DHS-wide Uniforms III Contract

SOL #: 70B01C26R00000004Solicitation

Overview

Buyer

Homeland Security
Us Customs And Border Protection
ADMINISTRATION FACILITIES TRAINING CONTRACTING DIVISION
WASHINGTON, DC, 20229, United States

Place of Performance

Washington, DC

NAICS

Cut and Sew Apparel Contractors (315210)

PSC

Clothing, Special Purpose (8415)

Set Aside

No set aside specified

Timeline

1
Posted
Nov 10, 2025
2
Last Updated
Mar 10, 2026
3
Submission Deadline
Mar 10, 2026, 7:00 PM

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

This is Amendment 0005 to the DHS-wide Uniforms III Contract (RFP 70B01C26R00000004), an unrestricted Indefinite-Delivery Indefinite-Quantity (IDIQ) vehicle for uniforms and quartermaster services. This amendment provides government responses to Phase 2 questions, sets a new deadline for further questions, corrects the RFP, incorporates updated HSAR clauses, and includes revised attachments. Proposals are due by March 10, 2026, at 3:00 PM EST.

Purpose & Scope

The Department of Homeland Security (DHS) seeks to establish a department-wide IDIQ contract for the purchase of uniforms and quartermaster services for approximately 135,000 employees across its components, with U.S. Customs and Border Protection (CBP) acting as the Executive Agent. The contract will support uniform needs for employees located throughout the U.S. and foreign locations. The scope includes providing quality uniforms and accessories, maintaining an efficient distribution system, offering a secure web-based uniform request system, and supporting academies and field employees.

Key Changes by Amendment 0005

  • Government Responses: Provides remaining government answers to Phase 2 and Site Visit questions (see RFP Phase 2 QA).
  • Question Deadline: New deadline for Phase 2 questions is January 13, 2026, 12:00 PM EST.
  • RFP Corrections: Corrects Line Item 200 to "CHARLESTON," clarifies page limits for Technical Approach (25 pages) and total Volume II (40 pages), and updates a reference in Factor 6 (Oral Presentation).
  • HSAR Clauses: Revises HSAR 3052.225-70 and adds HSAR 3052.225-100, -101, and -102.
  • Updated Attachments: Replaces Attachment C – PWS UMC R2 (Performance Work Statement) and Attachment A - CLIN PRICING LIST - ALL DHS UNIFORMS III v2. Also updates specifications for components in Attachments B1, B2, B3, B7, B9, B11 to Version 2, and includes additional sample documents.

Contract Details & Period of Performance

  • Contract Type: Indefinite-Delivery Indefinite-Quantity (IDIQ) with fixed-price delivery orders.
  • NAICS Code: 315210 (Clothing, Special Purpose).
  • Set-Aside: Unrestricted.
  • Period of Performance: A 3-year base period, followed by one 2-year option period, and three 1-year option periods, for a potential total of 8 years.
  • Minimum Guarantee: $10,000.00.
  • Place of Performance: Primary work off-site at contractor facilities, with support for academies in Artesia, NM; Glynco, GA; and Charleston, SC.

Submission Requirements & Deadlines

  • Phase 2 Questions Due: January 13, 2026, 12:00 PM EST.
  • Proposal Submission Due: March 10, 2026, 3:00 PM EST.
  • Submission Method: Electronically via email to Camilla J. Schmidt (camilla.j.schmidt@cbp.dhs.gov). Subject lines must follow specified formats for questions and proposals.

Evaluation Criteria

Proposals will be evaluated in two phases based on Confidence Ratings, Adjectival Ratings, and Price. Non-price factors are significantly more important than price. Phase 1 factors include Past Performance, Prior Experience, Distribution Capacity, and Transition Plan. Phase 2 factors include Technical Approach, Oral Presentation (now 90 minutes), and Price.

Important Considerations

  • Kissell Amendment: Adherence to 6 U.S.C. § 453b and HSAR 3052.225-70 is mandatory, requiring domestic sourcing for certain textile items with limited exceptions. Bidders must review Attachment D - Kissell Tutorial.
  • Subcontracting Plan: Attachment G - Subcontracting Plan Outline provides guidance for developing plans, with DHS goals for small business categories (e.g., 42% for small business, 3% for HUBZONE, 5% for small disadvantaged).
  • Performance Work Statement (PWS UMC R2): Specifies requirements such as no PFAS chemicals in uniform items, Section 508 compliance for IT, and performance metrics including 99% order accuracy and 90% on-time shipment.
  • Past Performance/Prior Experience: Bidders must complete Attachment E and Attachment F to detail relevant contract experience within the last five years.

People

Points of Contact

Cami J. SchmidtPRIMARY
Rick A. TravisSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 8
Solicitation
Posted: Mar 10, 2026
View
Version 7
Solicitation
Posted: Feb 13, 2026
View
Version 6Viewing
Solicitation
Posted: Dec 19, 2025
Version 5
Solicitation
Posted: Dec 3, 2025
View
Version 4
Solicitation
Posted: Dec 1, 2025
View
Version 3
Solicitation
Posted: Nov 18, 2025
View
Version 2
Solicitation
Posted: Nov 13, 2025
View
Version 1
Solicitation
Posted: Nov 10, 2025
View