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
Dec 10, 2025, 8:00 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

The Department of Homeland Security (DHS), specifically US Customs and Border Protection, is soliciting proposals for the DHS-wide Uniforms III Contract. This Unrestricted Indefinite Delivery Indefinite Quantity (IDIQ) contract seeks comprehensive Quartermaster Services and the provision of uniforms and related accessories for approximately 135,000 employees across multiple DHS components and the FDA. The Phase 2 proposal deadline has been extended to June 2, 2026.

Purpose & Scope

This opportunity aims to provide quality, functional, and durable uniforms and related accessories to authorized DHS personnel and FDA partners. The scope includes:

  • Quartermaster Services: On-site operations, measuring, fitting, inventory management, uniform issuance, alterations, and equipment provision at FLETC facilities (Artesia, NM; Glynco, GA; Charleston, SC).
  • Uniform Provision: Supplying a wide range of uniform items, including unique sizing for non-standard proportions, and ensuring compliance with the Kissell Amendment (domestic sourcing) and Trade Agreements Act (TAA).
  • System Management: Operating a secure Web-Based Uniform Requesting System (WBURS) for ordering, allowance management, and near real-time data reporting.
  • Customer Service: Providing exemplary customer service and timely order delivery.

Contract Details

  • Contract Type: Indefinite Delivery Indefinite Quantity (IDIQ) with Fixed Unit Price orders.
  • Period of Performance: A three-year base period (February 1, 2027 - January 31, 2030), followed by four option periods, for a total potential term of up to eight years.
  • Estimated Value: A minimum guarantee of $10,000.00 is specified.
  • Set-Aside: Unrestricted.
  • Product Service Code: 8415 (Clothing, Special Purpose).

Submission & Evaluation

Proposals are submitted in two phases:

  • Phase 1 (Due December 19, 2025): Focused on Past Performance, Prior Experience, Distribution Capacity, and Transition Plan.
  • Phase 2 (Due June 2, 2026): Encompasses Technical Approach, Oral Presentation, and Price. Evaluation will be based on a tradeoff process, where non-price factors are significantly more important than price. Key evaluation criteria include Past Performance, Prior Experience, Distribution Capacity, Transition Plan, Technical Approach, Oral Presentation, and Price. Offerors are encouraged to participate in the DHS Mentor-Protégé program.

Key Documents & Clarifications

  • Amendment 0009 (March 10, 2026): Extended the Phase 2 deadline by 12 weeks to June 2, 2026.
  • Conformed Solicitation (February 13, 2026): Incorporates previous Q&A and specification changes.
  • Attachment A - CLIN PRICING LIST - ALL DHS UNIFORMS III_v3.xlsx (February 13, 2026): Provides detailed pricing and quantity information for uniform items.
  • Attachment C - PWS UMC R2.pdf (December 19, 2025): Outlines the Performance Work Statement, including performance standards and special requirements like PFAS-free items and Section 508 compliance.
  • RFP Phase 2 QnA - R1.xlsx (February 13, 2026): Contains major clarifications on submission methods, pricing, security procedures, page limitations, and the Kissel Amendment.
  • Attachments E & F: Templates for Past Performance Contract Reference Data Sheet and Prior Experience Form are critical for Phase 1 submissions.

Contact Information

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

Versions

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