Solicitation: U.S. Army Retiring Soldier Lapel Pins

SOL #: W9124J26RPINSCombined Synopsis/Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W6QM MICC-FDO FT SAM HOUSTON
FORT SAM HOUSTON, TX, 78234-1361, United States

Place of Performance

San Antonio, TX

NAICS

Jewelry and Silverware Manufacturing (339910)

PSC

Badges And Insignia (8455)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Jan 29, 2026
2
Last Updated
Feb 20, 2026
3
Submission Deadline
Feb 17, 2026, 6:00 PM

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.

People

Points of Contact

Annalyssa Navarro-SchwenerPRIMARY
Kailey Good-HallahanSECONDARY

Files

Files

No files attached to this opportunity

Versions

Version 3
Combined Synopsis/Solicitation
Posted: Feb 20, 2026
View
Version 2
Combined Synopsis/Solicitation
Posted: Feb 12, 2026
View
Version 1Viewing
Combined Synopsis/Solicitation
Posted: Jan 29, 2026
Solicitation: U.S. Army Retiring Soldier Lapel Pins | GovScope