DHS Uniforms - Berry Compliant
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 Defense Logistics Agency (DLA) is conducting market research through a Request for Information (RFI) for Berry Amendment compliant uniform items and quartermaster services for Department of Homeland Security (DHS) component agencies. This RFI aims to assess industry capabilities for a potential future Indefinite Delivery Indefinite Quantity (IDIQ) contract. White paper responses are due April 24, 2026.
Purpose & Background
DLA seeks to understand the industrial base's capacity, supply chain risks, cost structures, and technical feasibility for a large-scale, 100% domestic uniform program. The future IDIQ contract will serve DHS agencies including CBP, TSA, ICE, FEMA, CISA, FLETC, USSS, USCG, and FDA. Adherence to the Berry Amendment (10 U.S.C. 2533a) is a critical and mandatory component, requiring all textile-based products to be grown, reprocessed, reused, or produced entirely within the United States.
Scope of Future Requirement
The anticipated scope includes:
- Product Supply: Sourcing and supplying an estimated 1,600+ different COTS uniform items and emergency uniforms.
- Quartermaster Services: Managing on-site operations at key training academies.
- Logistics & Inventory Management: Full-scale inventory control, warehousing, and nationwide distribution.
- Technology Platform: Operation of a Web-Based Uniform Requesting System.
- Security Requirements: Ensuring accountability and security for DHS branded items.
- Uniform Fulfillment: Shipping orders within 7 calendar days, including customized items.
Requested Information
Interested parties are requested to provide a white paper addressing:
- Supply Chain & Manufacturing Capability: Berry compliance, domestic capacity, subcontractor networks, and inventory/manufacturing plans.
- Product Availability & Technical Feasibility: Berry-compliant alternatives, lead times, production samples, and innovative textiles.
- Cost & Pricing Structure: Rough order of magnitude (ROM) price comparisons for Berry-compliant vs. non-compliant models.
- Program Management & Logistics: Existing web-based systems, Berry-compliant sourcing plans, delivery timeframes, and backorder reduction strategies.
- General Feedback: Insights on previous DHS uniform contracts, potential problems with requirements, and suggestions for streamlining.
Key Attachment
A document titled "Finalized CLIN List.pdf" provides a detailed breakdown of potential contract line items (CLINs) with associated specification numbers, descriptions, and estimated annual quantities for various DHS programs. This list is crucial for bidders to understand the specific items and scope of potential requirements.
Response Guidelines
- Intent to Respond: Email Kimberly.Sabo@dla.mil by April 2, 2026, with the subject "Intent to Respond SPE1C126RDHS for Berry Compliant Uniforms" and planned submission date.
- White Paper Submission: Submit to Kimberly Sabo (Kimberly.sabo@dla.mil) in PDF or Microsoft Word format.
- Format: Include a cover page with company details (name, address, CAGE, UEI, POC). Minimize and clearly mark proprietary information.
- Length: Not to exceed 20 pages; marketing materials will not be reviewed.
Contract & Timeline
- Opportunity Type: Request for Information (RFI) / Sources Sought
- Issuing Agency: Defense Logistics Agency (DLA)
- RFI Number: SPE1C126RDHSU
- Set-Aside: None specified
- White Paper Due: April 24, 2026
- Intent to Respond Due: April 2, 2026
- Published Date: March 25, 2026
Point of Contact
Kimberly Sabo, Contract Specialist, Kimberly.sabo@dla.mil