Dress Suits
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 United States Secret Service (USSS), under the Department of Homeland Security, is conducting a Sources Sought for tailored dress suits to support the James J. Rowley Training Center (RTC) Protective Detail Team. This market research aims to identify capable vendors for a contemplated 5-year Firm-Fixed-Price Blanket Purchase Agreement (BPA). Responses are due by February 18, 2026, at 4 PM ET.
Scope of Work
The requirement is for uniform, tailored navy blue dress suits. Each student requires two custom-tailored, two-piece, double-vented suits with flat-front trousers. Jackets must include name embroidery on the inside. Suits must be made from durable, wrinkle-resistant fabric (wool blend/polyester blend) suitable for year-round wear, in Navy Blue, and free from defects with reinforced stitching. The contractor must provide alteration services, cover paid shipping for exchanges due to defects, and offer a minimum one-year warranty. A critical requirement is that suits must be entirely manufactured in the United States of America, and textiles must be Kissell Amendment Compliant. Delivery is required within 30 days of order placement to the RTC in Laurel, MD.
Contract & Timeline
- Type: Sources Sought (for a contemplated Firm-Fixed-Price Blanket Purchase Agreement)
- Duration: Contemplated 5-year ordering period
- NAICS: 315250 Cut and Sew Apparel Manufacturing (except Contractors)
- Set-Aside: Not specified; market research will determine potential small business participation.
- Response Due: February 18, 2026, by 4 PM ET
- Published: February 11, 2026
- Place of Performance: James J. Rowley Training Center (RTC), Laurel, MD 20708
Submission & Evaluation
Interested parties should submit a capabilities statement, not exceeding three pages (12-point Times New Roman font), demonstrating understanding, capability, approach, qualification, and past experience related to the Draft Statement of Requirements. Submissions should also identify challenges/risks and proposed mitigation strategies. Required details include organizational information (Name, Address, CAGE Code, DUNS Number, Small Business Standing/Type), primary point of contact, a description of capabilities, history of similar requirements, and a Rough Order of Magnitude (ROM) for cost per suit (estimated 2 suits per student, 24 students per class, 7 classes in FY26, 9 in FY27). Responses must confirm compliance with the Kissell Amendment. This RFI is for planning purposes only and does not guarantee a future solicitation.
Points of Contact
- Contracting Officer: Ryan Julias (ryan.julias@usss.dhs.gov, 202-740-1791)
- Contract Specialist: Casey Cauffman (Casey.Cauffman-Davis@usss.dhs.gov, 917-843-3204)