ContractSolicitation

Request for Information DOI Uniform Program

INTERIOR, DEPARTMENT OF THE DOIPFBO260003
Response Deadline
Jan 9, 2026
Deadline passed
Days Remaining
0
Closed
Set-Aside
Full & Open
Notice Type
Solicitation

Contract Opportunity Analysis

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 Jaime_Mijares@nps.gov or by phone at 303-969-2755.

Classification Codes

NAICS Code
315210
Cut and Sew Apparel Contractors
PSC Code
8415
CLOTHING, SPECIAL PURPOSE

Solicitation Documents

3 Files
DOI_Specification_RFI_Workseet_12_19.xlsx
Excel104 KBDec 19, 2025
AI Summary
The document is a comprehensive catalog of uniform and gear items for various federal agencies, primarily the Bureau of Land Management (BLM), the Bureau of Safety and Environmental Enforcement (BSEE), and the Bureau of Reclamation (BOR), along with the Army Corps of Engineers (COE). It details a wide range of apparel, including shirts, pants, jackets, and headwear, as well as accessories like belts, nameplates, and patches. Each item is listed with its account (BLM, BSEE, BOR, COE), current CLIN (Contract Line Item Number), agency description, fabric content, and color. The catalog includes specialized items like FR (Flame Resistant) clothing for BLM, tactical pants for BSEE, and ranger-specific gear for BOR and COE. The document also notes items that are discontinued or replacements for older models, indicating an active management of uniform inventory.
D01_PWS_Clauses_12_16.doc
Word964 KBDec 19, 2025
AI Summary
The Department of the Interior (DOI) Uniform Contract is an Indefinite Delivery Indefinite Quantity (IDIQ) contract to provide uniforms, related items, program management, inventory, a web-based ordering system (WBOS), and customer service for seven federal land management bureaus and the U.S. Army Corps of Engineers. The contract, with a guaranteed minimum of $10,000 and a maximum of $130,000,000, emphasizes using commercial-off-the-shelf (COTS) products, modern fabrics, and inclusive sizing. Key tasks include sourcing, inventory management, a Section 508 compliant WBOS for ordering and account management, kitting, shipping to official government duty stations, and robust customer service. The contract requires a five-year ordering period and adherence to various federal regulations and agency-specific policies. Contractors must submit detailed transition plans and a quality control plan.
RFI_Cover_Page.docx
Word24 KBDec 19, 2025
AI Summary
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 providing 'Buy American' compliant civilian and law enforcement uniforms, patches, insignia, headwear, footwear, outerwear, and related items for an estimated 35,000 employees across up to seven federal land management bureaus. Key objectives include assessing the capability for a 'Buy American' Indefinite Delivery Indefinite Quantity (IDIQ) contract, understanding the percentage of commercially available off-the-shelf (COTS) products, comparing costs between 'Buy American' and Trade Agreement Act compliance, and identifying risks like domestic manufacturing shortages and schedule impacts. The potential contract type is a Fixed Price IDIQ with an estimated five-year period of performance. Vendors are asked to submit capability statements by January 9, 2026, addressing their ability to meet 'Buy American' requirements, provide pricing comparisons, manage a web-based ordering system, and describe their experience with uniform programs.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedDec 19, 2025
deadlineResponse DeadlineJan 9, 2026
expiryArchive DateJan 24, 2026

Agency Information

Department
INTERIOR, DEPARTMENT OF THE
Sub-Tier
NATIONAL PARK SERVICE
Office
WASHINGTON CONTRACTING OFFICE

Point of Contact

Name
Mijares, Jaime

Official Sources