DHS-wide Uniforms III Contract
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 Homeland Security (DHS), with U.S. Customs and Border Protection (CBP) as the Executive Agent, is soliciting proposals for the DHS-wide Uniforms III Contract. This unrestricted Indefinite-Delivery Indefinite-Quantity (IDIQ) vehicle will provide uniforms and quartermaster services for approximately 135,000 employees across DHS components and the Food and Drug Administration (FDA). The solicitation, RFP 70B01C26R00000004, has been updated via Amendment 0006, which includes a conformed solicitation and updated specifications. Phase 2 proposals are due March 10, 2026, by 3:00 PM EST.
Scope of Work
This contract covers the provision of quality uniforms and related accessories, ensuring a professional image, functionality, durability, and economic efficiency. Key services include:
- Quartermaster Services: On-site operations, employee measuring/fitting, inventory management, uniform issuance, alterations, and provision of equipment at FLETC facilities (Glynco, GA; Artesia, NM; Charleston, SC).
- Unique Sizing Program: For employees with non-standard proportions, including female and maternity wear.
- Web-Based Uniform Requesting System (WBURS): Secure system for ordering, data tracking, reporting, and allowance management.
- Compliance: Adherence to the Kissell Amendment (domestic sourcing for certain textile items) and the Trade Agreements Act (TAA). Uniform items must be free of Per- and Polyfluoroalkyl Substances (PFAS chemicals).
- Performance Standards: Strict metrics for order accuracy (≥99%), on-time shipment (≥90%), defect rate (≤1%), and return rate (≤5%).
Contract Details
- Contract Type: Unrestricted Indefinite-Delivery Indefinite-Quantity (IDIQ) with Fixed-Price Delivery Orders.
- NAICS Code: 315210 (Clothing, Special Purpose).
- Period of Performance: A 3-year base period (February 1, 2027 - January 31, 2030), followed by four option periods (one 2-year and three 1-year options), for a potential total of 8 years.
- Minimum Guarantee: $10,000.00.
Submission & Evaluation
This is a two-phase acquisition. Phase 1 (Past Performance, Prior Experience, Distribution Capacity, Transition Plan) is complete. Phase 2 focuses on Technical Approach, Oral Presentation, and Price.
- Phase 2 Proposal Due: March 10, 2026, 3:00 PM EST.
- Further Phase 2 Questions Due: February 18, 2026, 1:00 PM EST, via email to camilla.j.schmidt@cbp.dhs.gov.
- Submission Method: Electronic submission is required for most proposal components. Samples for Phase 2 do not require full customization.
- Evaluation: A tradeoff process where non-price factors are significantly more important than price. Oral presentations (90 minutes) are a key component of Factor 6.
Key Attachments
Offerors must review the Conformed Solicitation, RFP Phase 2 Q&A – R1, Attachment A - CLIN PRICING LIST - ALL DHS UNIFORMS III v3, Attachment B1 - CBP Specs V3, Attachment B8 - FPS Specs V2, and Attachment C - PWS UMC R2 for detailed requirements and updates.