Opportunity

SAM #FA286026Q4019

Sources Sought: Flight Attendant Uniforms for 1st Airlift Squadron, Joint Base Andrews

Buyer

316th Comptroller Squadron

Posted

May 15, 2026

Respond By

May 26, 2026

Identifier

FA286026Q4019

NAICS

458110, 315240, 315280, 315210

The U.S. Air Force District of Washington is seeking sources for the supply of Flight Attendant Uniforms for the 1st Airlift Squadron at Joint Base Andrews. - Government Buyer: - Department of Defense, Department of the Air Force, Air Force District of Washington, 316th Contracting Squadron (FA2860 316 CONS PK) - Located at Joint Base Andrews, Maryland - Products Requested: - Men's Uniforms: - Blazers (2) - Suit Vests (2) - Pants/Slacks (5) - Shirts (5) - Crew Neck Sweater (1) - Women's Uniforms: - Blazers (2) - Suit Vest (1) - Pants/Slacks (3) - Shirts (4) - Dresses (2) - Crew Neck Sweater (1) - Accessories: Belts and ties to be proposed by vendor - Technical Requirements: - Uniforms must be available in various sizes for men and women - Tailoring required for individual fit - Fabric blend: approx. 55% Nylon, 20% Polyester, 5% Spandex - Machine washable - Color standards: black suits, white shirts - Wrinkle-resistant fabric preferred for shirts - Compliance with Air Force dress regulations (dafi36-2903) - Notable Requirements: - Small business set-aside and FAR clause 52.219-14, Limitations on Subcontracting, may apply - Respondents should indicate contract vehicle availability and GPC acceptance - No specific OEMs or brands are mentioned; vendors are to propose suitable products. - Place of Performance and Delivery: - Joint Base Andrews, Maryland - Contracting office: FA2860 316 CONS PK, 1349 Lutman Dr, JB Andrews, MD 20762-7001

Description

SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR QUOTATION. THIS IS FOR INFORMATION AND PLANNING PURPOSES ONLY! This notice does not constitute a commitment by the Government. All information submitted in response to this announcement is voluntary and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government.

Andrews Air Force Base anticipates a requirement that is being considered under a small business set-aside program. The North American Industry Classification Systems (NAICS) Code proposed is 458110. The size standard is $47.0 Million dollars.

The purpose of this procurement is to acquire Flight Attendant Uniforms for the 1st Airlift Squadron at Joint Base Andrews.

The following Flight Attendant Uniform items need to be in various sizes for men and women and tailorable to each flight attendant. The description, style, color, and material of each item are included in the Salient Characteristics, attachment 1. The uniform items will need to have a good, tailored fit, not exceedingly loose or tight fit in accordance with dafman 36-2903, attachment 2.

In responses to this sources sought please indicate if there is a GSA Multiple Award Schedule, or similar, that can be used to procure the items identified in attachment 1.

Please also provide if you can accept a Government Purchase Card (GPC) as a form of payment in your response.

Reponses to this Sources Sought request should reference “Flight Attendant Uniforms" and shall include the following information in this format:

1. Company name, address, point of contact name, phone number, fax number and email address. 2. Unique Entity ID, Contractor and Government Entity (CAGE) Code. GSA contract number, if applicable. 3. Size of business – Large Business, Small Business, Small Disadvantaged, 8(a), Hub-zone, Woman-owned and/or Service-Disabled Veteran-owned. A copy of SAM.GOV active registration. Must reflect Commercial and Government Entity, and Reps/Certs. 4. Capability statement displaying the contractor’s ability to provide the products or services, to include past performance information. If past performance information is provided, please include only relevant past performance on the same/similar work within the last 5 years. Please also include in past performance information the contract numbers, dollar value, and period of performance for each contract referenced in the response to this Sources Sought. 5. The Government is still determining the acquisition strategy. If this acquisition will be a small business set-aside, then FAR clause 52.219-14, Limitations on Subcontracting, applies. A key factor in determining if an acquisition will be a small business set-aside is that two or more potential small business prime contractors must be capable of performing at least 50% of the effort, as defined in FAR clause 52.219-14. If it is determined that a small business set-aside is appropriate and your company anticipates submitting a proposal as the prime contractor for a small business set-aside, please provide specific details and rationale as to how compliance with FAR clause 52.219-14 would be achieved, including specific details regarding teaming arrangements, and if subcontracts are to be used, provide anticipated percentage of the effort to be subcontracted and whether small or large business subcontractors will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided.

NOTE: All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database. The website for registration is www.sam.gov.

All responses to this notice are to be submitted by 04:00 PM Eastern Standard Time, on 26 May 2026. Responses will be accepted via electronic means only to darya.macmillan.1@us.af.mil .

View original listing