Tri Corner Hats IDIQ

SOL #: W91QV126QA003Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W6QM MICC-FT BELVOIR
FORT BELVOIR, VA, 22060-5116, United States

Place of Performance

Fort Myer, VA

NAICS

Apparel Accessories and Other Apparel Manufacturing (315990)

PSC

Clothing, Special Purpose (8415)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Jan 22, 2026
2
Last Updated
Mar 2, 2026
3
Submission Deadline
Mar 10, 2026, 2:00 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 Department of the Army, specifically the MICC-Fort Belvoir, is soliciting proposals for a five-year Indefinite Delivery, Indefinite Quantity (IDIQ) contract to provide Tri-Corner Hats for the 3rd U.S. Infantry Regiment (“Old Guard”). These hats are essential for ceremonial duties at Fort Myer, VA. Proposals and physical product samples are due by March 10, 2026.

Scope of Work

The contractor shall manufacture and deliver high-quality Tri-Corner hats according to strict technical specifications:

  • Material: Black 3XXX Beaver felt (30% fur, 70% felt), colorfast, stain-resistant, and water-resistant.
  • Dimensions: 4.5-inch crown height, 5-inch brim width, and 1-inch white grosgrain ribbon trim.
  • Components: Includes a cockade (7/8” black and white ribbon), a specific silver-finish button, and a detachable black drawstring chin strap with a white wooden toggle.
  • Precision: All measurements must adhere to a tolerance of no more than 1/16-inch deviation.
  • Quantity: Estimated annual procurement of 200–300 hats, with a contract minimum of 500 and a maximum of 1,250 units over the life of the contract.

Contract & Timeline

  • Type: Firm Fixed-Price IDIQ
  • Duration: Five (5) one-year ordering periods.
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5).
  • Proposal/Sample Due: March 10, 2026, at 3:00 PM ET.
  • Delivery: Required within 120 days of each delivery order award.

Evaluation

Award will be based on a Best Value determination considering Technical Capability and Price. Technical Capability is significantly more important than price. Evaluation includes:

  1. Physical Sample: Must meet all visual and dimensional requirements in the SOW.
  2. Technical Testing: Documentation of successful AATCC TM20-2021 fiber analysis test results must be submitted with the proposal.

Additional Notes

Amendment 2 extended the deadline and clarified that the contractor is responsible for providing the cockade. Offerors must acknowledge all amendments and coordinate base access for deliveries to Joint Base Myer-Henderson Hall.

People

Points of Contact

MAJ Tavon CooperSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 5
Solicitation
Posted: Mar 2, 2026
View
Version 4Viewing
Solicitation
Posted: Feb 9, 2026
Version 3
Solicitation
Posted: Feb 2, 2026
View
Version 2
Solicitation
Posted: Jan 28, 2026
View
Version 1
Solicitation
Posted: Jan 22, 2026
View