84--Request for Information DOI Uniform Program
ID: DOIPFBO260004Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEWASHINGTON CONTRACTING OFFICELAKEWOOD, CO, 80225, USA

NAICS

Cut and Sew Apparel Contractors (315210)

PSC

CLOTHING, SPECIAL PURPOSE (8415)
Timeline
    Description

    The National Park Service, representing the Department of the Interior, has issued a Request for Information (RFI) regarding the DOI Uniform Program, aimed at identifying vendors capable of supplying compliant uniforms for approximately 35,000 employees across various federal land management bureaus. The procurement seeks to gather information on the ability to provide uniforms, patches, insignia, headwear, footwear, and outerwear that meet Buy American Act requirements, as well as insights into cost comparisons and domestic manufacturing risks. This initiative is critical for ensuring that federal employees are equipped with appropriate attire for diverse climates and work conditions. Interested vendors should submit their capability statements and any inquiries by January 2, 2025, with final submissions due by January 9, 2026. For further information, vendors can contact Jaime Mijares at Jaime_Mijares@nps.gov or by phone at 303-969-2755.

    Point(s) of Contact
    Mijares, Jaime
    (303) 969-2755
    (360) 856-1934
    Jaime_Mijares@nps.gov
    Files
    Title
    Posted
    The Department of the Interior (DOI) Uniform Contract is an Indefinite Delivery Indefinite Quantity (IDIQ) contract to provide uniforms, patches, insignia, headwear, footwear, outerwear, and related items, along with program and contract management, inventory management, a web-based ordering system, and customer service for up to seven federal land management bureaus and the U.S. Army Corps of Engineers. This procurement is unrestricted under NAICS code 315210 with a size standard of 750 employees, with a guaranteed minimum contract value of $10,000 and a maximum of $130,000,000. The contract emphasizes utilizing commercial-off-the-shelf products, modern fabrics, true masculine and feminine sizing, and updated uniform patterns to meet diverse climate and work conditions for an estimated 35,000 employees. Key tasks include initial and secondary sourcing, uniform item approval and testing for new items (COTS and non-COTS), inventory and warehousing, and a secure, Section 508 compliant Web-based Ordering System (WBOS) for account management, ordering, tracking allowances, and reporting. The contract has a five-year ordering period and requires adherence to Buy American requirements and various federal and departmental regulations.
    The provided document is a comprehensive catalog of uniform and gear items for various federal agencies, primarily the Bureau of Land Management (BLM), Bureau of Safety and Environmental Enforcement (BSEE), and Bureau of Reclamation (BOR), along with items for the U.S. Army Corps of Engineers (COE). It details a wide range of apparel, including shirts (dress, work, polo, FR, performance), trousers (dress, cargo, tactical, maternity), outerwear (jackets, parkas, windbreakers, coveralls, vests, sweaters, fleeces), and accessories (hats, beanies, gaiters, ties, belts, nameplates, emblems, gloves). Each item is listed with its agency, CLIN#, description, fabric content, and color. The catalog also includes items with specific designations like
    The National Park Service (NPS), on behalf of the Department of the Interior (DOI), has issued a Request for Information (RFI) for market research to identify vendors under NAICS Code 315210 (Cut and Sew Apparel Contractors). The RFI seeks information on the capability to provide Buy American Act-compliant uniforms, cost comparisons between Buy American and Trade Agreement Act products, and risks associated with domestic manufacturing for an estimated 35,000 employees across seven federal land management bureaus. The scope includes civilian and law enforcement uniforms, patches, insignia, headwear, footwear, and outerwear for diverse climates. The potential contract type is a five-year Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ). The RFI requests business information, socioeconomic status, capability statements (with a 5-page limit), details on Buy American compliance, potential transition times, experience with web-based ordering systems, and subcontracting plans. Questions are due by January 2, 2025, and submissions by January 9, 2026. This RFI is for market research only and does not commit the government to an award.
    This document, Amendment 0001 to Solicitation DOIPFBO260004, outlines the procedures for acknowledging and responding to amendments in government solicitations and contracts. It specifies that offers must acknowledge receipt of amendments by completing items 8 and 15, acknowledging on each offer copy, or through a separate communication referencing the solicitation and amendment numbers. Failure to acknowledge prior to the specified hour and date may lead to the rejection of an offer. Changes to an already submitted offer can also be made via letter or electronic communication, provided they reference the solicitation and amendment and are received before the opening hour and date. The document clarifies that this specific amendment is an RFI (Request for Information) and not a request for quote, replacing a cancelled announcement without extending the response date. It includes standard forms for amendments and modifications, detailing fields for contract IDs, effective dates, administrative information, and descriptions of changes. This formalizes the process for altering and responding to federal procurement opportunities, ensuring clear communication and compliance.
    This document is a Request for Quotation (RFQ), specifically Standard Form 18, which is used by government agencies to solicit pricing and information from potential vendors for supplies or services. It explicitly states that it is not an order and does not commit the Government to any costs incurred in preparing a quotation or to contract for supplies or services. The RFQ includes sections for detailing the issuing office, delivery information, destination, and a schedule for supplies/services with quantities, units, unit prices, and amounts. It also allows for prompt payment discounts. Key details provided in the example include the issuing agency (NPS, WASO - WCP Contracting), a request number (DOIPFBO260004), and specific dates for delivery and quotation submission. The document emphasizes that it is an RFI (Request for Information) and not a request for quote, replacing a cancelled announcement without extending the submission date.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    84--Request for Information DOI Uniform Program
    Interior, Department Of The
    The National Park Service, representing the Department of the Interior, has issued a Request for Information (RFI) regarding the DOI Uniform Program, aimed at identifying vendors capable of supplying compliant uniforms for approximately 35,000 employees across various federal land management bureaus. The procurement seeks to gather information on the ability to provide uniforms, patches, insignia, headwear, footwear, and outerwear that meet Buy American Act requirements, as well as insights into cost comparisons and domestic manufacturing risks. This initiative is critical for ensuring that federal employees are equipped with appropriate attire for diverse climates and work conditions. Interested vendors should submit their capability statements and any inquiries by January 2, 2025, with final submissions due by January 9, 2026. For further information, vendors can contact Jaime Mijares at JaimeMijares@nps.gov or by phone at 303-969-2755.
    Armor for NPS Police officers
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is seeking proposals for the procurement of ballistic protection gear, specifically Angel Armor External Vest System components, for newly hired law enforcement officers attending the NPS Bridge Class. This initiative aims to equip officers with standardized protective gear that meets NPS and Department of the Interior safety and operational requirements, ensuring their readiness for intensive training and field operations. The procurement is a 100% Small Business Set-Aside, with quotes due by 11:00 ET on January 15, 2026, and must be submitted via email to Richard Burns at RichardBurns@nps.gov. The estimated value of the contract is approximately $29,827.76, and vendors must be authorized resellers of the specified brand names, with all items required to be new, unused, and compliant with NPS standards.
    FBI Police Uniforms
    Justice, Department Of
    The Department of Justice, Federal Bureau of Investigation (FBI), is soliciting proposals for the procurement of police uniforms under Request for Proposal (RFP) 15F06725R0000235. This opportunity is a total small business set-aside for a Firm-Fixed-Price, Indefinite-Delivery Indefinite-Quantity (IDIQ) contract, which includes one base year and four option years, with a maximum value of $2,500,000 and a guaranteed minimum of $500,000. The uniforms are essential for maintaining a professional appearance and operational effectiveness among FBI personnel, requiring contractors to provide both brand-name and "brand name or equal" items, as well as local tailoring services within a 50-mile radius of FBI headquarters in Washington, D.C. Interested vendors must submit their proposals, including samples, by January 9, 2026, at 5:00 PM ET, and can direct inquiries to Ricardo Tiggle at rtiggle@fbi.gov.
    BPA - Clothing, Special Purpose PSC 8415
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking to establish Blanket Purchase Agreements (BPAs) for the procurement of special purpose clothing under PSC Code 8415 and NAICS Code 315990. The objective is to engage small businesses that can provide standard commercial supplies and services at competitive prices, with BPA calls not exceeding the Simplified Acquisition Threshold and evaluated on a call-level basis. This procurement is crucial for ensuring the availability of specialized clothing for defense operations, emphasizing the importance of quality and timely delivery. Interested vendors must submit their documentation, including past performance references, by April 30 for June awards or October 31 for December awards, and can contact Rebecca Collins at rebecca.m.collins17.civ@us.navy.mil for further information.
    Solicitation of a Concession Business Opportunity to Operate Pack Station, Guided Trail Rides, and Other Services within Sequoia and Kings Canyon National Parks
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for a ten-year concession contract to operate a pack station, guided trail rides, and additional services within Sequoia and Kings Canyon National Parks. This opportunity aims to enhance visitor experiences by providing recreational services in these iconic national parks, which are vital for tourism and outdoor activities. Interested parties must submit a "Notice of Intent to Propose" by January 29, 2026, and electronic proposals are due by February 19, 2026, with inquiries directed to Mark Juretschke at markjuretschke@nps.gov by December 11, 2025.
    Comfort Station Supplies
    Interior, Department Of The
    The National Park Service is seeking quotes for Comfort Station Supplies for the Munising Falls Comfort Station at Pictured Rocks National Lakeshore. This procurement, identified by solicitation number 140P6426Q0005, is set aside for Total Small Businesses under NAICS code 321113, and includes a variety of plumbing, electrical, and building materials essential for the project. The selected contractor will be required to deliver all materials within 90 calendar days after contract award, with quotes due by January 13, 2026, and questions accepted until January 5, 2026. Interested vendors must submit their proposals via email to Jarrod Brown at jarrodbrown@nps.gov, ensuring they are registered in the System for Award Management (SAM) and meet the small business size standards.
    25-002 RFI Labels
    Dept Of Defense
    The Department of Defense, through the Navy Exchange Service Command, is conducting a Request for Information (RFI) to identify suitable labeling materials for Navy uniform clothing. The Navy Clothing and Textile Research Facility (NCTRF) seeks labels that can be marked with a fine-tip marker, withstand laundering, and comply with Berry Amendment requirements and MIL-DTL-32075A standards for sewn-in labels. This initiative is crucial for ensuring the durability and compliance of labeling materials used in Navy uniforms. Interested parties must submit their responses, including samples and documentation, by January 15, 2026, and can direct inquiries to Kelly Fratelli at kelly.a.fratelli.civ@us.navy.mil or by phone at 508-206-2762.
    S--Guard Services Request for Information
    Interior, Department Of The
    The Department of the Interior (DOI) is seeking information from potential vendors regarding the provision of Security Guard Services for its Interior Complex Security Operations (ICSO) office. This Request for Information (RFI) aims to gather insights and capabilities from interested parties to enhance competition and improve small business access to acquisition information, with a focus on the draft Statement of Work (SOW) that outlines specific responsibilities such as building monitoring, traffic control, and emergency response. Interested vendors are encouraged to submit their organizational information, capabilities, and strategies for mitigating personnel turnover related to parking challenges in Washington, DC, by January 12, 2026, at 12:00 PM Eastern Time. For further inquiries, vendors may contact Jonathan Chisholm at jonathanchisholm@ibc.doi.gov or Breanne Walters at breannewalters@ibc.doi.gov.
    Personalized Navy Galley Uniforms
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting quotations for personalized galley uniforms through a Request for Quotation (RFQ) issued by the SUPSHIP in Bath, Maine. The procurement includes a variety of chef apparel and accessories, such as long and short sleeve chef coats, ribbed t-shirts, chef hats, bib aprons, and baggy chef pants, all of which must meet stringent material requirements for flame resistance and be manufactured in the USA. These uniforms are essential for the Navy's food service operations and must be delivered no later than 60 days after receipt of order, with all prices quoted on a FOB Destination basis. Interested vendors should submit their quotations via email to Missy Boudreau by January 21, 2026, at 11:59 PM EST, and must confirm their active registration in SAM.gov.
    PATCH,AIRCRAFT
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of aircraft patches. This contract falls under the NAICS code 333998, which pertains to miscellaneous general-purpose machinery manufacturing, and includes various quality and inspection requirements. The goods are critical for maintaining the operational readiness of naval aircraft, ensuring they meet safety and performance standards. Interested vendors can reach out to Patrick Horan at 215-697-0275 or via email at PATRICK.J.HORAN23.CIV@US.NAVY.MIL for further details, with proposals expected to adhere to the outlined specifications and timelines.