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 Department of the Army's Mission and Installation Contracting Command – Fort Sam Houston (MICC-FSH) is soliciting proposals for U.S. Army Retiring Soldier Lapel Buttons and associated distribution services for over 59 Army installations. This is a Total Small Business Set-Aside opportunity for a Single-Award Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract with a Firm-Fixed-Price (FFP) structure. 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. The solicitation closing date has been revised to Wednesday, 25 February 2026, at 12:00 PM Central Time.
Scope of Work
The contractor will procure U.S. Army Retiring Soldier Lapel Buttons, as specified in AR 600-8-22, para 6-19e, and provide services for their quarterly distribution to 59+ Army installations. This includes developing a tracking system and providing reports. The lapel buttons must meet specific salient characteristics, including a gold metal base, black background, 7/8-inch diameter, "butterfly clutch" fastener, and "Made in the USA" marking with TIOH hallmark.
Contract Details
- Contract Type: Single-Award IDIQ, Firm-Fixed-Price (FFP)
- Ordering Period: 5 years (60 months) from contract award
- Contract Minimum: 200 units
- Contract Maximum: 211,590 units cumulative total
- Set-Aside: 100% Small Business Set-Aside (NAICS 339910, 700 employees size standard). The Non-Manufacturer Rule applies, requiring the manufacturer to be a U.S. domestic small business.
- Delivery: No later than 30 Days After Receipt of Order (ARO), FOB Destination.
Submission & Evaluation
Quotes must be submitted via email in three separate volumes: General/Administrative, Technical Capability, and Price. The award will be made on a Best Value basis, where Technical Capability and Past Performance are approximately equal to Price. The government intends to evaluate and award without further communication.
Key Requirements & Attachments
- Mandatory Qualification: TIOH-certified manufacturer or authorized distributor.
- Pricing: Bidders must complete Attachment 02 - CLIN Pricing Schedule, providing unit and total pricing for CONUS and OCONUS locations across the 5-year ordering period.
- Delivery Locations: Attachment 03 details estimated annual quantities for numerous CONUS (36,761) and OCONUS (5,557) military installations.
- Clauses: Attachment 04 incorporates various FAR/DFARS clauses, including electronic invoicing via WAWF.
- Questions: Industry questions submitted during the designated period are under review, and official answers will be provided in a subsequent amendment.
Deadlines & Contacts
- Response Due: Wednesday, 25 February 2026, 12:00 PM Central Time.
- Primary Contact: Annalyssa Navarro-Schwener (annalyssa.o.navarro-schwener.civ@army.mil)
- Secondary Contact: Kailey Good-Hallahan (kailey.a.goodhallahan.mil@army.mil)