Skip to main content

An official website of the United States government

You have 2 new alerts

Apparel Program

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • Updated Published Date: May 13, 2024 12:02 pm CDT
  • Original Published Date: May 08, 2024 03:22 pm CDT
  • Updated Date Offers Due: May 22, 2024 11:00 am CDT
  • Original Date Offers Due: May 22, 2024 11:00 am CDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Jun 06, 2024
  • Original Inactive Date: Jun 06, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 8405 - OUTERWEAR, MEN'S
  • NAICS Code:
    • 314999 - All Other Miscellaneous Textile Product Mills
  • Place of Performance:
    Saint Paul , MN 55101
    USA

Description

Background: The Saint Paul District (MVP) of the U.S. Army Corps of Engineers (USACE) has a requirement to solicit for the procurement of Apparel and other non-wearable items to be giving out as part of the U.S. Army Incentive Awards Program.

Part of this requirement is for apparel awards MVP. To fulfill this requirement MVP requires t-shirts, zip-up hooded sweatshirts, polo shirts, hats, jackets (both light and heavy weight), backpacks, and button up dress shirts. All wearable items will be for men’s and women’s styles ranging from extra small to 5XL with the United States Army Corps of Engineers (USACE) logo embroidered on the front left chest unless otherwise noted.

Product style/standards

Apparel Awards: All prices for the below wearable apparel line items shall be a firm fixed price.

T-shirt

A minimum 4-oz, cotton/polyester blend shirt with moisture-wicking and anti-odor properties, in the color of Anthracite (dark charcoal grey or near black may be appropriate alternatives). Each shirt will have an embroidered USACE logo. Sizes XS, S, M, L, XL, XXL, 3XL.

               

Polo Style Shirts

A minimum 5-oz, polyester shirt with moisture-wicking and anti-odor properties, in the color of Dark Purple.  Each shirt will have an embroidered USACE logo. Sizes XS, S, M, L, XL, XXL, 3XL.

Zip Up Hooded Sweatshirt

A minimum 9-oz, cotton/polyester blend full zip sweatshirt, in the color of Dark Purple Purple for women’s sizes and Charcoal Grey for men’s.  Each sweatshirt will have an embroidered USACE logo. Sizes XS, S, M, L, XL, XXL, 3XL.

Jacket

A minimum 7-oz, polyester full zip jacket, in the color of Medium Grey.  Each jacket will have an embroidered USACE logo. Sizes XS, S, M, L, XL, XXL, 3XL.

Dress Shirt

A 100% two-ply cotton non-iron button-down shirt, in the color of Light Blue.  Each shirt will have an embroidered USACE log. Sizes XS, S, M, L, XL, XXL, 3XL.

Work Jacket

A minimum 12-oz medium weight all-weather jacket, in the color of Black.  Each jacket will have an embroidered USACE logo. Sizes XS, S, M, L, XL, XXL, 3XL.

Baseball Style Cap

Six-section mid-profile cap made from 100% cotton with a hidden, adjustable hook and loop back closure, one size fits most, in the color of Black.  Each cap will have an embroidered USACE logo.

Backpack

A backpack with a padded laptop compartment inside the back zippered compartment able to transport at least a 17" laptop. The backpack shall be made of materials such as diamond ripstop nylon or mini ripstop, in the color of Blue.  Each backpack will have an embroidered USACE logo.

Logo:

The USACE castle will always be in white and in a field of Red.   

Lettering can be in either white or black (depending on the item) at the Contractor’s discretion. 

                             

*With White Lettering                                                                   *With Black Lettering

Performance Period: The ordering period for the basic contact shall be for 12 months from the effective date of award with 2 option years. 

Delivery Order Procedures:  Items will be ordered on a quarterly basis by the Government through individual Delivery Orders (DO) issued by the Contracting Officer to build and to maintain our inventory. Minimum orders placed will be $2,000 or greater. The line items are setup by type of item with sub line items being of each size. Orders will be placed indicating quantity of required sub line item (i.e. size) of given line item (i.e. item type). Contractor will provide visual aids for choosing items (i.e., public website with a solid description and photo depiction of what each item looks like.)

Delivery:

The Contractor shall deliver the apparel and other non-wearable items, complete with embroidery, within 30 days of DO being issued, or as otherwise specified in the DO.  The Contractor shall coordinate the delivery with the Government.  The Contractor shall label apparel with the applicable gender and size of each item.

Contract Minimum/Maximum/Ceiling

This is an “Indefinite Quantity,” contract being solicited. The maximum value of the apparel contract is $90,000 ($30,000 per year).  The cumulative value of all Delivery Orders issued under the apparel and other non-wearable items contract shall not exceed the maximum value of the contract.  The minimum guarantee is $10,000 per year, which will be satisfied through Delivery Order awards.   

Alternative Line-Item Quote

We are asking for individual pricing for each sub line item; however offerors may provide an alternative line-item quote in accordance with Federal Acquisition Regulation 52.204-22 “Alternative Line Item Proposal”.

Quoting Instructions

Price each sub line item as single, individual units (1 each) to include delivery (Remember, each order placed will be a minimum of $2,000). Quantities listed on pricing schedule are estimates only.

Contact Information

Contracting Office Address

  • KO CONTRACTING DIVISION 332 MINNESOTA STREET SUITE 1500
  • SAINT PAUL , MN 55101-1323
  • USA

Primary Point of Contact

Secondary Point of Contact

History