FBI Police Uniforms
ID: 15F06725R0000235Type: Solicitation
Overview

Buyer

JUSTICE, DEPARTMENT OFFEDERAL BUREAU OF INVESTIGATIONFBI-JEHWASHINGTON, DC, 20535, USA

NAICS

Clothing and Clothing Accessories Retailers (458110)

PSC

CLOTHING, SPECIAL PURPOSE (8415)

Set Aside

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

    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.

    Point(s) of Contact
    Victoria McDaniels
    vmcdaniels@fbi.gov
    Files
    Title
    Posted
    The Federal Bureau of Investigation (FBI) has issued an amendment notice for Solicitation No. 15F06725R0000235, concerning
    This Request for Proposal (RFP) by the Department of Justice, Federal Bureau of Investigation (FBI), seeks a contractor to provide "Brand Name, and Brand Name or Equal FBI Police Uniforms." The contract is a Firm-Fixed-Price, Indefinite-Delivery Indefinite-Quantity (IDIQ) type for one base year and four option years, with a maximum value of $2,500,000 and a guaranteed order amount of $500,000. It is a total set-aside for small business concerns, requiring the contractor to provide a local tailor within a 50-mile radius of FBI HQ in Washington, DC. The RFP details supply descriptions, contract limitations, pricing using a provided matrix, general and background descriptions of the FBI Police uniform requirements (including Class A and Class B uniforms), and reporting requirements for tracking orders and inventory. It also outlines packaging, marking, inspection, acceptance, performance periods, delivery/pickup schedules, and administrative data, including roles of the Contracting Officer's Representative (COR) and invoicing via the Invoice Processing Platform (IPP).
    The Department of Justice, Federal Bureau of Investigation (FBI), issued RFP #15F06725R0000235 for "Brand Name, and Brand Name or Equal FBI Police Uniforms." This is a Firm-Fixed-Price, Indefinite-Delivery Indefinite-Quantity (IDIQ) contract, structured for one base year and four option years, with a maximum value of $2,500,000.00 and a guaranteed minimum of $500,000.00. The RFP is a total set-aside for small business concerns, requiring contractors to provide a local tailor within a 50-mile radius of FBI HQ in Washington, DC. The contractor will supply specific brand-name uniforms (shirts, pants, headwear, pins, outerwear, Class A uniforms) and brand-name or equal products for other items (footwear, undergarments, accessories, excluding Class A). Key requirements include monthly open issue tracking reports, digital reporting capabilities, and specific packaging and marking for pick-up orders. The period of performance is estimated from December 2025 to December 2030, with a possible six-month extension. The document also details contract administration, invoicing through the Invoice Processing Platform (IPP), and various FAR clauses, emphasizing contractor access to FBI facilities, information safeguarding, and adherence to small business regulations.
    The Federal Bureau of Investigation (FBI) has issued Request for Proposal (RFP) #15F06725R0000235, Version 2.0, for the procurement of FBI Police Uniforms. This RFP, designated as a total set-aside for small business concerns, seeks proposals for a Firm-Fixed-Price, Indefinite-Delivery Indefinite-Quantity (IDIQ) contract. The contract includes one base year and four option years, with a total estimated value not to exceed $2,500,000 and a guaranteed minimum of $500,000. Contractors must provide both brand name and brand name or equal products, as specified in the pricing matrix, and are required to have a local tailor within a fifty-mile radius of FBI HQ in Washington, D.C. Key requirements include monthly reports on funding, inventory, and order status, as well as adherence to strict delivery schedules for new hire and annual allotment uniforms. Invoicing will be done monthly through the Invoice Processing Platform (IPP). The document also outlines various Federal Acquisition Regulation (FAR) clauses, special contract requirements related to data disclosure, government rights, and contractor access to FBI facilities, ensuring compliance and security throughout the contract period.
    This RFP (RFP # 15F06725R0000235) from the Department of Justice, Federal Bureau of Investigation, solicits proposals for FBI Police Uniforms, including both brand name and "brand name or equal" items. The contract is a Firm-Fixed-Price, Indefinite-Delivery Indefinite-Quantity (IDIQ) for a base year and four option years, with a maximum value of $2,500,000 and a guaranteed minimum of $500,000. It is a total set-aside for small businesses registered under NAICS codes 458110 and 811490, requiring a local tailor within 50 miles of FBI HQ in Washington, D.C. Key requirements include monthly reports on funding, inventory, and order status, as well as specific packaging, marking, and pick-up schedules for uniforms. The document details contract clauses, special requirements like FOIA disclosure and FBI facility access, and information system safeguarding. The purpose is to ensure FBI Police Officers are properly outfitted to maintain uniformity, professionalism, and safety.
    The FBI's Finance and Facilities Division has issued a Justification and Approval (J&A) for Other Than Full and Open Competition (RFP # 15F06725R0000235) to procure specific brand-name police uniforms. The FBI requires these uniforms to maintain a professional, consistent appearance for its police officers, which is crucial for establishing authority, enhancing safety, promoting interagency cohesion, supporting operational requirements, and ensuring quick identification by the public. The procurement, an IDIQ with a one-year base and four option years, specifies brands like Bates, Blauer, and 5.11 for items in the Shirts, Pants, Headwear, Pins, and Outerwear categories, as well as Class A Uniforms. The justification cites 41 U.S.C. 3304 (A) (1) and FAR Subpart 6.302-1, noting these brands are already in use and meet critical standards for color consistency, durability, professional design, comfort, functionality, and compatibility with gear. Market research confirmed commercial availability and competitive pricing. The FBI plans to post the procurement on SAM.gov for maximum competition and will continue to review the marketplace to identify and overcome barriers to competition for future acquisitions.
    The provided government file, Attachment 3 - Pricing Matrix, is a detailed list of products and services required for federal, state, or local government use, likely part of an RFP or grant. It categorizes items into Footwear, Undergarments, Shirts, Pants, Headwear, Pins, Patches, Outerwear, Accessories, and Tailoring Services. The document specifies that unit pricing is required for all products and services for the Base Year and all Option Years. It also outlines procurement rules: 'Brand Name products only' are accepted for items in the Shirts, Pants, Headwear, Pins, and Outerwear categories, especially for Class A Uniform items, which are marked with an 'X' in the 'Required to be Brand Name' column. For Footwear, Undergarments, and Accessories, 'Brand Name or Equal products' are accepted unless specified as Class A Uniform items. If an 'equal product' is submitted, the manufacturer, product description, and product number must be provided. The file also includes vendor information fields and instructions for new hire uniforms, emphasizing in-person fittings. Incomplete unit pricing will disqualify a quote for award.
    The document outlines a government Request for Proposal (RFP) for the procurement of various uniform items, including footwear, undergarments, shirts, pants, headwear, pins, patches, outerwear, and accessories, along with tailoring services. The RFP specifies that unit pricing must be included for all products and services for the base year and all option years. A key instruction is the acceptance criteria for products: "Brand Name products only will be accepted for items listed in the Shirts, Pants, Headwear, Pins, and Outerwear categories," which are also identified with an "X" in the "Required to be Brand Name" column. For items in the "Footwear, Undergarmets, and Accessories categories," "Brand Name or Equal products will be accepted," unless otherwise specified as a Class A Uniform item. If an "equal product" is submitted, the manufacturer, product description, and product number must be provided. The document also details various product descriptions, colors, product numbers, and required sizes for each item. Failure to complete unit price boxes or provide vendor information will result in disqualification. Tailoring services are also included, covering adjustments, hemming, and embellishments, as well as a website service for creation and maintenance.
    The Federal Bureau of Investigation (FBI) is seeking a contractor for RFP #15F06725R0000235 to provide police uniforms and tailoring services for its Security Division. The contractor must supply an Indefinite Delivery Indefinite Quantity (IDIQ) of uniforms and accessories, along with a secure online ordering system for FBI personnel to make purchases, track orders, and view history. Tailoring services are required for new hires and annual uniform allotments, with the tailor's physical address within a 50-mile radius of FBI HQ in Washington, DC. The contract includes a one-year base period and four one-year option periods. The contractor must submit monthly status reports and all invoices electronically via the Invoice Processing Platform (IPP).
    RFP # 15F06725R0000235, Attachment 5, details the FBI's requirements for various patches and badges to be affixed to police uniforms and gear. This document specifies the dimensions, placement, and eligible products for each item. Key items include the FBI Police Shoulder Patch (4” x 5”), FBI Police K9 Shoulder Patch (4” x 5”), FBI Police Velcro Shoulder Patch (4” x 5”), FBI Police Screen Printed Badge (2.25” x 2.25”), FBI Police Flex Badge (2.25” x 2.25”), FBI Police Bike Patrol Patch (2” x 2.25”), FBI Police Sergeant Chevron (3” x 3”), FBI Police Private First Class Chevron (3” x 3”), FBI Police Hat Patch/K9 Hat Patch (2” x 2.25”), and an FBI Police Left Collar Embroidery Stitch (2.50” x 1.06”). The document meticulously lists specific uniform shirts, sweaters, jackets, parkas, and hats from brands like Blauer, First Tactical, Elbeco, United Uniforms, and Flying Cross, indicating where each patch or badge is an optional addition. This attachment is crucial for vendors to understand the exact tailoring and patch application requirements for FBI police uniforms.
    The document, an FBI Question and Answer Document 2, details the sizing requirements for new hire or Class A apparel fittings. It clarifies that contractors must have a full range of specified sizes available for officers to try on at fitting locations, regardless of online selections. The document provides comprehensive size ranges for footwear, undergarments, shirts, pants, headwear, and outerwear for both men and women. Items such as pants should be unhemmed for accurate measurements during the fitting. This ensures proper sizing and tailoring for FBI personnel, outlining the logistical requirements for apparel procurement within a federal government context.
    The Federal Bureau of Investigation (FBI) has issued RFP # 15F06725R0000235 for commercial uniform garments, seeking both brand-name and 'brand name or equal' products. Key requirements include submitting digital mockups of patches and screen prints, with physical samples of only these items. Pricing proposals must be submitted using Attachment 3 Amendment 1 – Pricing Matrix, and the lowest price technically acceptable (LPTA) proposal will be determined by totaling the firm-fixed-price for a quantity of one for all line items across the base and option years. Vendors must provide a demo website with specific product images, descriptions, and shopping functionality, requiring a username and password for access. A definite tailoring facility within 50 miles of FBI HQ is mandatory, and on-site measurements will be required. Authorized reseller letters are not needed, and commercially hosted ordering systems are acceptable. The Nonmanufacturer Rule (FAR 52.219-33) has been removed from this solicitation.
    Lifecycle
    Title
    Type
    FBI Police Uniforms
    Currently viewing
    Solicitation
    Similar Opportunities
    RFP - Medical Evaluations and Services
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking proposals for a Request for Proposal (RFP) to establish a Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) contract for Medical Evaluations and Services. The primary objective of this procurement is to acquire professional occupational health services through a nationwide patient physician network, which will provide medical examinations and related services for prospective and current FBI employees, including fitness-for-duty exams, immunizations, and lab work. This contract is crucial for supporting the FBI's global mission and ensuring compliance with national medical standards and federal regulations, including HIPAA and OSHA. Interested vendors should direct inquiries to Robert Shifflet at rtshifflet@fbi.gov or Robert Bruce at rebruce@fbi.gov, with proposals due by the specified deadline, and the contract is expected to span a base year with four option years and a potential six-month extension.
    Request for Information DOI Uniform Program
    Interior, Department Of The
    The National Park Service, on behalf of the Department of the Interior, has issued a Request for Information (RFI) to identify vendors capable of supplying uniforms and related items under the NAICS Code 315210 (Cut and Sew Apparel Contractors). The procurement aims to assess the capability of vendors to provide 'Buy American' compliant civilian and law enforcement uniforms, patches, insignia, headwear, footwear, outerwear, and other related items for approximately 35,000 employees across up to seven federal land management bureaus. This initiative is critical for ensuring that federal employees are equipped with high-quality, compliant uniforms while promoting domestic manufacturing. Interested vendors are encouraged to submit capability statements by January 9, 2026, detailing their ability to meet the specified requirements, including pricing comparisons and experience with uniform programs. For further inquiries, vendors may contact Jaime Mijares at JaimeMijares@nps.gov or by phone at 303-969-2755.
    FY TD 26027 INITIAL GEAR BDUSMI 2603-2604
    Justice, Department Of
    The Department of Justice, specifically the U.S. Marshals Service (USMS), is seeking proposals from qualified small businesses for the procurement of miscellaneous duty gear under the solicitation titled "FY TD 26027 INITIAL GEAR BDUSMI 2603-2604." This opportunity is a total small business set-aside and requires compliance with various Federal Acquisition Regulation (FAR) clauses, including those related to privacy and IT security, as well as maintaining contractor performance during emergencies. The goods are essential for the operational readiness of the USMS, with a delivery period from January 20, 2026, to September 30, 2026, to the USMS Training Academy in Glynco, Georgia. Interested vendors must submit their quotes by January 6, 2026, and can contact Jennifer Brite or Kate Oravitz-Weeks for further information.
    DJF-23-1200-LTL-1
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking to procure ammunition through a sole source urgency contract identified as DJF-23-1200-LTL-1. This procurement is critical for the FBI's operational needs, particularly in relation to their law enforcement and national security missions. The ammunition, classified under the PSC code 1305, is essential for various applications within the agency, underscoring its importance in maintaining operational readiness. Interested vendors can reach out to Ryan Dolan at RDOLAN@FBI.GOV for further details regarding this opportunity.
    RXD-FB-FUZE
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking a sole source procurement for flashbangs due to an urgent need as their offices are running low on this critical equipment. The procurement falls under the category of miscellaneous weapons, with the primary place of performance located in Washington, DC. Flashbangs are essential for law enforcement operations, providing a tactical advantage during high-stress situations. Interested vendors should contact Ryan Dolan at RDOLAN@FBI.GOV for further details regarding this opportunity.
    Locklizard DRM
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking proposals for the procurement of Locklizard Digital Rights Management (DRM) software licenses and associated services. The contract includes perpetual licenses for primary and secondary servers, accommodating 1 Admin, 2 Writers, 500 Documents, and 5000 Customers each, along with add-on applications for Command Line and Ecommerce, and a version upgrade for the Safeguard Enterprise software. This procurement is critical for ensuring secure document management and compliance within the FBI's operations. Interested vendors should contact Donald B. Carlston at dbcarlston@fbi.gov or call 771-225-6445 for further details, with the contract expected to commence on February 1, 2026, and run through January 31, 2030, including annual email support calculated at 12% of the total software license fee.
    CIRG - Target Vehicles
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is soliciting offers for a Firm Fixed Price (FFP) contract to provide 75 target vehicles annually for its Hazardous Devices School (HDS) located at Redstone Arsenal, Alabama. The contract requires the delivery of three shipments of 25 salvaged vehicles each, which are essential for training public safety bomb technicians, with deliveries scheduled quarterly in February, May, and August. This procurement is a Total Small Business Set Aside under NAICS Code 441120, and quotes are due by January 14, 2026, at 11:00 AM EST. Interested contractors should contact Javia Warner at jswarmer@fbi.gov or Treyton Miller at tmmiller3@fbi.gov for further details.
    Facilities Technology Management (FTM)
    Justice, Department Of
    The Federal Bureau of Investigation (FBI) is seeking industry feedback through a Request for Information (RFI) related to its Facilities Technology Management (FTM) initiative. The primary objectives include providing operations and maintenance support for the TRIRIGA system until its end of life in September 2027, as well as conducting a comprehensive systems assessment to optimize the FBI's facilities technology portfolio. This assessment will involve evaluating existing systems and market-available options, focusing on requirements alignment, cost analysis, and risk assessment. Interested vendors are encouraged to submit capabilities statements by December 23, 2025, and may have the opportunity to participate in a Reverse Industry Day based on their submissions. For further inquiries, contact Tammy Clark at tjclark2@fbi.gov or 304-476-3678, or Marie Agrinzoni at meagrinzoni@fbi.gov.
    Federal Bureau of Investigation (FBI) - Office of Chief Information Officer (OCIO) Innovation Ventures Office (IVO) Broad Agency Announcement (BAA)
    Justice, Department Of
    The Federal Bureau of Investigation (FBI) is seeking innovative research and development proposals through its Office of Chief Information Officer (OCIO) Innovation Ventures Office (IVO) Broad Agency Announcement (BAA) for Enterprise Problem Sets. This BAA invites science and technology firms and educational institutions to submit white papers addressing key technological advancements in areas such as Artificial Intelligence, counterintelligence, mission-enhancing science and technology, and organizational effectiveness. The opportunity is crucial for enhancing the FBI's capabilities in cybersecurity, data management, and operational support, with submissions accepted until May 16, 2026. Interested parties should direct their inquiries and white papers to Marie Agrinzoni at meagrinzoni@fbi.gov, adhering to the submission guidelines outlined in the BAA document.
    CJIS Campus Cafeteria Food Service
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking proposals for the operation and management of cafeteria services at its Criminal Justice Information Services (CJIS) campus in Clarksburg, West Virginia. The objective of this procurement is to establish food service facilities at no cost to the government, catering to approximately 3,700 personnel with a focus on nutritious menu offerings and compliance with various health and safety standards. The contract will cover a 12-month base period with four optional one-year extensions, and interested contractors must submit a detailed proposal, including a transition plan and staffing strategy, by the specified deadline. For further inquiries, potential bidders can contact Logan Swiger at lswiger2@fbi.gov or Jamie Melzer at jlmelzer@fbi.gov.