Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 21, 2025 SAM #8791
SOLICITATION NOTICE

84 -- DHS-wide Uniforms III Contract

Notice Date
12/19/2025 1:52:19 PM
 
Notice Type
Solicitation
 
NAICS
315210 — Cut and Sew Apparel Contractors
 
Contracting Office
ADMINISTRATION FACILITIES TRAINING CONTRACTING DIVISION WASHINGTON DC 20229 USA
 
ZIP Code
20229
 
Solicitation Number
70B01C26R00000004
 
Response Due
3/10/2026 12:00:00 PM
 
Archive Date
03/25/2026
 
Point of Contact
Cami J. Schmidt, Rick A. Travis
 
E-Mail Address
camilla.j.schmidt@cbp.dhs.gov, rick.a.travis@cbp.dhs.gov
(camilla.j.schmidt@cbp.dhs.gov, rick.a.travis@cbp.dhs.gov)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
This RFP, 70B01C26R00000004 (Amendment 0005), is issued for the DHS-wide Uniforms III contract. Amendment 0005 is issued to achieve the following: 1. Provide the remaining government responses to questions from potential offerors related to Phase 2 and the Site Visit (SV). See Attachment named RFP Phase 2 QA. 2. Provide a new deadline for receipt of further questions related to Phase 2. Questions shall be received by the government no later than 12:00 PM, EST, Tuesday, January 13, 2026, to allow time for the government to adequately address the questions. 3. Initiate RFP corrections, as indicated in the attached Amendment 0005. 4. Incorporate additional HSAR clauses, as indicated in the attached Amendment 0005. 5. Include additional attachments to this RFP as indicated in the attached Amendment 0005. This includes Amendment 5 (SF30), Revised SOW, Revised Attachment A (pricing doc), and revised specifications, Attachments B1, B2, B3, B7, B9, and B11, and additional sample documents. The Department of Homeland Security (DHS) plans to establish a Department-Wide Indefinite-Delivery Indefinite-Quantity (IDIQ) vehicle with the ability to issue fixed-price delivery orders for the purchase of uniforms inclusive of quartermaster services. U.S. Customs and Border Protection (CBP) has been designated as the Executive Agent on behalf of DHS and all its component agencies for this acquisition. Approximately 135,000 employees are authorized to participate in the DHS National Uniform Program under this acquisition. Uniformed employees are located throughout the United States and foreign locations. DHS components will use the proposed contract for their uniform needs. This acquisition will be made under the strictures of 6 U.S.C. � 453b, the �Kissell Amendment,� and HSAR 3052.225-70, Requirement for Use of Certain Domestic Commodities (DEVIATION 13-01). Pursuant to the Kissell Amendment and subject to only very limited exceptions, DHS may only purchase covered textile items that are sourced domestically or consistent with U.S. obligations under international agreements. The period of performance for the proposed contract will be a base period of three (3) years and will include an option period of two (2) years, as well as three option periods of one (1) year each: Base Duration: 3 Years Option 1 Duration: 2 Years Option 2 Duration: 1 Year Option 3 Duration: 1 Year Option 4 Duration: 1 Year The applicable NAICS code is 315210. Offerors shall review all attachments to SAM Contract Opportunities and shall submit their proposal response in compliance with the instructions contained therein, in order for proposals to be considered responsive. Attachments: RFP 70B01C26R00000004 Uniforms III RFP 70B01C26R00000004 Uniforms III AMENDMENT 0002 RFP 70B01C26R00000004 Uniforms III AMENDMENT 0004 RFP 70B01C26R00000004 Uniforms III AMENDMENT 0005 RFP Phase 1 Questions and Government Responses RFP Phase 2 QA A) CLIN PRICING LIST - ALL DHS UNIFORMS III v2 B) COMPONENTS� SPECIFICATIONS: B1) CBP SPECIFICATIONS CLIN LIST V2 B2) ICE ERO SPECIFICATIONS CLIN LIST V2 B3) ICE HSI SPECIFICATIONS CLIN LIST V2 B4) CISA SPECIFICATIONS CLIN LIST B5) FEMA SPECIFICATIONS CLIN LIST B6) FLETC SPECIFICATIONS CLIN LIST B7) USCG SPECIFICATIONS CLIN LIST V2 B8) FPS SPECIFICATIONS CLIN LIST B9) FDA SPECIFICATIONS CLIN LIST B10) USSS SPECIFICATIONS CLIN LIST B11) TSA SPECIFICATIONS CLIN LIST V2 B12) TSA FAMS SPECIFICATIONS CLIN LIST C) PWS UMC R2 (Performance Work Statement� Department of Homeland Security Uniforms � Department Wide Contract), Revision 2, Dated December 19, 2025 D) KISSELL AMENDMENT TUTORIAL G) SUBCONTRACTING PLAN OUTLINE Other Attachments for Reference Purposes (provided in response to questions received): - CBP Directive HB1400-05D ISSPP Handbook v.8 - CBP Seals Signatures Directory - OLD AND NEW � FINAL - Example of S2V Data - Full DHS branding guide - OFO Academy - USBP Academy - AMO Academy - Seal Lockup Full color VERT WHT Txt All Questions and Proposal Submissions for Phase 2 shall be submitted via e-mail to the Contract Specialist, Camilla J. Schmidt at camilla.j.schmidt@cbp.dhs.gov. so that proposals will be received no later than the date and time specified within the RFP. The subject line of the e-mail for further Question submissions related to Phase 2 should be, RFP 70B01C26R00000004 Uniforms III Question Submission, [insert your company name] so that no questions are inadvertently overlooked. The subject line of the e-mail for Proposal submissions for Phase 2 should be, RFP 70B01C26R00000004 Uniforms III Phase 2 Proposal Submission, [insert your company name] to call attention to proposal submission. Due Date: Proposals shall be received by the government no later than Tuesday, March 10, 2026. Time Due: 3:00 PM, Eastern Standard Time.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/5ab50b8c2deb44b38812061dae5e8973/view)
 
Place of Performance
Address: Washington, DC 20009, USA
Zip Code: 20009
Country: USA
 
Record
SN07671646-F 20251221/251219230035 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.