PAG Dickies Uniform BPA
ID: FA286025Q4044Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2860 316 CONS PKJB ANDREWS, MD, 20762-7001, USA

NAICS

Cut and Sew Apparel Contractors (315210)

PSC

OUTERWEAR, MEN'S (8405)

Set Aside

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

    The Department of the Air Force is seeking to establish at least two Blanket Purchase Agreements (BPA) for Dickies uniforms specifically for the Presidential Airlift Group (PAG) at Joint Base Andrews. The procurement includes navy-blue uniform items such as tops and bottoms, essential for maintaining distinct identification during mission performance in various environments, particularly cold weather. This initiative underscores the importance of operational readiness and personnel safety, ensuring that the workforce is equipped with suitable apparel. Interested vendors must submit their quotes, including a Uniform Price List, via email by August 6, 2025, and can direct inquiries to AB Zwe Naing at zwe.naing@us.af.mil or TSgt Andrea Begens at andrea.begens@us.af.mil.

    Point(s) of Contact
    TSgt Andrea Begens
    andrea.begens@us.af.mil
    Files
    Title
    Posted
    The document outlines a federal request for proposals (RFP) for procurement of cold weather gear, specifically clothing items suitable for various work environments. It includes a detailed list of Dickies and Condor products, specifying items such as short and long sleeve work shirts, work pants, pullover jackets, and thermal accessories. The shirts are available in multiple sizes ranging from small to 2X-large, with specific part numbers for inventory tracking. Additionally, a comprehensive size range is provided for the Dickies work pants, spanning from 26x26 to 42x36 to accommodate diverse employee needs. The inclusion of Condor base layers and accessories suggests a focus on warmth and functionality for outdoor work conditions. This RFP indicates the government's intention to ensure that its workforce is equipped with suitable cold-weather apparel, highlighting operational readiness and personnel safety in challenging weather conditions.
    The document outlines a federal Request for Proposal (RFP) for various clothing items intended for government personnel. It lists a comprehensive range of apparel, including neck gaiters, watch caps, short and long-sleeve work shirts by Dickies in navy, and zip pullovers and drawers by Condor in black. Sizes required for the shirts span from small to 2X-large, while the Dickies work pants are specified in multiple sizes ranging from 26x26 to 42x36. Each clothing item includes specific part numbers for procurement purposes. The extensive size range indicates a commitment to inclusivity and the necessity for versatile uniform options for all personnel. Overall, the document serves as a foundational guideline for suppliers to respond to the RFP by detailing the required items and specifications needed by the government.
    The document outlines the "Blanket Purchase Agreement" (BPA) for Dickies Uniforms, set to operate from September 1, 2025, to August 31, 2030. The BPA serves as a simplified purchasing mechanism, allowing authorized personnel to order uniforms without a formal order process for purchases less than $25,000. Orders up to this threshold can be placed via email and paid using a Government Purchase Card (GPC), with all credit card fees to be waived by the vendor. The Contracting Officer will provide a list of authorized buyers along with their purchasing limits. Each delivery must be accompanied by a detailed ticket providing essential information including supplier details, itemized lists, and quantities. Monthly summaries of invoices will be required, detailing all deliveries and their total values. Price lists for the uniforms are to be submitted to the Contracting Division, with stipulations for updates in case of price changes or new items within the BPA duration. The government retains the right to terminate the BPA with a 10-day notice to the contractor. This BPA is established to ensure efficient procurement of uniforms while adhering to federal purchasing protocols.
    The Department of the Air Force is soliciting proposals for Dickie’s Uniforms through a Request for Quotation (RFQ) designated FA286025Q4044, specific to the Presidential Airlift Group (PAG) at Joint Base Andrews. The solicitation, issued on July 23, 2025, aims to establish at least two Blanket Purchase Agreements (BPA) for navy-blue uniform items, ensuring the PAG maintains distinct identification during missions. This acquisition is exclusively open to small businesses, designated under the NAICS code 315210. Interested vendors must submit their quotes, including a Uniform Price List (Attachment 2), via email before the deadline on August 6, 2025. The selection criteria emphasize price and technical acceptability, with quotes remaining valid for 90 days. The contract will adhere to various federal regulations and clauses, ensuring compliance, especially for small businesses. The solicitation details the submission process and requirements, underscoring the importance of SAM registration for participating vendors. The document outlines pertinent terms, including evaluation criteria and clauses relevant to commercial items, aiming for effective procurement in military operations.
    This document outlines the details of a new Blanket Purchase Agreement (BPA) solicitation, primarily concerning the ordering and delivery of various items. The estimated annual spend for this agreement is approximately $3,000 based on historical data over the past three years, although this amount does not guarantee funding. Items will not require customization or on-site measuring services, and orders will be placed through a central point of contact based on operational needs identified in individual task orders. Deliveries are typically made to a central location, though alternative addresses may be specified as necessary. Vendors must provide pricing for each listed item and can propose annual price adjustments, subject to approval. Substitutions for unavailable items may be considered with prior written approval. The solicitation is open to all responsible vendors and requires adherence to specified brands unless no brand is listed, allowing for alternatives meeting stated requirements. No visual references for items are included, and vendors must rely on part numbers and characteristics provided. This document serves to clarify expectations and procedures for potential vendors considering participation in the solicitation process.
    The provided document appears to indicate an issue with displaying its content correctly, potentially due to compatibility problems with PDF viewing software. It suggests upgrading to the latest version of Adobe Reader to access the document. The note emphasizes that Windows and Mac are trademarks of their respective companies, and it provides links for further assistance with Adobe Reader. There are no substantive details or information regarding federal RFPs, grants, or any specific government project included in the text. Thus, the main purpose seems to be technical support rather than relaying information pertinent to government contracting or funding opportunities.
    The document outlines a procurement request for various cold weather gear, specifically focusing on Dickies and Condor brand products. It includes a list of work shirts—in both short and long sleeve styles—available in multiple sizes, all in navy color, along with different sizes of navy work pants. Additionally, it specifies Condor Base II Zip Pullovers and Mid-Weight Drawers in black, detailing sizes from small to 2X-large. The inclusion of Thermo Neck Gaiters and Watch Caps in black is also noted. The itemized inventory highlights the requirement for durable and potentially uniform clothing, pertinent for government or organizational purposes. This document appears to cater to federal, state, or local RFPs related to procurement of apparel, focusing on specific size requirements and brands to ensure standardization and quality in cold weather gear for personnel. Overall, the emphasis seems to be on preparing for colder climates, ensuring readiness and appropriate attire for workers in the field.
    The document addresses vendor inquiries regarding the Sources Sought notice for Dickie’s uniforms under contract FA286025Q4044, which is a recompete for a previously expired Blanket Purchase Agreement (BPA). Key points include the absence of specific quantity estimates for various clothing styles, as the contract aims for continuous, as-needed ordering rather than a bulk order. The government seeks vendors capable of providing Dickies brand or equivalent products, with specifications to be included in the upcoming solicitation. Particular attention is given to product characteristics, where the government indicates a potential openness to direct sourcing, pending established approval processes. Delivery timings, product requirements including possible added functionalities, and compliance with federal regulations like the Trade Agreements Act will also be clarified in the formal solicitation. The procurement is confirmed to be for a purchase, not rental. This information serves as a preliminary framework for vendors as the government conducts market research ahead of formal procurement processes.
    Lifecycle
    Title
    Type
    PAG Dickies Uniform BPA
    Currently viewing
    Combined Synopsis/Solicitation
    Sources Sought
    Similar Opportunities
    USAFA Polo Shirts
    Buyer not available
    The Department of Defense, through the United States Air Force Academy (USAFA), is seeking quotes for the manufacture and delivery of men's and women's cadet polo shirts for fiscal year 2026. The procurement requires compliance with specific material standards, including 100% polyester fabric with moisture management capabilities, and includes detailed specifications for design, sizing, and labeling, such as an embroidered USAFA logo. This contract is a total small business set-aside, with a firm-fixed-price structure for a base year and four option years, emphasizing the importance of domestic sourcing under the Berry Amendment. Interested vendors must submit their quotes by December 9, 2025, and direct any inquiries to Danielle Hyde or Marissa Morris via email.
    USAFA CADET ATHLETIC JACKETS MNS AND WMNS
    Buyer not available
    The Department of Defense, through the United States Air Force Academy (USAFA), is soliciting quotes for the procurement of men's and women's athletic jackets under a Total Small Business Set-Aside contract. This opportunity involves an Indefinite Delivery Indefinite Quantity (IDIQ) contract with one base year and four option years, requiring vendors to manufacture jackets according to detailed specifications, including the use of government-furnished materials. The athletic jackets are integral to the cadet dress uniform, emphasizing quality and adherence to specific design and material standards. Quotes are due by December 12, 2025, at 10:00 AM Mountain Standard Time, and interested vendors should contact Ronald Wilson or Wanda Farr for further information.
    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.
    Cold Weather Coveralls
    Buyer not available
    The Department of Defense, specifically the Colorado Air National Guard's 140th Wing, is seeking qualified contractors to provide 494 cold weather coveralls under a Firm Fixed Price contract. The coveralls must meet specific requirements, including being insulated, wind-resistant, water-repellent, and made from low static-producing, tear-resistant fabric, with reinforced knees and securable pockets. This procurement is critical for maintaining operational readiness in cold conditions, and the contract is designated as a Total Small Business Set-Aside under NAICS code 315250. Interested vendors must submit their quotes by December 12, 2025, and ensure they are registered in SAM.gov; for further inquiries, they can contact the 140th Contracting Office at 720-847-9498 or via email at 140.WG.MSC@us.af.mil.
    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.
    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.
    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.
    Tailor Made Flight Suits for Members of the Naval Flight Demonstration Squadron.
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Jacksonville, is seeking qualified contractors to provide tailor-made flight suits for members of the Naval Flight Demonstration Squadron. These uniforms must adhere to specific safety, operational, and mission requirements, reflecting the iconic design and uniformity essential for the squadron's public appearances. Interested contractors are required to submit four prototypes in various colors for qualification testing, with the anticipated contract awards expected to begin in August 2025. For further inquiries, potential bidders can contact Robert S. Edwards at robert.s.edwards42.civ@us.navy.mil.
    FBI Police Uniforms
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking proposals for the procurement of police uniforms under Request for Proposal (RFP) 15F06725R0000235. This opportunity involves establishing a Firm-Fixed-Price, Indefinite-Delivery Indefinite-Quantity (IDIQ) contract for 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. 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 proposals, including samples, by January 9, 2026, and can direct inquiries to Victoria McDaniels at vmcdaniels@fbi.gov.
    Air Force Temperate Weather Boot
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking proposals from qualified small businesses for the procurement of Air Force Temperate Weather Boots, specifically designed for both men and women. The contract will cover the production of Coyote-colored boots that meet stringent specifications outlined in the Product Descriptions PD-77AESG-06-01A for men's boots and PD-77AESG-06-03A for women's boots, which include requirements for materials, performance criteria, and safety standards. These boots are essential for military personnel operating in temperate weather conditions, ensuring durability and comfort in demanding environments. Interested vendors should note that the contract will be awarded as an Indefinite Quantity (IDIQ) type with a guaranteed minimum of 17,196 pairs and a maximum value of $44,881,560, with proposals evaluated based on product demonstration models and past performance. For further inquiries, potential bidders can contact Angela Harris-Norton at angela.harris-norton@dla.mil or Clifford Lawson at clifford.lawson@dla.mil.