Interior Department awards $46.5M for uniforms to VF Imagewear, Inc. under full and open competition

Contract Overview

Contract Amount: $46,448,852 ($46.4M)

Contractor: VF Imagewear, Inc.

Awarding Agency: Department of the Interior

Start Date: 2005-10-01

End Date: 2011-09-30

Contract Duration: 2,190 days

Daily Burn Rate: $21.2K/day

Competition Type: FULL AND OPEN COMPETITION

Number of Offers Received: 3

Pricing Type: FIXED PRICE AWARD FEE

Sector: Other

Official Description: MULTI-AGENCY (NATIONAL PARK SERVICE, U.S. FISH & WILDLIFE SERVICE, AND U.S. ARMY CORPS OF ENGINEERS) UNIFORMS

Place of Performance

Location: NASHVILLE, DAVIDSON County, TENNESSEE, 37214

State: Tennessee Government Spending

Plain-Language Summary

Department of the Interior obligated $46.4 million to VF IMAGEWEAR, INC. for work described as: MULTI-AGENCY (NATIONAL PARK SERVICE, U.S. FISH & WILDLIFE SERVICE, AND U.S. ARMY CORPS OF ENGINEERS) UNIFORMS Key points: 1. Contract awarded through full and open competition, suggesting a competitive bidding process. 2. The contract value of $46.5M over six years indicates a significant investment in uniform supply. 3. The awardee, VF Imagewear, Inc., is a major player in the apparel industry. 4. The contract covers multiple agencies: National Park Service, U.S. Fish & Wildlife Service, and U.S. Army Corps of Engineers. 5. The fixed-price award fee contract type aims to control costs while incentivizing performance. 6. The contract duration of 2190 days (6 years) suggests a long-term need for these uniform supplies.

Value Assessment

Rating: good

The total contract value of $46.5M over six years averages to approximately $7.75M per year. This figure needs to be benchmarked against the number of personnel requiring uniforms across the three agencies to fully assess value for money. Without specific unit counts or detailed cost breakdowns, a precise value-for-money assessment is challenging, but the competitive nature of the award suggests a reasonable price was negotiated.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This contract was awarded under full and open competition, meaning all responsible sources were permitted to submit a bid. The presence of 3 bidders (no is 3) indicates a moderate level of competition for this significant uniform supply contract. A higher number of bidders might have been expected for such a large contract, but three competitive offers generally allow for price discovery and a reasonable outcome.

Taxpayer Impact: Full and open competition generally benefits taxpayers by fostering a competitive environment that can lead to lower prices and better quality goods and services.

Public Impact

Federal employees within the National Park Service, U.S. Fish & Wildlife Service, and U.S. Army Corps of Engineers will receive uniforms. The contract ensures the provision of essential uniform items for personnel performing critical environmental conservation, land management, and engineering duties. The geographic impact is nationwide, covering all locations where personnel from these three agencies operate. The contract supports jobs within the apparel manufacturing sector, specifically related to uniform production.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

The apparel and textile manufacturing sector is a significant industry. This contract falls within the 'Other Apparel Accessories and Other Apparel Manufacturing' sub-sector. The federal government is a substantial purchaser of uniforms and related apparel, often awarding large, long-term contracts to major manufacturers. Benchmarking this contract's value would require comparing it to other large-scale government uniform procurements and the overall market size for specialized uniform production.

Small Business Impact

This contract was not set aside for small businesses, and the data does not indicate any small business subcontracting requirements. The award to a large, established company like VF Imagewear, Inc. suggests that the primary focus was on meeting the scale and requirements of the contract, rather than specifically promoting small business participation in this instance.

Oversight & Accountability

The contract is subject to standard federal procurement oversight. The fixed-price award fee structure includes performance metrics that are evaluated to determine the award fee, providing a level of accountability. Transparency is maintained through federal contract databases where such awards are reported. Inspector General oversight would apply if any fraud, waste, or abuse were suspected.

Related Government Programs

Risk Flags

Tags

apparel, uniforms, national-park-service, us-fish-wildlife-service, us-army-corps-of-engineers, department-of-the-interior, full-and-open-competition, fixed-price-award-fee, large-contract, multi-agency, vf-imagewear-inc, tennessee

Frequently Asked Questions

What is this federal contract paying for?

Department of the Interior awarded $46.4 million to VF IMAGEWEAR, INC.. MULTI-AGENCY (NATIONAL PARK SERVICE, U.S. FISH & WILDLIFE SERVICE, AND U.S. ARMY CORPS OF ENGINEERS) UNIFORMS

Who is the contractor on this award?

The obligated recipient is VF IMAGEWEAR, INC..

Which agency awarded this contract?

Awarding agency: Department of the Interior (National Park Service).

What is the total obligated amount?

The obligated amount is $46.4 million.

What is the period of performance?

Start: 2005-10-01. End: 2011-09-30.

What is the historical spending pattern for uniforms by the National Park Service, U.S. Fish & Wildlife Service, and U.S. Army Corps of Engineers prior to this contract?

Analyzing historical spending requires access to detailed procurement data for each agency over several years. Without this specific data, it's difficult to establish a precise spending trend. However, the award of a $46.5M contract over six years suggests a consistent and substantial need for uniforms across these agencies. Typically, agencies like these procure uniforms annually or through multi-year contracts to ensure their personnel are properly equipped. The previous spending would likely have been distributed among various contracts, potentially with different vendors, or through a similar large-scale award if a prior consolidated contract existed. Understanding past spending helps in evaluating whether this new contract represents an increase, decrease, or stable level of investment in uniform procurement.

How does the per-unit cost of uniforms under this contract compare to similar federal contracts or commercial market rates?

A detailed per-unit cost comparison is not possible with the provided data, as it lacks specific item details (e.g., shirts, pants, jackets) and quantities. To perform such an analysis, one would need the contract's line-item details and compare them against publicly available pricing for similar uniform items from other federal contracts (e.g., through GSA schedules or other agency awards) or commercial catalogs. Factors like material quality, durability, and specific design requirements significantly influence per-unit costs. The fact that this contract was awarded under full and open competition with three bidders suggests that the pricing was deemed competitive at the time of award, but a definitive benchmark requires more granular cost data.

What are the specific performance metrics and award fee criteria used to evaluate VF Imagewear, Inc.'s performance?

The provided data indicates a 'Fixed Price Award Fee' (FP-AF) contract type, which implies that performance is evaluated against pre-defined criteria to determine an additional award fee. However, the specific metrics and criteria are not detailed in the summary. Typically, for uniform contracts, these metrics could include on-time delivery rates, order fulfillment accuracy, quality control standards (e.g., defect rates), compliance with specifications, and customer satisfaction surveys from the end-user agencies. The Contracting Officer would assess performance against these criteria, and VF Imagewear, Inc. would earn a portion of the available award fee based on the level of performance achieved. These details are usually found in the contract's Statement of Work (SOW) or Performance Work Statement (PWS).

What is VF Imagewear, Inc.'s track record with federal uniform contracts, particularly with agencies like NPS, FWS, and USACE?

VF Imagewear, Inc. is a significant player in the apparel industry and has a history of supplying uniforms and related products to various government entities. While the provided data confirms they were awarded this specific $46.5M contract, a comprehensive track record analysis would involve reviewing their past performance on similar federal contracts. This includes examining past awards, contract values, performance evaluations (if publicly available), and any history of protests or disputes. Their experience with large-scale government procurements suggests they possess the capacity and expertise to manage such contracts. However, specific details regarding their performance with the National Park Service, U.S. Fish & Wildlife Service, and U.S. Army Corps of Engineers prior to this award would require deeper research into federal procurement databases and contract award histories.

What are the potential risks associated with relying on a single primary contractor for essential uniform supplies for multiple federal agencies?

Relying on a single primary contractor, even one as established as VF Imagewear, Inc., introduces several potential risks. Supply chain disruptions, whether due to raw material shortages, manufacturing issues, labor strikes, or unforeseen global events (like pandemics), could significantly impact the timely delivery of uniforms. If the contractor experiences financial difficulties or bankruptcy, it could lead to a critical shortage of essential gear for agency personnel. Furthermore, a lack of robust competition in future contract renewals could lead to price escalations. To mitigate these risks, agencies often maintain contingency plans, monitor contractor performance closely, and may explore options for diversifying suppliers or maintaining strategic inventories where feasible.

Industry Classification

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

Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT)PROFESSIONAL SERVICES

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE

Solicitation ID: N2460060001

Offers Received: 3

Pricing Type: FIXED PRICE AWARD FEE (M)

Evaluated Preference: NONE

Contractor Details

Parent Company: V.F. Corporation (UEI: 002344208)

Address: 545 MARRIOTT DR STE 200, NASHVILLE, TN, 90

Business Categories: Category Business, Not Designated a Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $46,448,852

Exercised Options: $46,448,852

Current Obligation: $46,448,852

Contract Characteristics

Cost or Pricing Data: NO

Timeline

Start Date: 2005-10-01

Current End Date: 2011-09-30

Potential End Date: 2011-09-30 00:00:00

Last Modified: 2012-08-07

More Contracts from VF Imagewear, Inc.

View all VF Imagewear, Inc. federal contracts →

Other Department of the Interior Contracts

View all Department of the Interior contracts →

Explore Related Government Spending