ContractCombined Synopsis/SolicitationTotal Small Business Set-Aside (FAR 19.5)

Alteration and Fitting of Military Uniforms

DEPT OF DEFENSE FA301625R6000
Response Deadline
Sep 16, 2025
Deadline passed
Days Remaining
0
Closed
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Combined Synopsis/Solicitation

Contract Opportunity Analysis

The Department of Defense, specifically the Department of the Air Force, is seeking proposals for alteration and fitting services for military uniforms at Joint Base San Antonio-Lackland, Texas. This procurement, identified by solicitation number FA301625R6000, aims to provide alteration services for an estimated 42,000 basic trainees and prior service personnel annually, ensuring compliance with Air Force standards and quality control measures. The contract will be awarded on a Firm-Fixed Price basis, structured as a requirements contract with five ordering periods from November 2025 to November 2030, and is set aside exclusively for small businesses under NAICS code 811490. Interested contractors must submit their proposals by September 16, 2025, at 2:00 PM CST, and are encouraged to attend a site visit scheduled for August 27, 2025, with prior registration required by August 21, 2025. For further inquiries, contractors may contact Kailah Kraus at kailah.kraus@us.af.mil or Emily Deck Sanders at emily.deck_sanders@us.af.mil.

Classification Codes

NAICS Code
811490
Other Personal and Household Goods Repair and Maintenance
PSC Code
S209
HOUSEKEEPING- LAUNDRY/DRYCLEANING

Solicitation Documents

13 Files
Alt Fit Combined Synopsis Solicitation.pdf
PDF282 KB9/3/2025
AI Summary
The Request for Proposal (RFP) FA301625R6000, issued by JBSA-Lackland, TX, seeks alteration and fitting services. This is a 100% small business set-aside under NAICS code 811490 with a $9M size standard. The contract will be a Firm-Fixed Price (FFP), Indefinite Delivery (ID), Requirements Contract, awarded on a Lowest Price Technically Acceptable (LPTA) basis. The contract includes a phase-in period and five one-year ordering periods from November 2025 to November 2030, with an option to extend services for an additional six months. Proposals must include a comprehensive Quality Control Plan and a Continuation of Essential Contractor Services Plan. Submissions are due by September 16, 2025, at 2:00 PM CST, via email. A site visit is scheduled for August 27, 2025, with registration required by August 21, 2025.
FA301625R6000 Attach 1 Performance Work Statement.pdf
PDF302 KB9/3/2025
AI Summary
This Performance Work Statement (PWS) outlines a non-personal services contract for the alteration and fitting of military uniforms for the U.S. Air Force and Space Force. The contractor will provide all necessary personnel, equipment, and supplies to fit and alter uniforms for an estimated 42,000 basic trainees and prior service personnel annually at JBSA Lackland AFB, TX. Key responsibilities include adhering to Air Force Instructions (AFI) and the Uniform Fit Guide (UFG), maintaining a quality control program, and ensuring timely alterations. The government will provide facilities and certain equipment, while the contractor is responsible for all other materials and minor equipment maintenance. Specific tasks cover alteration standards, fitting procedures, adherence to strict timelines for flight processing, handling of mis-altered or lost garments, and managing exception alterations. The contractor must also comply with security, safety, and personnel requirements, including background checks and proper identification. Performance will be evaluated against defined thresholds for workmanship, timeliness, and facility maintenance.
FA301625R6000 PWS Sub Attach 1.1 Guide for Uniform Fitting and Alterations 2024.pdf
PDF216 KB9/3/2025
AI Summary
This guide, "Guide for Uniform Fitting and Alterations," is part of federal government contract F41636-03-D-0023, focusing on uniform fitting and alteration procedures for Air Force male and female personnel. It provides essential guidance for issuing, fitting, altering, and inspecting Air Force uniforms, complementing but not replacing AFI 36-2903. The document details specific fitting procedures and AFI requirements for various uniform items, including men's long and short-sleeve shirts, trousers, service dress coats, and all-weather coats. It also covers women's short and long-sleeve blouses, service dress coats, all-weather coats, service skirts, and service slacks. The guide emphasizes the importance of proper fit for appearance and comfort, stressing that alterations should be limited to those necessary to achieve the desired look. It outlines precise measurements and fit standards for collars, shoulders, body, sleeve and body length, waist, seat, and trouser break, ensuring uniformity and adherence to Air Force standards. The document highlights that uniforms should fit comfortably, allow ease of movement, and maintain a professional appearance, with strict tolerances for alterations and specific instructions for trying on garments to achieve the best fit.
FA301625R6000 PWS Sub Attach 1.2 GFP APR 2025.xlsx
Excel28 KB9/3/2025
AI Summary
The document, an appendix to a federal government RFP (FA3016-25-D-XXXX), details two inventories of Government Furnished Property (GFP) and Government Furnished Equipment (GFE) for the Alt-Fit project. Appendix 4 lists 33 items of GFP, primarily industrial sewing machines (JUKI, GLACO, CONSEW, U.S. STITCHLINE, RELIABLE, KINGTEX) and cutters (JASEW/JIASEW), with a total value of $32,335.80. Appendix 5 outlines 255 items of GFE, including various tables (cutting, sorting, utility, sewing machine, computer), chairs (swivel, stacking, bench), laundry bins, metal carts, lockers, trash cans, desks, storage cabinets, and a refrigerator. Both appendices provide descriptions, stock/model numbers, serial numbers (where applicable), quantities, and status (Good, Fair, or New), indicating the condition of the government-owned assets provided for the contract.
FA301625R6000 Attach 2 Schedule of SuppliesServices and Price List.xlsx
Excel31 KB9/3/2025
AI Summary
The document, FA301625R6000 Attachment 2, outlines a comprehensive schedule of supplies and services with associated price lists for alteration and fitting services at JBSA-Lackland, TX. The contract is structured into five ordering periods, spanning from December 2025 to November 2030, with an initial 'Phase In' period in November 2025. Each ordering period includes services for 'Alterations and Fitting Services' and 'Not To Exceed (NTE) Repair/Replacement of Government Property'. Detailed price lists are provided for alteration types under CLINs 1001, 2001, 3001, 4001, and 5001, covering various garment modifications such as hemming, waist adjustments, sleeve alterations, and specialized fittings. The pricing encompasses all management, tools, supplies, equipment, and labor required for these services.
FA301625R6000 Attach 3 Clauses and Provisions.pdf
PDF426 KB9/3/2025
AI Summary
The document, an RFP, outlines critical federal acquisition regulations and clauses for contractors. Key sections address supply chain security, requiring offerors to disclose any use of products or services prohibited by Federal Acquisition Supply Chain Security Act (FASCSA) orders, with a mechanism for potential waivers. It details requirements for certified cost or pricing data when only one offer is received and specifies electronic invoicing procedures via the Wide Area WorkFlow (WAWF) system, including document types and routing instructions. The RFP also includes provisions for incrementally funded contracts, outlining payment limitations and notification procedures for funding shortfalls. Furthermore, it emphasizes the continuation of essential contractor services during crises, mandating a plan for maintaining operations. The document also provides extensive representations and certifications for offerors, covering business size, veteran status, and compliance with various federal regulations, including those concerning child labor, Buy American acts, and debarment.
FA301625R6000 Attach 5 Financial Disclosure.pdf
PDF360 KB9/3/2025
AI Summary
The Department of the Air Force's 502D Air Base Wing at Joint Base San Antonio (JBSA) has issued solicitation FA301625R6000 for JBSA Alteration and Fittings. This document outlines the Contractor Responsibility Package, requiring offerors to submit a Financial Disclosure Release Authorization (page 2) as part of their proposal. This form authorizes the Government to request financial information from the offeror's financial institution to determine contractor responsibility in accordance with FAR Part 9. A sample Financial Information form (pages 3-4) is provided for offerors to understand the type of details the 502 CONS will request directly from financial institutions, but this sample form is not to be submitted with the proposal. These contractor responsibility documents are administrative and are not subject to proposal page count restrictions. The financial information requested includes account history, current status, accounting practices, number and types of accounts, operational balance, lines of credit, and the financial institution's assessment of the contractor's ability to meet financial obligations for a six-figure or more annual project.
FA301625R6000 Attach 6 Schedule of Insurance.pdf
PDF398 KB9/3/2025
AI Summary
The Department of the Air Force, 502nd Air Base Wing, Joint Base San Antonio, issued a contract for "Alterations and Fittings, JBSA Lackland, TX" dated July 9, 2025. This document outlines the mandatory insurance requirements for the contractor. The contractor must provide and maintain, at their own expense, specific minimum amounts of insurance, including $100,000 for Worker's Compensation and Employer's Liability, $500,000 per occurrence for General Liability for Bodily Injury, and for Automobile Liability, $200,000 per person, $500,000 per occurrence for Bodily Injury, and $20,000 per occurrence for Property Damage. Before starting work, the contractor must certify in writing to the Contracting Officer that the required insurance has been obtained. Insurance policies must include an endorsement ensuring that any cancellation or adverse material change affecting the Government's interest is not effective until 30 days after written notice is given by the insurer or contractor, or for the period prescribed by state law, whichever is longer. The contractor is also required to flow down these insurance requirements to all subcontractors performing work on a Government installation, in accordance with FAR 52.228-5. The contracting officer is Emily Deck Sanders.
Amendment 01 Alterations and Fittings.pdf
PDF215 KB9/3/2025
AI Summary
Amendment 01 to the Department of the Air Force contract FA301625R6000 addresses technical questions submitted before and after a site visit on August 27, 2025. This amendment also adds clause 52.252-4,
Alt Fit QA_3 Sep 2025.pdf
PDF112 KB9/3/2025
AI Summary
This government file addresses questions and answers related to a federal contract for alterations and fitting services. Key inquiries cover site visit access, average monthly invoice data, and the number of full-time and part-time employees of the current contractor. The government has stated it is unable to provide proprietary or ongoing contract information, including employee salaries, past performance issues, or detailed employee scheduling. However, it confirms no current shortages of service coats and no recorded performance challenges impacting the current contract. The document clarifies that quantity variances in ordering periods are due to a one-month phase-in for non-incumbent awardees and specifies that all offerors, including the incumbent, must submit required financial disclosure forms, with only page 2 of Attachment 5 required with proposals. A request for a proposal submission extension was denied.
FA301625R6000 Attach 3 Clauses and Provisions Amend 01.pdf
PDF539 KB9/3/2025
AI Summary
This government file, FA301625R6000, details numerous clauses incorporated by reference and in full text for federal government solicitations, primarily focusing on defense-related procurements. Key areas covered include regulations on contracting officer representatives, compensation of former DoD officials, whistleblower rights, antiterrorism awareness, safeguarding defense information, and prohibitions on certain telecommunications equipment and services. It also addresses various federal acquisition regulations (FAR) such as those pertaining to the System for Award Management (SAM), responsible business practices, environmental compliance, and property management. Detailed provisions are provided for the Federal Acquisition Supply Chain Security Act (FASCSA) orders, procedures for 'Only One Offer' scenarios, and Wide Area WorkFlow (WAWF) payment instructions. The document also outlines the 'Limitation of Government's Obligation' for incrementally funded contracts and emphasizes the 'Continuation of Essential Contractor Services' during crisis situations, requiring offerors to submit plans for maintaining critical operations.
FA301625R6000 Attach 4 SCA Wage Determination 2015 5253 RV 27.pdf
PDF5007 KB9/3/2025
AI Summary
No AI summary available for this file.
FA301625R6000 Exhibit 1 Quality Assurance Surveillance Plan .pdf
PDF210 KB9/3/2025
AI Summary
The FA301625R6000 Exhibit 1 Quality Assurance Surveillance Plan (QASP) outlines the framework for monitoring a contract for fitting and alteration of basic military training uniforms at JBSA Lackland AFB, TX. Developed under Performance-Based Services Acquisitions (PBSA) guidelines, the QASP ensures contractor compliance with cost and schedule requirements, supporting the Multi-functional Team (MFT) and Contracting Officer Representative (COR). It details the roles and responsibilities of the MFT members, including the COR, Contracting Officer (CO), Requiring Activity/COR Management, Contracting Squadron Commander (CSC), Quality Assurance Program Coordinator (QAPC), and Contract Specialist (CS). The plan specifies performance objectives for workmanship, timeliness, exception alterations, cleanliness, and safety, outlining methods of inspection such as periodic inspections, one-hundred percent inspections, and customer complaint protocols. It also covers performance assessment processes, certification of services, procedures for unacceptable services, and contract manager notification, ensuring effective performance management and adherence to regulations, including combating human trafficking.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedAug 15, 2025
amendedLatest AmendmentSep 3, 2025
deadlineResponse DeadlineSep 16, 2025
expiryArchive DateOct 1, 2025

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE AIR FORCE
Office
FA3016 502 CONS CL

Point of Contact

Name
Kailah Kraus

Place of Performance

DWG, Texas, UNITED STATES

Official Sources