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, specifically the Federal Bureau of Investigation (FBI), is seeking proposals for a contract to supply police uniforms under Solicitation No. 15F06725R0000235. This procurement involves a Firm-Fixed-Price, Indefinite-Delivery Indefinite-Quantity (IDIQ) contract for one base year and four option years, with a maximum value of $2.5 million and a guaranteed minimum of $500,000. The uniforms are essential for maintaining a professional appearance among FBI personnel, which is critical for operational effectiveness and public identification. Interested vendors must submit their proposals, including samples, by December 19, 2025, and can direct inquiries to Victoria McDaniels at vmcdaniels@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 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 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.
    Lifecycle
    Title
    Type
    FBI Police Uniforms
    Currently viewing
    Solicitation
    Similar Opportunities
    DHS-wide Uniforms III Contract
    Buyer not available
    The Department of Homeland Security (DHS) is seeking proposals for the DHS-wide Uniforms III Contract, managed by the U.S. Customs and Border Protection (CBP). This procurement aims to establish an Indefinite-Delivery Indefinite-Quantity (IDIQ) contract for the supply of uniforms and quartermaster services for approximately 135,000 DHS employees across various components, ensuring compliance with domestic sourcing requirements under the Kissell Amendment. The contract will include a base period of three years, with options for additional years, and will require offerors to submit proposals that adhere to detailed specifications outlined in the solicitation documents. Interested parties should direct their inquiries to Camilla J. Schmidt at camilla.j.schmidt@cbp.dhs.gov or Rick A. Travis at rick.a.travis@cbp.dhs.gov, with proposals due by the specified deadline.
    DJF-23-1200-LTL-1
    Buyer not available
    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
    Buyer not available
    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.
    LEEDS PMA
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), intends to negotiate a sole source, firm-fixed-price contract with LEEDS Precision Instruments, Inc. for the purchase of extended warranty and software upgrades for the Evofinder System 848. This procurement aims to ensure timely and cost-effective preventive maintenance, instrument upgrades, and support for the Evofinder® Automated Ballistic Identification System, which is critical for the FBI's laboratory operations. Interested parties may submit capability statements or proposals to the primary contact, Adelle Bolton, via email at albolton@fbi.gov by 08:00 AM EST on December 13, 2025, to express their interest in this opportunity. Vendors must be registered in the System for Awards Management (SAM.gov) to be eligible for government contracts.
    Basic Unmanned Aerial System
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking information from potential vendors regarding the procurement of a Basic Unmanned Aerial System (UAS), specifically a ruggedized, backpack portable quadcopter. The UAS must meet specific requirements, including a minimum flight time of 30 minutes, compliance with the National Defense Authorization Act (NDAA), an Ingress Protection rating of IP53 or better, video recording capabilities, and an integrated Ground Control Station with a display, all within a target price of $12,000 or less. This initiative is crucial for enhancing the FBI's operational capabilities, and interested parties are invited to submit capability statements by December 23, 2025, and direct any questions to Brian Ames at bames@fbi.gov by December 10, 2025.
    Female Coat & Trousers, IHWCU, OCP
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is soliciting proposals for the procurement of Female Improved Hot Weather Combat Uniform (IHWCU) Coats and Trousers in Operational Camouflage Pattern (OCP). This solicitation, identified as SPE1C1-25-R-0078, includes two distinct lots: Lot 1 is a Total Small Business Set-Aside for both items, while Lot 2 is specifically set aside for Historically Underutilized Business Zone (HUBZone) Small Business concerns for the coats. The uniforms are critical for military personnel operating in hot weather environments, ensuring comfort and functionality while adhering to strict quality and technical specifications. Interested offerors must submit proposals and Product Demonstration Models via the DLA Internet Bid Board System (DIBBS) by December 8, 2025, at 3:00 PM EST, and can contact Marissa Sacca or Maria Silvester for further information.
    UAS Controlled Via Fiber Optic Cable
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking vendors capable of producing Unmanned Aerial Systems (UAS) that are controlled via fiber optic cable and compliant with the National Defense Authorization Act (NDAA). This Request for Information (RFI) aims to identify potential suppliers who can meet these specifications, emphasizing the need for UAS that operate effectively between the aircraft and the Ground Control Station (GCS). The procurement is crucial for enhancing operational capabilities in surveillance and reconnaissance missions. Interested parties, both small and large businesses, must submit capability statements by December 23, 2025, and direct any questions regarding the RFI in writing by December 10, 2025, to Brian Ames at bames@fbi.gov.
    Federal Bureau of Investigation (FBI) - Office of Chief Information Officer (OCIO) Innovation Ventures Office (IVO) Broad Agency Announcement (BAA)
    Buyer not available
    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.
    IMD Redaction Tool
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking information from qualified manufacturers for an advanced redaction software solution known as the IMD Redaction Tool. The primary requirements include robust manual redaction capabilities and a multi-layer redaction architecture that allows for a single master document with independently manageable redaction layers, enabling the creation of different document versions for various audiences and disclosure needs. This procurement is critical for the FBI's Information Management Division to enhance its ability to manage sensitive information effectively, particularly in compliance with FOIA exemptions and classified information protocols. Interested parties should submit their responses by December 11, 2025, and can direct inquiries to Brandon James at bmjames@fbi.gov.
    Uniforms for the Architect of the Capitol Blanket Purchase Agreement
    Buyer not available
    The Architect of the Capitol (AOC) is seeking potential vendors for a Blanket Purchase Agreement (BPA) to supply uniforms and related items for approximately 1,700 employees across various departments, including the Botanic Garden and the Supreme Court. The procurement encompasses uniforms, patches, insignia, outerwear, and other apparel, with each uniformed employee allocated an annual budget of $400, plus an additional $400 for new hires. This sources sought notice is intended for information and planning purposes only, and interested contractors must respond by December 15, 2025, providing details on their interest, GSA Schedule contracts, past performance, and feedback on the draft documents. For further inquiries, vendors can contact Roman Davydov at roman.davydov@aoc.gov.