AGSU Tailoring and Alteration Services-Master Blanket Purchase Agreement
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Army, specifically the W7NU USPFO ACTIVITY OH ARNG, is soliciting proposals for AGSU Tailoring and Alteration Services under a Master Blanket Purchase Agreement (BPA). This opportunity is a Total Small Business Set-Aside (FAR 19.5) and aims to establish multiple Firm-Fixed Priced BPAs for the Ohio Army National Guard. Quotes are due by March 6, 2026, at 7:00 PM EST.
Scope of Work
Contractors will provide comprehensive tailoring and alteration services for the Army Green Service Uniform (AGSU) for Ohio National Guard members. Services must strictly adhere to Army Regulation AR 670-1 and DA PAM 670-1 standards. This includes adjustments for male and female coats, trousers, skirts, and shirts, such as sleeve length, waist/seat/crotch alterations, hemming, and placement of rank/patches. The contractor is responsible for providing all necessary personnel, equipment, tools, and materials. Services will be performed at various Ohio National Guard duty stations within the State of Ohio. The process involves sizing events, performing alterations, and returning uniforms for final fitting, with a 30-day completion target from the sizing event.
Contract Details
This solicitation will result in the issuance of multiple Firm-Fixed Priced Master Blanket Purchase Agreements. While there is no guaranteed minimum, each Master BPA shall not exceed $250,000.00. The ordering period is from May 1, 2024, to April 30, 2029. The opportunity is issued under NAICS code 812199 (Personal Care Services) and is a 100% Small Business set-aside.
Submission & Evaluation
Quotes and questions must be submitted via email only to the Contract Specialist, Alan J. Cooper (alan.j.cooper8.civ@army.mil). Award will be made in accordance with FAR 12.602 and FAR 13.106-1. The evaluation factors are Experience, Past Performance, and Price, with Experience and Past Performance being equally important to Price. Offerors must demonstrate past experience with the Army National Guard/Reserve and the performance work statement. Past performance will be assessed using PPIRS and FAPIIS, focusing on two recent and relevant contracts. The government intends to evaluate quotes and make an award without discussions. Bidders must complete the provided Price List Template with proposed costs for each alteration service, as the total price will be a key factor.
Key Dates & Contact
- Quotes Due: March 6, 2026, by 7:00 PM EST
- Published Date: February 3, 2026
- Primary Contact: Alan J. Cooper, alan.j.cooper8.civ@army.mil. Questions submitted less than seven days prior to the closing date risk going unanswered.
Additional Notes
Offerors must be registered in the System for Award Management (SAM) and not appear on the Excluded Parties List System (EPLS). The Service Contract Act is applicable, with Wage Determination No. 2015-4729, Revision 31, dated December 3, 2025, included. Invoicing will be processed through Wide Area Workflow (WAWF). Contractor personnel must comply with installation access, security, AT Level 1, and iWATCH training requirements.