Department of the Navy awarded $27.7M for flame-resistant combat shirts and trousers to PROPPER E-COMMERCE INC

Contract Overview

Contract Amount: $27,748,897 ($27.7M)

Contractor: Propper E-Commerce Inc

Awarding Agency: Department of Defense

Start Date: 2011-07-29

End Date: 2012-07-29

Contract Duration: 366 days

Daily Burn Rate: $75.8K/day

Competition Type: FULL AND OPEN COMPETITION

Number of Offers Received: 6

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: FLAME RESISTANT COMBAT SHIRT&TROUSERS

Place of Performance

Location: WELDON SPRING, ST. CHARLES County, MISSOURI, 63304

State: Missouri Government Spending

Plain-Language Summary

Department of Defense obligated $27.7 million to PROPPER E-COMMERCE INC for work described as: FLAME RESISTANT COMBAT SHIRT&TROUSERS Key points: 1. Value for money appears reasonable given the firm fixed-price contract type and the duration of the award. 2. Full and open competition suggests a competitive bidding process, likely leading to better pricing. 3. The contract duration of 366 days indicates a need for sustained supply of essential combat gear. 4. This award falls under 'All Other Cut and Sew Apparel Manufacturing', a broad category within the apparel sector. 5. The contract was awarded to a single vendor, PROPPER E-COMMERCE INC., for the full amount.

Value Assessment

Rating: good

The contract was awarded at a firm fixed price, which is generally favorable for the government as it shifts cost risk to the contractor. Benchmarking against similar contracts for combat apparel is difficult without more specific details on material, features, and quantities. However, the total award amount of $27.7 million over approximately one year suggests a moderate per-unit cost for specialized apparel.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

The contract was awarded under full and open competition, indicating that all responsible sources were permitted to submit bids. The presence of 6 bids suggests a healthy level of interest and competition for this requirement. This competitive environment is expected to drive more favorable pricing and terms for the government.

Taxpayer Impact: Full and open competition ensures that taxpayer dollars are used efficiently by fostering a marketplace where contractors vie for the best price and quality.

Public Impact

Service members in the Navy will receive essential flame-resistant combat apparel. The services delivered are the manufacturing and supply of specialized clothing. The geographic impact is primarily on the supply chain and distribution to Navy installations. Workforce implications include jobs in apparel manufacturing and logistics for the awarded contractor.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Potential for price increases in future contract renewals if competition diminishes.
  • Reliance on a single vendor for a critical item could pose supply chain risks if the vendor faces production issues.

Positive Signals

  • Firm fixed-price contract limits cost overruns for the government.
  • Full and open competition indicates a robust bidding process.
  • Award to an established vendor like PROPPER E-COMMERCE INC. suggests reliability in production and delivery.

Sector Analysis

This contract falls within the broader apparel manufacturing sector, specifically focusing on specialized military uniforms. The market for military apparel is driven by government procurement, with stringent requirements for durability, safety (flame resistance), and performance. While specific market size data for flame-resistant combat wear is not readily available, the overall defense apparel market is substantial, with numerous manufacturers capable of producing such goods. This contract represents a significant procurement within this niche.

Small Business Impact

The data indicates that this contract was not set aside for small businesses, nor does it explicitly mention subcontracting goals for small businesses. The award went to PROPPER E-COMMERCE INC., which is likely a larger entity given the contract value. Further investigation would be needed to determine if small businesses were involved in the supply chain or as subcontractors.

Oversight & Accountability

The contract is a firm fixed-price award, which inherently provides a degree of cost control. Oversight would typically be managed by the contracting officer and the relevant Department of the Navy procurement officials. Transparency is facilitated by the public nature of contract awards. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected during the procurement or fulfillment process.

Related Government Programs

  • Military Uniforms
  • Combat Apparel
  • Flame-Resistant Clothing
  • Department of Defense Procurement
  • Apparel Manufacturing Contracts

Risk Flags

  • Potential supply chain disruptions for specialized materials.
  • Ensuring consistent quality and flame-resistance standards over the contract duration.

Tags

defense, department-of-the-navy, apparel, combat-gear, flame-resistant, firm-fixed-price, full-and-open-competition, large-contract, manufacturing, uniforms, missouri

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $27.7 million to PROPPER E-COMMERCE INC. FLAME RESISTANT COMBAT SHIRT&TROUSERS

Who is the contractor on this award?

The obligated recipient is PROPPER E-COMMERCE INC.

Which agency awarded this contract?

Awarding agency: Department of Defense (Department of the Navy).

What is the total obligated amount?

The obligated amount is $27.7 million.

What is the period of performance?

Start: 2011-07-29. End: 2012-07-29.

What is the historical spending pattern for flame-resistant combat shirts and trousers by the Department of the Navy?

Analyzing historical spending for this specific item requires access to detailed procurement databases. However, general trends in defense spending on apparel indicate consistent demand for uniforms and protective gear. The Navy, like other branches, regularly procures combat clothing to equip its personnel. Factors influencing spending include troop deployment levels, modernization of equipment, and the lifecycle of existing uniform items. Without specific historical data for this exact product code (NAICS 315299) and item description, it's difficult to provide precise figures. However, the $27.7 million awarded in 2011-2012 suggests a significant, recurring need for such specialized apparel over time, likely involving multiple contract awards to various vendors.

How does the per-unit cost of these flame-resistant combat garments compare to similar items purchased by other military branches or over different time periods?

A precise per-unit cost comparison is challenging without the exact quantity of items procured under this $27.7 million contract. However, the contract type (firm fixed-price) and the duration (366 days) provide some context. Generally, specialized military apparel like flame-resistant combat gear commands a higher price than standard civilian clothing due to material costs, safety certifications, and manufacturing complexity. Comparing this to other branches or time periods would require accessing their specific contract data. Factors like bulk discounts, changes in raw material prices, and evolving technological requirements can significantly influence per-unit costs over time and across different services. The competitive nature of this award (6 bids) suggests the pricing was likely market-driven at the time of award.

What is the track record of PROPPER E-COMMERCE INC. in fulfilling Department of Defense contracts, particularly for apparel?

PROPPER E-COMMERCE INC. has a notable history of supplying apparel to the U.S. military. As a long-standing contractor, they have likely fulfilled numerous contracts for various types of uniforms and tactical gear. Their ability to win a $27.7 million contract under full and open competition suggests a proven capability to meet the demanding specifications and delivery schedules of the Department of Defense. Examining their past performance records, including any reported issues or successes on previous contracts, would provide a more comprehensive understanding of their reliability and quality. However, winning a contract of this magnitude generally indicates a satisfactory performance history.

What are the key performance indicators (KPIs) used to evaluate the success of this contract, and how were they measured?

For a contract of this nature, key performance indicators would likely revolve around timely delivery, adherence to specifications (including flame resistance standards), quality control, and overall contractor performance. The Department of the Navy would have established specific metrics within the contract's terms and conditions. For instance, delivery schedules would be monitored, and penalties might apply for late deliveries. Quality assurance would involve inspections of the delivered goods to ensure they meet all technical requirements and safety standards. Contractor performance evaluations, often documented in Contractor Performance Assessment Reporting System (CPARS), would track adherence to contract terms, responsiveness, and overall reliability throughout the contract period.

Are there any known risks associated with the supply chain or manufacturing of flame-resistant combat apparel that could impact this contract?

Yes, there are several potential risks associated with the supply chain and manufacturing of flame-resistant combat apparel. These include the availability and cost of specialized raw materials (e.g., inherently flame-resistant fibers), the complexity of manufacturing processes that must meet stringent safety standards, and potential disruptions in the global supply chain. Geopolitical events, trade policies, and environmental regulations can also affect material sourcing and production costs. Furthermore, ensuring consistent quality control to maintain the flame-resistant properties throughout the garment's lifecycle is critical. The reliance on a single vendor, even if reputable, can also pose a risk if that vendor experiences unforeseen production issues or financial instability.

Industry Classification

NAICS: ManufacturingCut and Sew Apparel ManufacturingAll Other Cut and Sew Apparel Manufacturing

Product/Service Code: CLOTHING, INDIVIDUAL EQUIPMENT, INSIGNA, AND JEWELRY

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Solicitation ID: M6785411Q3051

Offers Received: 6

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Parent Company: PII, Inc. (UEI: 068518315)

Address: 520 HUBER PK CT, SAINT CHARLES, MO, 03

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $27,748,897

Exercised Options: $27,748,897

Current Obligation: $27,748,897

Parent Contract

Parent Award PIID: GS07F0250W

IDV Type: FSS

Timeline

Start Date: 2011-07-29

Current End Date: 2012-07-29

Potential End Date: 2012-07-29 00:00:00

Last Modified: 2012-02-29

Other Department of Defense Contracts

View all Department of Defense contracts →

Explore Related Government Spending