DHS-wide Uniforms III Contract
Solicitation from US CUSTOMS AND BORDER PROTECTION • HOMELAND SECURITY, DEPARTMENT OF. Place of performance: DC. Response deadline: Mar 10, 2026. Industry: NAICS 315210 • PSC 8415.
Market snapshot
Awarded-market signal for NAICS 315210 (last 12 months), benchmarked to sector 31.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 315210
Description
This RFP, 70B01C26R00000004 (Amendment 0006), is issued for the DHS-wide Uniforms III contract.
Amendment 0006 is issued to achieve the following:
1. Provide the remaining government responses to questions from offerors related to Phase 2. See Attachment named RFP Phase 2 Q&A – R1.
2. Provide a new deadline for receipt of further questions related to Phase 2. Questions shall be received by the government no later than 1:00 PM EST, Wednesday, February 18, 2026, to allow time for the government to adequately address the questions.
3. Provide a Conformed Solicitation to capture changes noted in earlier questions and government responses.
4. Provide Updated Specifications for some components. The following specifications are updated and replace the prior versions in entirety:
- Attachment B1 - CBP Specs V3
- Attachment B8 - FPS Specs V2
- Attachment A - CLIN PRICING LIST - ALL DHS UNIFORMS III v3
The Department of Homeland Security (DHS) plans to establish a Department-Wide Indefinite-Delivery Indefinite-Quantity (IDIQ) vehicle with the ability to issue fixed-price delivery orders for the purchase of uniforms inclusive of quartermaster services. U.S. Customs and Border Protection (CBP) has been designated as the Executive Agent on behalf of DHS and all its component agencies for this acquisition. Approximately 135,000 employees are authorized to participate in the DHS National Uniform Program under this acquisition. Uniformed employees are located throughout the United States and foreign locations. DHS components will use the proposed contract for their uniform needs.
This acquisition will be made under the strictures of 6 U.S.C. § 453b, the “Kissell Amendment,” and HSAR 3052.225-70, Requirement for Use of Certain Domestic Commodities (DEVIATION 13-01). Pursuant to the Kissell Amendment and subject to only very limited exceptions, DHS may only purchase covered textile items that are sourced domestically or consistent with U.S. obligations under international agreements.
The period of performance for the proposed contract will be a base period of three (3) years and will include an option period of two (2) years, as well as three option periods of one (1) year each:
Base Duration: 3 Years
Option 1 Duration: 2 Years
Option 2 Duration: 1 Year
Option 3 Duration: 1 Year
Option 4 Duration: 1 Year
The applicable NAICS code is 315210.
Offerors shall review all attachments to SAM Contract Opportunities and shall submit their proposal response in compliance with the instructions contained therein, in order for proposals to be considered responsive.
Attachments:
RFP 70B01C26R00000004 - Conformed
RFP 70B01C26R00000004 Uniforms III
RFP 70B01C26R00000004 Uniforms III AMENDMENT 0002
RFP 70B01C26R00000004 Uniforms III AMENDMENT 0004
RFP 70B01C26R00000004 Uniforms III AMENDMENT 0005
RFP 70B01C26R00000004 Uniforms III AMENDMENT 0006
RFP Phase 1 Questions and Government Responses
RFP Phase 2 Q&A – R1
A) CLIN PRICING LIST - ALL DHS UNIFORMS III v3
B) COMPONENTS’ SPECIFICATIONS:
B1) CBP SPECIFICATIONS CLIN LIST V3
B2) ICE ERO SPECIFICATIONS CLIN LIST V2
B3) ICE HSI SPECIFICATIONS CLIN LIST V2
B4) CISA SPECIFICATIONS CLIN LIST
B5) FEMA SPECIFICATIONS CLIN LIST
B6) FLETC SPECIFICATIONS CLIN LIST
B7) USCG SPECIFICATIONS CLIN LIST V2
B8) FPS SPECIFICATIONS CLIN LIST V2
B9) FDA SPECIFICATIONS CLIN LIST
B10) USSS SPECIFICATIONS CLIN LIST
B11) TSA SPECIFICATIONS CLIN LIST V2
B12) TSA FAMS SPECIFICATIONS CLIN LIST
C) PWS UMC R2 (Performance Work Statement– Department of Homeland Security Uniforms – Department Wide Contract), Revision 2, Dated December 19, 2025
D) KISSELL AMENDMENT TUTORIAL
G) SUBCONTRACTING PLAN OUTLINE
Other Attachments for Reference Purposes (provided in response to questions received):
- CBP Directive HB1400-05D ISSP Handbook v.8
- CBP Seals Signatures Directory - OLD AND NEW – FINAL
- Example of S2V Data
- Full DHS branding guide
- OFO Academy
- USBP Academy
- AMO Academy
- Seal Lockup Full color VERT WHT Txt
Further Questions and Proposal Submissions for Phase 2 shall be submitted via e-mail to the Contract Specialist, Camilla J. Schmidt at camilla.j.schmidt@cbp.dhs.gov. so that proposals will be received no later than the date and time specified within the RFP.
The subject line of the e-mail for further Question submissions related to Phase 2 should be, RFP 70B01C26R00000004 Uniforms III Question Submission, [insert your company name] so that no questions are inadvertently overlooked. Any further questions related to Phase 2, shall be received by the government no later than 1:00 PM EST, Wednesday, February 18, 2026, to allow time for the government to adequately address the questions.
The subject line of the e-mail for Proposal submissions for Phase 2 should be, RFP 70B01C26R00000004 Uniforms III Phase 2 Proposal Submission, [insert your company name] to call attention to proposal submission.
Due Date: Written Proposals (including Fabric Samples) shall be received by the government no later than Tuesday, March 10, 2026.
Time Due: 3:00 PM, Eastern Standard Time.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
The DHS-wide Uniforms III Contract (70B01C26R00000004) represents a significant opportunity through U.S. Customs and Border Protection for vendors supplying uniforms and quartermaster services to approximately 135,000 employees across DHS agencies. This solicitation emphasizes strict adherence to domestic sourcing as outlined in the Kissell Amendment. Proposals are due by March 10, 2026, and require compliance with updated specifications and detailed proposal submission protocols.
The buyer is seeking qualified vendors to establish an IDIQ vehicle for the purchase of uniforms and related services. This includes sourcing domestic textile items and adapting to updated specifications in the RFP.
- Review and address government responses to offeror questions related to Phase 2.
- Prepare and submit proposals including compliance with provided attachments and specifications.
- Ensure adherence to Kissell Amendment sourcing requirements.
- Coordinate with subcontractors to meet uniform needs across various DHS components.
- Completed proposal response per RFP instructions.
- Samples of fabric as required.
- Compliance documentation with the Kissell Amendment.
- Subcontracting plan if applicable.
Source coverage notes
Some notices publish limited source detail. Confirm these points before final bid/no-bid decisions.
- Specifics on the anticipated order volumes in terms of units per year.
- Details about any incumbent contractors or prior contract performance.
- Exact performance metrics and evaluation criteria for proposals.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.