Uniforms for the Architect of the Capitol Blanket Purchase Agreement
ID: RFIAOC12012025UniformsBPAType: Sources Sought
Overview

Buyer

ARCHITECT OF THE CAPITOLARCHITECT OF THE CAPITOLACQUISITION & MATERIAL MAN DIVWashington, DC, 20515, USA

NAICS

Apparel Accessories and Other Apparel Manufacturing (315990)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The Architect of the Capitol (AOC) has issued a Sources Sought notice to identify potential vendors for a Blanket Purchase Agreement (BPA) for uniforms. This is solely for information and planning, not a solicitation. The AOC requires uniforms, patches, insignia, outerwear, and related items for approximately 1700 employees across various departments, including the Botanic Garden, Capitol Building, and Supreme Court. Each uniformed employee has a $400 annual allotment, with an additional $400 for new hires. Interested contractors are asked to respond by December 15, 2025, with information on their interest in submitting a quotation, GSA Schedule contract details, questions for the government, examples of past similar contracts, and feedback on the Draft SOW, Pricing Sheet, Instructions to Quoters, and the feasibility of a 30-day response time for mailing eight articles of clothing to Washington, D.C.
    This document, titled "ATTACHMENT 4 ARCHITECT OF THE CAPITOL LOGO," provides a visual representation of the Architect of the Capitol (AOC) logo with precise measurements. The attachment details specific dimensions for various elements of the logo, including widths of 1/16”, 3/8”, 3/4”, 3”, 1-7/8”, 1/8”, 3-1/8”, and 2-1/4”. This document is likely intended for vendors or contractors involved in government RFPs, federal grants, or state/local RFPs who require accurate specifications for reproducing the AOC logo on materials, signage, or publications related to projects for the Architect of the Capitol.
    Attachment 5, titled "ORGANIZATIONAL PATCHES," lists various organizational units, likely within a governmental or institutional context, that possess distinct patches or logos. The document specifies that a new logo is detailed on page 4. The listed units include the Botanic Garden, Capitol, Capitol Grounds, Capitol Power Plant, Construction Division, House Office Buildings, Library Buildings and Grounds, PPM – High Voltage, PPM - Electrical Engineering Branch, Senate Office Buildings, and the Supreme Court Patch. This attachment appears to be a directory or inventory of official organizational identifiers, possibly for uniform, signage, or record-keeping purposes within a larger federal or state governmental body.
    This government file outlines the instructions for quoters and the basis for award for a federal contract, focusing on five key factors. Factor 1, Technical Approach, requires a narrative detailing project management, delivery, and quality control. Factor 2, Uniform Samples, mandates the submission of specific men's and women's uniform items. Factor 3, Key Personnel, requires a resume for the Project Manager, demonstrating relevant experience. Factor 4, Corporate Experience, asks for details on three recent and relevant past contracts, including contract type, description of services, client information, points of contact, total dollar value, period of performance, percent complete, and place of performance. Factor 5, Past Performance, requires quoters to provide a Past Performance Questionnaire to past customers for the contracts identified in Factor 4. The government will evaluate these factors to assess understanding, quality, experience, and successful past performance.
    This document is a Request for Proposal (RFP) detailing clothing and other items required for various federal government personnel, including fitting room employees and service center operators. It outlines a comprehensive list of shirts, work pants, outerwear, and accessories, specifying materials, colors, and sizing for men and women. The RFP also includes a section for pricing per item for a base year and four option years, with instructions for calculating totals. While unit prices are currently listed as $0.00, the document emphasizes not changing the estimated quantities. The inclusion of a Fitting Room Employee hourly rate indicates a service component alongside the provision of goods. This RFP aims to procure a wide range of COTS (Commercial Off-The-Shelf) clothing items and related services, ensuring compliance with domestic end product requirements.
    The provided document is a draft Statement of Work (SOW) for a Blanket Purchase Agreement (BPA) concerning uniforms for the Architect of the Capitol (AOC). Titled "AOC Uniforms BPA," this SOW outlines the requirements for providing uniforms across all AOC jurisdictions. Dated December 1, 2026, the document is in its early stages as indicated by the "DRAFT" status and the version number "Draft 12.1.25." This SOW is a foundational document for a federal government Request for Proposal (RFP) or a similar procurement process, setting the terms and conditions for potential vendors to supply uniforms to the AOC.
    Lifecycle
    Title
    Type
    Similar Opportunities
    BPA - Clothing, Special Purpose PSC 8415
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking to establish Blanket Purchase Agreements (BPAs) for the supply of special purpose clothing under the PSC code 8415 and NAICS code 315990. Interested vendors must demonstrate their capabilities and expertise by providing a cover sheet, a price list, and at least three past performance references that will be evaluated based on customer satisfaction, timeliness, technical success, program management, and quality. This procurement is crucial for ensuring the availability of specialized clothing for defense operations, and vendors are encouraged to submit their documentation by April 30 for June awards or by October 31 for December awards. For further inquiries, interested parties can contact Barbara Grinder at barbara.j.grinder.civ@us.navy.mil or by phone at 301-744-6674.
    FBI Police Uniforms
    Buyer not available
    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.
    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.
    New PPE Uniform Contract
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Baltimore District, is seeking to gather information from industry members regarding a potential contract for Personal Protective Equipment (PPE) uniform rental and cleaning services for the Washington Aqueduct. This Sources Sought Notice aims to assess the interest, capabilities, and qualifications of various businesses, including Small Businesses, Section 8(a), HUBZone, Service-Disabled Veteran-Owned Small Businesses, and Women-Owned Small Businesses. The procurement is crucial for ensuring the safety and compliance of personnel working in sensitive environments, highlighting the importance of reliable PPE services. Interested parties are encouraged to reach out to Ayanah Savage at ayanah.a.savage@usace.army.mil or (410) 962-0729 for further information.
    MC & NWU APECS Trousers
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is soliciting proposals for the procurement of Marine Corps and Navy Working Uniform All-Purpose Environmental Clothing System (APECS) trousers. This solicitation, designated SPE1C1-25-R-0103, includes specific requirements for three types of trousers: Woodland Camouflage Class 1 for the Marine Corps, and Desert and Woodland Camouflage for the Navy, with strict adherence to military specifications and quality assurance standards. The trousers are critical for military personnel, providing essential environmental protection and operational functionality. Interested HUBZone small businesses must submit proposals electronically via the DLA Internet Bid Board System (DIBBS) by December 22, 2025, at 3:00 PM EST, including Product Demonstration Models and compliance with various federal regulations. For further inquiries, contact Marissa Sacca at Marissa.1.Sacca@dla.mil or Randall McArthur at RANDALL.MCARTHUR@DLA.MIL.
    Commissary Resale, Religious, Recreational, and Specialty Items
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Prisons (BOP), is seeking qualified vendors to establish Blanket Purchase Agreements (BPAs) for the supply of commissary, religious, recreational, and specialty items. The procurement aims to secure a comprehensive range of approved resale items, including food, religious articles, health and hygiene products, clothing, arts and crafts, and general merchandise, with nationwide delivery to all BOP institutions within seven days. This initiative is crucial for meeting the diverse needs of the inmate population and ensuring compliance with BOP standards. Interested vendors must submit a capability statement by December 16, 2025, detailing their ability to meet the outlined requirements, including national distribution and customer service capabilities. For further inquiries, vendors can contact Brooke Wilson at bwilson1@bop.gov or call 202-305-6744.
    Personalized Navy Galley Uniforms
    Buyer not available
    The Department of Defense, specifically the U.S. Navy's SUPSHIP Bath, is soliciting quotations for personalized galley uniforms under a Total Small Business Set-Aside procurement. The requirement includes various chef apparel items such as long and short sleeve chef coats, ribbed t-shirts, chef hats, aprons, and baggy chef pants, all of which must be manufactured in the USA and meet specific fire-retardant fabric standards. This procurement is crucial for ensuring the safety and uniformity of Navy personnel in food service roles, with delivery expected no later than 60 days after receipt of order to Bath, Maine. Interested vendors should submit their quotations via email to Missy Boudreau by December 2, 2025, and must confirm their active registration in SAM.gov.
    Retail Shop A&E Quality Assurance - Library of Congress
    Buyer not available
    The Library of Congress is seeking contractor support for Architecture, Engineering, and Quality Assurance services related to the preparation, fabrication, and installation of a new Retail Shop as part of its Visitor Experience Master Plan. The contractor will be responsible for issuing Architect’s Supplemental Instructions, conducting site visits for quality assurance, reviewing submittals and inspection reports, and facilitating quality assurance meetings, among other tasks. This project is critical for enhancing visitor engagement and experience within the Thomas Jefferson Building. Interested parties can contact Colleen Daly at cdaly@loc.gov or Michael F. Schuman at mschuman@loc.gov for further details, as the procurement is justified for a specific vendor, Bergmann Associates, due to their unique familiarity with the project.
    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.
    D951-M On-site Services (R-1) (A-1)
    Buyer not available
    The United States Government Publishing Office (GPO) is seeking proposals for on-site services through a Multiple Award Task Order Contract (MATOC) under the D951-M (R-1) Umbrella Contract. This solicitation aims to qualify contractors capable of providing a range of services, including copying, printing, scanning, and mailing solutions, at various Federal Government facilities both within the contiguous United States (CONUS) and outside (OCONUS). The awarded contractors will compete for individual task orders, with the Government reserving the right to limit competition when deemed necessary. Interested contractors should designate a single point of contact for task order requests and can find complete specifications and additional details at the GPO's vendor website. For inquiries, contact Lauren Helming at lhelming@gpo.gov or APS/ACS at apsacs@gpo.gov.