Solicitation: U.S. Army Retiring Soldier Lapel Pins
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 Mission and Installation Contracting Command – Fort Sam Houston (MICC-FSH), on behalf of IMCOM G1, is soliciting proposals for a Single-Award Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract for U.S. Army Retiring Soldier Lapel Buttons and associated distribution services. This is a Total Small Business Set-Aside. Responses are due by 12:00 PM CST on February 17, 2026.
Scope of Work
The contractor will procure and distribute U.S. Army Retiring Soldier Lapel Buttons to over 59 Army installations quarterly. This includes developing a tracking system and providing reports. The lapel buttons must meet specific design requirements (gold metal, black background, 7/8-inch diameter, butterfly clutch fastener) and be manufactured in the USA. A mandatory qualification requires sources to be certified by The Army Institute of Heraldry (TIOH) or be an authorized distributor for a TIOH-certified manufacturer per AR 600-8-22 and AR 840-10.
Contract Details
- Type: Single-Award IDIQ, Firm-Fixed-Price (FFP)
- Duration: 5-year (60 months) ordering period, anticipated award March 20, 2026.
- Minimum/Maximum: 200 units / 211,590 units.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS: 339910 (700 employees size standard). Nonmanufacturer Rule applies.
- Place of Performance: Distribution to 59+ Army installations (CONUS/OCONUS).
- Delivery: Within 30 Days After Receipt of Order (ARO), with quarterly reports.
Submission & Evaluation
- Response Due: February 17, 2026, 12:00 PM CST.
- Questions Due: February 06, 2026, 12:00 PM CST.
- Submission: Via email, in three volumes: General (Administrative), Technical Capability, and Price.
- Evaluation: Best Value basis, considering Technical Capability (Factor I), Past Performance (Factor II), and Price (Factor III). Technical and Past Performance are approximately equal to Price.
- Required Attachments: Bidders must complete Attachment 02 - CLIN Pricing Schedule, identifying country of origin for all supplies.
Additional Notes
This is a combined synopsis/solicitation; no separate written solicitation will be issued. Offerors must review Attachment 04 for applicable FAR/DFARS clauses, including payment instructions via WAWF.