To All Potential Respondents,
The Government requests that all white paper responses be submitted no later than April 24, 2026, to ensure timely consideration of your information as part of our ongoing market research.
We strongly encourage all remaining interested parties to submit their responses by the above date so that their input may be fully incorporated into our analysis.
Please submit complete white paper responses to the Point of Contact:
Kimberly Sabo
Contract Specialist
Email: Kimberly.sabo@dla.mil
To further assist respondents, a listing of the required uniform items is included as an attachment to this update.
The Government appreciates your interest and participation in this market research effort.
Request for Information (RFI)
For Berry Compliant Uniform and Quartermaster Services
RFI Number: SPE1C126RDHSU
Issuing Agency: Defense Logistics Agency (DLA)
Date of Issuance: March 25, 2026
1.0 DISCLAIMER
This Request for Information (RFI) is issued solely for market research and planning purposes; it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This RFI does not commit the Government to contract for any supply or service whatsoever. The Government is not seeking proposals at this time and will not accept unsolicited proposals. Respondents are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party’s expense. Not responding to this RFI does not preclude participation in any future RFP, if one is issued. The information provided in this RFI is subject to change and is not binding on the Government.
2.0 PURPOSE
The Defense Logistics Agency (DLA) is conducting market research to assess the industry's capability to provide a comprehensive, enterprise-wide solution for uniform items and quartermaster services that are fully compliant with the Berry Amendment (10 U.S.C. 2533a). The purpose of this RFI is to gather information from potential sources to help determine the most effective acquisition strategy for a potential future procurement. The Government is seeking to understand the industrial base's capacity, potential supply chain risks, cost structures, and technical feasibility associated with a large-scale, 100% domestic uniform program.
3.0 BACKGROUND
DLA anticipates a future requirement for an Indefinite Delivery Indefinite Quantity (IDIQ) contract to serve The U.S. Department of Homeland Security (DHS) component agencies (CBP, TSA, ICE, FEMA, CISA, FLETC, USSS, USCG, FDA). The scope is expected to include:
- Product Supply: Sourcing and supplying an estimated 1,600+ different COTS uniform items and emergency uniforms when needed
- Quartermaster Services: Managing on-site quartermaster operations at key training academies.
- Logistics & Inventory Management: Full-scale inventory control, warehousing, and nationwide distribution.
- Technology Platform: Operation of a Web-Based Uniform Requesting System.
- Security Requirements: DHS branded items are considered a security concern and must be accountable and secured at all times.
- Uniform Fulfillment Requirements: Orders (for any component) must be shipped within 7 calendar days (this includes items that require customization like name tapes, patches, and other branding).
A critical and mandatory component of this future acquisition will be adherence to the Berry Amendment, requiring all textile-based products to be grown, reprocessed, reused, or produced entirely within the United States.
4.0 REQUESTED INFORMATION
Interested parties are requested to provide a whitepaper in response to this RFI. Please be as detailed as possible. If your company partners with others to provide a comprehensive solution, please describe this relationship and identify the roles of each partner.
Category 1: Supply Chain & Manufacturing Capability
- Describe your supply chain for key fabric types (e.g., wool, cotton, polyester blends). Can you ensure Berry compliance?
- What is your current domestic manufacturing capacity (e.g., garments per month)? Do you own your manufacturing facilities or use subcontractors?
- Based on the scope of supplying approximately 1,600+ items, identify any specific item categories (e.g., specialized outerwear, non-standard fabrics, certain insignia) that may present challenges for 100% domestic sourcing.
- Approximately 800 of the 1,600+ COTS uniform items have annual ordering volume of less than 100 units a year, would that present any challenges for 100% domestic sourcing?
- Please describe your network of Berry-compliant subcontractors for specialty items like zippers, buttons, and thread.
- Please discuss inventory stocking level and manufacturing plan; including core items, non-core items, customized items (name tags, hemmed items, items with badges added, etc.), and key specialty items (cold weather gear, maternity clothing, etc.).
Category 2: Product Availability & Technical Feasibility
- If current government uniform specifications rely on fabrics or materials that are not produced domestically, what are the closest available Berry-compliant alternatives?
- For a contract of this size, what is a realistic lead time to establish fully compliant supply chains and begin full-scale production after contract award?
- Is your company able to provide production samples of common uniform items (e.g., shirts, trousers, outerwear) that are certifiably Berry Compliant for government evaluation?
- What new or innovative Berry-compliant textiles (e.g., lighter, more durable, better moisture-wicking) are available that the government should consider?
Category 3: Cost & Pricing Structure
- Please provide a rough order of magnitude (ROM) price comparison for a standard uniform set (shirt, pants, jacket) under a Berry Compliant model versus a non-compliant (globally sourced) model. What is the cost premium percentage?
- What factors (e.g., raw material costs, labor rates) most influence the price of Berry-compliant goods?
Category 4: Program Management & Logistics
- Do you have an existing, fully operational Web-Based Uniform Requesting System that has been used to manage contracts of similar scope and complexity? Please describe its features.
- What is your plan to identify and obtain sufficient uniforms from Berry compliant sources?
- At what order volumes do economies of scale become significant for Berry-compliant manufacturing and efficient production runs?
- Please discuss your delivery timeframe proposal and plan.
- Please discuss your plan to eliminate or reduce backordered items and improve ship times when stocking issues arise.
Category 5: Please address the following questions as applicable:
- What prevented you from submitting a proposal on previous DHS Uniform Contract RFPs?
- What problems do you foresee with the requirements that may affect your decision to submit a proposal?
- What information would specifically help in providing a competitive proposal with the best possible pricing in response to any solicitation?
- Any other suggestions that might streamline this requirement.
5.0 RESPONSE GUIDELINES
- Submit a notice of your organization's intent to formally respond via email to Kimberly.Sabo@dla.mil no later than April 2, 2026. The notice must include your organization's planned date for its full response submission.
- Email subject line should read: “Intent to Respond SPE1C126RDHS for Berry Compliant Uniforms”.
- Submit your formal white paper response to the above POC in PDF or Microsoft Word format.
- Please provide a cover page that includes the company name, address, CAGE code, UEI number, and the name, title, phone number, and email address of a primary point of contact.
- Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information.
- Total response length should not exceed 20 pages. Marketing materials are not requested and will not be reviewed.
6.0 POINT OF CONTACT
Questions regarding this RFI should be directed to:
Kimberly Sabo
Contracting Specialist
Kimberly.sabo@dla.mil