Solicitation: U.S. Flags and Presentation Boxes
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), on behalf of IMCOM G1, is soliciting proposals for U.S. National Flags and Presentation Boxes under Solicitation W9124J-26-R-FLAG. This is a 100% Small Business Set-Aside for a Single-Award Indefinite-Delivery/Indefinite-Quantity (IDIQ) Firm-Fixed-Price (FFP) contract. The requirement includes associated services for quarterly distribution to over 59 Army installations, a tracking system, and reporting. Proposals are due Wednesday, 25 February 2026, at 12:00 PM Central Time.
Scope of Work
The contractor shall provide 3' x 5' U.S. National Flags and custom Presentation Boxes. Flags must be heavyweight 200 Denier nylon with embroidered stars and sewn stripes, compliant with Federal Specification DDD-F-416F, AR 840-10, and TIOH standards for colors. Presentation boxes are full-color, 'Tuck-Top' mailer style (approx. 10" x 12" x 2") made of E-Flute Corrugated Fiberboard with specific laminate finishes and graphics, including the Army Retired Lapel Button graphic on the insert. Services include developing a tracking system and providing quarterly delivery reports for distribution to 59+ Army installations.
Key Requirements
A mandatory qualification is that flags and their components must be 100% Berry Amendment-compliant ("Made in the USA"). Offerors must also comply with the Non-Manufacturer Rule (NMR). A preliminary digital mock-up (PDF) of the presentation box exterior and interior insert is required within five (5) business days after contract award. Delivery is required no later than 30 Days After Receipt of Order (ARO) to various CONUS and OCONUS locations, with an estimated annual quantity of 42,318 units. Packaging must adhere to specific standards, including double-wall corrugated fiberboard master cases not exceeding 40 lbs.
Contract Details
This will be a Single-Award IDIQ FFP contract with an ordering period of 5 years (60 months) from the date of contract award, anticipated from April 1, 2026, to March 31, 2031. The contract has a minimum of 200 units and a cumulative maximum of 211,590 units.
Submission & Evaluation
Quotes must be submitted in three separate volumes: General (Administrative), Technical Capability, and Price. Award will be based on Best Value, considering Technical Capability (Factor I), Past Performance (Factor II), and Price (Factor III). Technical and Past Performance are approximately equal and combined are approximately equal to Price. The Government intends to evaluate quotes and award without further communication. Bidders must use Attachment 05 - Solicitation Exceptions Table to formally declare and justify any deviations from requirements.
Contacts
For inquiries, contact Jacquelyn Morgan at jacquelyn.k.morgan.civ@army.mil or Ralph M. Bowie at ralph.m.bowie.civ@army.mil.