Aviation-Grade American Flag with Rigging and Hardware
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Navy (NAVSUP FLT LOG CTR NORFOLK) is soliciting proposals for the custom manufacturing and delivery of two (2) oversized, aviation-grade U.S. Flags with optional rigging and hardware. These flags are required for the opening of the International Aerial Review (IAR) 250, commemorating the Nation's 250th birthday, and are designed to be the largest known flags to fly over New York City. This is a 100% Small Business Set-Aside. Quotes are due by May 4, 2026, at 09:00 AM local time.
Scope of Work
The requirement is for two (2) custom-manufactured, aviation-grade U.S. Flags, each measuring 130 feet by 216 feet. Key specifications include:
- Material: High-strength, tear-resistant, aviation-grade fabric capable of sustaining continuous flight at speeds exceeding 60 knots without fraying or structural failure.
- Weight & Packaging: Each flag must have a final certified weight estimated at 400 lbs or less, packaged for forklift handling and long-term storage.
- Rigging & Hardware (Preferred/Optional): Provision of aviation-grade rigging hardware such as a reinforced header, heavy-duty grommets/D-rings, cabling, and bottom ballast/weighting systems for attachment to a U.S. Marine Corps MH-53 helicopter cargo hook system.
- Technical Support: Vendor availability for remote consultation (phone/email) regarding engineering or rigging questions during the In-Flight Review (IFR).
Contract & Timeline
- Contract Type: Firm Fixed Price (FFP) purchase order.
- Set-Aside: 100% Small Business Set-Aside (NAICS Code: 314999, Size Standard: 550 employees).
- Period of Performance: Maximum 45-day production lead time.
- Delivery Deadline: By June 19, 2026.
- Quotes Due: May 4, 2026, 09:00 AM local time.
- Published Date: May 1, 2026.
Submission & Evaluation
- Submission Format: Quotes must be submitted in Microsoft Office Word, Excel, or Adobe File format, adhering to specific formatting and page numbering requirements.
- Evaluation Criteria: Award will be made to the responsible Offeror whose offer is most advantageous to the Government, based on price and other factors. The Government intends to evaluate and award based on initial quotes, considering both price and technical aspects.
Additional Notes
- Delivery Address: H-53K Test Team, 47765 Ranch Road, Hangar 101, Room 111, Patuxent River MD 20670.
- Inspection & Acceptance: Initial inspection will occur upon delivery, with final acceptance contingent upon a successful In-Flight Review (IFR) by the Marine Corps Test and Evaluation squadron.
- The solicitation includes various FAR and DFARS clauses.
- Primary Contact: Shaina Sollenberger at shaina.m.sollenberger.civ@us.navy.mil.