Blanket Purchase Agreement (BPA) Apparels for HIARNG RRB
ID: W912J625QA005Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7M4 USPFO ACTIVITY HI ARNGHONOLULU, HI, 96816-4495, USA

NAICS

Cut and Sew Apparel Contractors (315210)

PSC

CLOTHING, SPECIAL PURPOSE (8415)

Set Aside

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

    The Department of Defense, through the Department of the Army, is seeking qualified small businesses to establish a Blanket Purchase Agreement (BPA) for various apparel items for the Hawaii Army National Guard's Recruiting and Retention Battalion. The procurement includes a range of custom clothing such as polo shirts, t-shirts, athletic uniforms, jackets, and accessories, with specific requirements for sizes, colors, and materials outlined in the solicitation documents. This BPA is crucial for providing necessary uniforms and promotional items to support the battalion's mission over a five-year period, with an estimated annual spending of approximately $100,000. Interested vendors must submit their offers by February 5, 2025, at 4:00 PM local time, and can direct inquiries to Jonathan Ringor or Clesson K. Paet via the provided contact information.

    Files
    Title
    Posted
    The BPA Ordering Instructions detail the process for placing orders under the specified Blanket Purchase Agreement (BPA) with the authorized office, USPFO-HI P&C (W912J6). The primary contacts for contracting are Clesson Paet and Jonathan Ringor, whose email addresses are provided for communication. Orders are to be rotated among BPA holders and become binding upon acceptance by the contractor, following a written acknowledgment of receipt. To initiate an order, the customer must outline their requirements clearly, including quantity and delivery timelines. The contracting office will relay this information to BPA holders, who will submit pricing. Customers must then confirm and secure funding before the contracting office issues a call order, distributing it to relevant parties, including the contractor. The process emphasizes timely communication, acknowledgment, and compliance with funding procedures, ensuring a smooth order fulfillment process while adhering to government procurement standards.
    The document outlines the Q&A from the solicitation for RRB Apparels under solicitation number W912J625QA005, focusing on queries related to a Blanket Purchase Agreement (BPA) concerning apparel and promotional items. Key points include confirmation that standard kitchen aprons are required, and that multiple materials and color options can be utilized based on specified orders. The BPA will support recurring apparel orders with a range of 25 to 200 units per order, with specific requirements confirmed during each order cycle. There is no preference for specific brands, and all items will be shipped to the same address. The process is flexible, allowing vendors to mix and match various apparel types and color combinations as requested. Overall, the BPA framework is intended to streamline procurement for the Recruiting and Retention Battalion over a five-year period, ensuring timely delivery of necessary items as needs arise. This allows for efficient vendor participation and a structured approach to fulfilling government apparel requests.
    The document outlines a series of questions and answers regarding a Blanket Purchase Agreement (BPA) for apparel and promotional items with the Recruiting and Retention Battalion. Key points include specifications on sizes, quantities, materials, and types of apparel such as kitchen aprons, shirts, hats, and other items with varying color options. There are no specific brand preferences, and vendors will be awarded based on future specific orders over a five-year period. Notably, the minimum order quantity is set at 25 items, while maximums can reach 200 per order. Screen printing and embroidery will be required, and product details will vary with each call order. Mocks and logos will be provided before each order, ensuring suppliers understand the customer’s needs. Overall, the document serves to clarify requirements for potential vendors responding to the solicitation under federal procurement guidelines, focusing on the flexibility and variety needed in product selection while maintaining standards and compliance.
    The document outlines a comprehensive list of apparel and accessories requested under federal government RFPs, grants, and local solicitations. It details various items categorized by type, size, color options, and material specifications. The products include polo shirts, backpacks, athletic jerseys, jackets, t-shirts, and a wide range of accessories like hats, socks, and aprons, available in multiple sizes from youth to adult (XS-4XL). The color palette includes standard shades such as black, white, red, blue, and green, as well as camo designs. The document emphasizes the intended use and material quality, indicating the significant variety in fabric compositions, including cotton, polyester, and Gore-Tex. The explicit focus on multicolored items suggests a preference for diversity in offerings. This file serves as a critical reference for suppliers responding to government RFPs, highlighting requirements that ensure compliance with federal standards and provide essential uniforms and gear for government-related programs or initiatives. Comprehensively understanding the specifications is vital for successful bids in these procurement opportunities.
    The document outlines a solicitation for a Blanket Purchase Agreement (BPA) to procure clothing apparel for the Hawaii Army National Guard’s Recruiting and Retention Battalion, designated as a 100% small business set-aside. The anticipated contract duration is five years, from February 17, 2025, to February 16, 2030, with an estimated total spending of approximately $100,000 annually. Key items requested include polo shirts, t-shirts, athletic jerseys, jackets, and hats in various sizes and colors, specified with required materials. Offers are due by February 5, 2025, at 4:00 PM local time, and bids will be evaluated based on price and adherence to solicitation provisions. Additional contract terms include delivery requirements (FOB destination) and pricing conditions, with minimum and maximum call amounts defined. The solicitation incorporates various Federal Acquisition Regulation (FAR) clauses and emphasizes compliance with laws and executive orders related to commercial products and services. This procurement process highlights the government’s commitment to supporting small businesses while fulfilling specific mission requirements.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    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.
    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 aims to fulfill the agency's uniform requirements, which include uniforms, patches, insignia, and outerwear, with each uniformed employee allocated an annual budget of $400 for uniforms and an additional $400 for new hires. Interested contractors are invited to respond by December 15, 2025, with information regarding their interest, GSA Schedule contract details, and feedback on the Draft Statement of Work, Pricing Sheet, and Instructions to Quoters. For further inquiries, vendors can contact Roman Davydov at roman.davydov@aoc.gov.
    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.
    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.
    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.
    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.
    Supply Blanket Purchase Agreement (Hardware)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking multiple small businesses to enter into a Blanket Purchase Agreement (BPA) for general hardware and lumber supplies at Fort Drum, New York. Interested contractors must be located within a 30-mile radius of Fort Drum and must be able to accept Government Purchase Cards, with potential payments exceeding $10,000 processed through Wide Area Workflow (WAWF). This procurement is crucial for supporting the Department of Public Works at Fort Drum, and BPAs will be evaluated annually based on price, socio-economic status, past performance, and technical capabilities. Interested parties should contact Samara Johnson at samara.e.johnson.civ@army.mil or Ernie Ixtlahuac at ernie.a.ixtlahuac.civ@army.mil for inquiries, ensuring they are registered in the System for Award Management (SAM) prior to submission.
    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.
    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.
    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.