Manufacturing › Apparel Accessories and Other Apparel Manufacturing › Apparel 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: $22,816,592
Exercised Options: $22,816,592
Current Obligation: $22,816,592
Contract Characteristics
Commercial Item: COMMERCIAL ITEM
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: HSBP1014D00034
IDV Type: IDC
Timeline
Start Date: 2017-02-22
Current End Date: 2019-06-04
Potential End Date: 2019-06-04 00:00:00
Last Modified: 2019-07-10
More Contracts from VF Imagewear, Inc.
- U.S. Customs and Border Protection Uniform Program — $276.8M (Department of Homeland Security)
- DHS National Uniform Program. This Action Represents an Action That WAS Created and Reported AS a NEW Action When in Fact IT IS a Modification to an Existing Uniform Contract. IT WAS Created AS a NEW Action DUE to Problems Converting an OLD Action When CBP Implemented a NEW Contract Writing System — $57.1M (Department of Homeland Security)
- Uniform Services — $57.1M (Department of Homeland Security)
- Multi-Agency Uniform Contract (DOI National Park Service; Fish and Wildlife Service; Bureau of Land Management and DOD Corp of Engineers — $47.7M (Department of the Interior)
- Multi-Agency (national Park Service, U.S. Fish & Wildlife Service, and U.S. Army Corps of Engineers) Uniforms — $46.4M (Department of the Interior)
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)