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 Installation Management Command (IMCOM) G1, is soliciting proposals for U.S. Flags and Presentation Boxes along with associated distribution services. This is a Total Small Business Set-Aside for a Single-Award Indefinite-Delivery/Indefinite-Quantity (IDIQ) Firm-Fixed-Price (FFP) contract. A mandatory qualification requires vendors to source 100% Berry Amendment-compliant U.S. flags with sewn stars. Proposals are due February 25, 2026, at 12:00 PM Central Time.
Scope of Work
The requirement includes the procurement of 3' x 5' U.S. National Flags and custom-designed presentation boxes. The flags must be 100% "Made in the USA," Berry Amendment-compliant (10 U.S.C. 4862), made of heavyweight 200 Denier nylon with embroidered stars and sewn stripes. Presentation boxes are full-color, tuck-top mailer style, designed to securely hold the folded flag, and include specific Army Retired Soldier branding. Associated services include quarterly distribution to 59+ Army installations, developing a tracking system, and providing reports. Delivery is required within 30 days ARO.
Contract Details
- Contract Type: Single-Award IDIQ, Firm-Fixed-Price (FFP).
- Ordering Period: 5 years (60 months) from contract award (anticipated April 1, 2026, to March 31, 2031).
- Contract Minimum: 200 units (satisfied by the first delivery order).
- Contract Maximum: 211,590 units cumulative.
- Set-Aside: 100% Small Business Set-Aside.
- NAICS Code: 314999 (Small Business size standard: 550 employees).
- Place of Performance: San Antonio, TX (for procurement/distribution management), with deliveries to CONUS and OCONUS Army installations.
Submission & Evaluation
- Response Due: February 25, 2026, at 12:00 PM Central Time.
- Submission Format: Quotes must be submitted via email in three volumes: General (Administrative), Technical Capability, and Price.
- Evaluation Factors: 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. The government intends to award without further communication.
- Mandatory Qualification: Ability to source 100% Berry Amendment-compliant U.S. flags with sewn stars.
Key Dates & Contacts
- Published Date: February 12, 2026.
- Primary Contact: Jacquelyn Morgan, jacquelyn.k.morgan.civ@army.mil.