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 25, 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 U.S. Army Mission and Installation Contracting Command (MICC-FSH) is soliciting proposals for U.S. Army Retiring Soldier Lapel Buttons and associated distribution services. This is a Combined Synopsis/Solicitation for a Single-Award Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract with a Firm-Fixed-Price (FFP) structure. The opportunity is a Total Small Business Set-Aside. Proposals are due Wednesday, February 25, 2026, at 12:00 PM Central Time.

Scope of Work

The contractor will procure and distribute U.S. Army Retiring Soldier Lapel Buttons, as specified in AR 600-8-22, para 6-19e. This includes quarterly distribution to over 59 Army installations, developing a tracking system, and providing reports.

Key requirements for the lapel buttons:

  • Gold metal base, black background, black star overlaid by a white star, gold-edged black ring with "Retired" and "Soldier for Life" inscriptions.
  • 7/8-inch diameter with a standard military "butterfly clutch" fastener.
  • Must be manufactured in the USA and comply with The Army Institute of Heraldry (TIOH) Quality Control Program standards.
  • Mandatory Qualification: Sources must be certified by TIOH or be an authorized distributor for a TIOH-certified manufacturer.

Contract Details

  • Contract Type: Single-Award Indefinite-Delivery/Indefinite-Quantity (IDIQ), Firm-Fixed-Price (FFP).
  • Ordering Period: 5 years (60 months) from contract award.
  • Contract Minimum: 200 units (satisfied by first delivery order).
  • Contract Maximum: 211,590 units cumulative.
  • Delivery Timing: No later than 30 Days After Receipt of Order (ARO).
  • Set-Aside: 100% Small Business Set-Aside.
  • NAICS Code: 339910 with a small business size standard of 700 employees.
  • Non-Manufacturer Rule (NMR): Applies; offerors must identify the manufacturer and certify it is a domestic small business.

Submission & Evaluation

  • Closing Response Date: Wednesday, February 25, 2026, 12:00 PM Central Time.
  • Submission: Quotes must be submitted via email to the listed points of contact.
  • Quote Submission Requirements: Quotes must be in three distinct volumes:
    • Volume I - General (Administrative): Includes UEI, CAGE Code, POC, Exceptions (Attachment 05), and Reps/Certs (FAR 52.212-3).
    • Volume II - Technical Capability: Includes product literature, comparison for "Equal" products, and a written delivery commitment.
    • Volume III - Price: Completed Attachment 02 – CLIN Pricing Schedule.
  • Evaluation Factors: Award will be made on a Best Value basis, considering Technical Capability, Past Performance, and Price. Technical and Past Performance combined are approximately equal to Price. The government intends to award without further communication.

Key Attachments

  • Attachment 01 - Salient Characteristics: Details design, manufacturing, and delivery requirements for the lapel buttons.
  • Attachment 02 - CLIN Pricing Schedule: Required for bidders to input proposed pricing for each ordering period and location.
  • Attachment 03 - Delivery Locations: Lists estimated annual quantities for CONUS and OCONUS delivery locations.
  • Attachment 04 - Clauses and Provisions: Incorporates FAR and DFARS clauses, including payment instructions via WAWF.
  • Attachment 05 - Solicitation Exceptions Table: For documenting any proposed deviations from solicitation requirements.

Contact Information

People

Points of Contact

Annalyssa Navarro-SchwenerPRIMARY
Ralph M. BowieSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

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