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.
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.