USMS MISSION CRITICAL - FY26 TD 26046 GRAD GEAR BDUSMI 2601

SOL #: 15M10226QA4700043Solicitation

Overview

Buyer

Justice
Us Marshals Service
DEPT OF JUSTICE US MARSHAL SERVICE
DAYTON, OH, 45402, United States

Place of Performance

Brunswick, GA

NAICS

Apparel Accessories and Other Apparel Manufacturing (315990)

PSC

Individual Equipment (8465)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Feb 3, 2026
2
Last Updated
Feb 4, 2026
3
Submission Deadline
Feb 10, 2026, 6:00 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 U.S. Marshals Service (USMS), under the Department of Justice, is soliciting offers for Mission Critical Uniform and Gear for FY26 TD 26046 GRAD GEAR BDUSMI 2601. This Total Small Business Set-Aside opportunity seeks various apparel and footwear items for delivery to Brunswick, GA. Proposals will be evaluated on a Lowest Price Technically Acceptable (LPTA) basis. Offers are due by February 10, 2026, 12:00 PM CT.

Scope of Work

This solicitation requires the provision of specific uniform and gear items, including:

  • Raid Jackets (QTY: 47)
  • PROPPER 3-in-1 Hardshell Parka Winter Jackets (QTY: 47)
  • Danner 4.5" fullbore waterproof Boots (QTY: 47)
  • 5.11 APEX PANTS (male QTY: 88, female QTY: 6)
  • Performance Polos (QTY: 141)
  • T-SHIRTS USMS (QTY: 235)
  • KC BASEBALL CAPS, EMBROIDERED W/USMS BADGE (QTY: 47)

Detailed technical specifications and uniform descriptions are provided in "USMS-0015 Item Specification" and "APPENDIX A FOR UNIFORM DESCRIPTIONS". Items must be bundled/packaged into kits per Deputy Name and then into one box per Deputy Name.

Contract & Timeline

  • Contract Type: Firm Fixed Price
  • Period of Performance: Base Period from February 16, 2026, to September 30, 2026
  • Delivery Date: March 20, 2026
  • FOB: Destination
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)
  • Offer Due Date: February 10, 2026, 12:00 PM CT
  • Published Date: February 4, 2026

Submission Requirements

Offerors must submit quotes on company letterhead, including company details, Point of Contact, CAGE Code, and SAM registration confirmation. The SF-1449 form must be signed on page 1, with pricing filled on pages 5-6, and clauses USMS-0004, 52.204-24, and 52.204-26 completed. The Government seeks additional discounts.

Evaluation

Award will be made to the Lowest Price Technically Acceptable (LPTA) offeror. Evaluation factors are:

  1. Technical Acceptability: The lowest priced offer will be evaluated first.
  2. Price: If technically acceptable, award will be made. If not, the next lowest offer will be evaluated.

Additional Notes

Amendment 0001 corrected the description for CLIN 0002 and clarified that items requiring a USMS badge patch are detailed in Appendix A. Technical substitutions are NOT allowed. Items are NOT Name Brand specific; however, if proposing "other than" specified brands, technical specifications must be submitted for evaluation. The USMS Seal is a controlled item, and vendors must be authorized to access it. Offerors must acknowledge receipt of Amendment 0001.

People

Points of Contact

Jennifer BritePRIMARY
Veronica GutierrezSECONDARY

Files

Files

Download
Download
Download
Download
Download

Versions

Version 3Viewing
Solicitation
Posted: Feb 4, 2026
Version 2
Solicitation
Posted: Feb 3, 2026
View
Version 1
Solicitation
Posted: Feb 3, 2026
View