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 Mission and Installation Contracting Command – Fort Sam Houston (MICC-FSH), on behalf of the Installation Management Command (IMCOM) G1, is soliciting proposals for U.S. Flags and Presentation Boxes. This Total Small Business Set-Aside opportunity requires vendors to provide Berry Amendment-compliant flags and associated services, including a tracking system and quarterly distribution to over 59 Army installations. Responses are due by February 17, 2026, at 12:00 PM CST.
Scope of Work & Key Requirements
The contractor will provide 3'x5' U.S. National Flags (200 Denier nylon, embroidered stars, sewn stripes, 100% Berry Amendment-compliant "Made in the USA") and custom presentation boxes. Services include developing a tracking system, providing quarterly delivery reports, and distributing items to CONUS and OCONUS Army installations. Delivery is required within 30 days After Receipt of Order (ARO). Offerors must also comply with the Non-Manufacturer Rule, identifying a U.S. small business manufacturer.
Contract Details & Timeline
- Contract Type: Single-Award Indefinite-Delivery/Indefinite-Quantity (IDIQ) with a Firm-Fixed-Price (FFP) structure.
- Ordering Period: 5 years (60 months), from April 1, 2026, to March 31, 2031.
- Contract Minimum: 200 units (satisfied by first delivery order).
- Contract Maximum: 211,590 units cumulative total.
- Anticipated Award Date: March 20, 2026.
- Response Due: February 17, 2026, at 12:00 PM Central Time.
- Questions Due: February 06, 2026, at 12:00 PM Central Time.
Submission & Evaluation
Quotes must be submitted via email in three volumes: General/Administrative, Technical Capability, and Price. Award will be made on a 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.
Eligibility / Set-Aside
This is a 100% Small Business Set-Aside. The NAICS code is 314999 with a small business size standard of 550 employees.
Important Notes
Bidders must review Attachment 01 for detailed salient characteristics of the flags and presentation boxes, Attachment 02 for the CLIN Pricing Schedule, and Attachment 03 for estimated annual delivery quantities to various CONUS and OCONUS locations. Attachment 04 lists all applicable FAR and DFARS clauses and provisions, which must be thoroughly understood for compliance.