Opportunity
SAM #PANMCC-26-P-0000042660
Sources Sought for Herald Trumpet Tabards and Cases for U.S. Army Band
Buyer
MICC Ft. Belvoir
Posted
May 12, 2026
Respond By
May 15, 2026
Identifier
PANMCC-26-P-0000042660
NAICS
315990, 314999
The U.S. Army Band (TUSAB), under the Department of the Army at Fort Belvoir, is seeking sources for the procurement of ceremonial Herald Trumpet Tabards and protective cases for use in burial honors: - Government Buyer: - The United States Army Band (TUSAB), Military District of Washington, United States Army - Contracting office: Mission Installation Contracting Command (MICC), Fort Belvoir - OEMs and Vendors: - AMMO & Company, LTD (Birmingham, UK) is the only OEM mentioned as the intended sole source - Products/Services Requested: - 15 Herald Trumpet Tabards - 17" x 20" double-sided poly cotton Reppe material, dark blue, with United States Army Band Coat of Arms embroidered on both sides - 2.25" yellow/gold artificial silk fringe, copper wire heading with two eyelets - 15 Protective Cases for Tabards - Canvas-type material, approx. 19" x 22" x 0.5", stiffened back, zip lock fitting along 3 sides, carry handle - Unique or Notable Requirements: - Tabards must match existing Army Band tabards in design and quality - Delivery required to Fort Myer, Virginia - Firm fixed price contract anticipated - Delivery required within 24 weeks of contract award - Period of Performance: - Anticipated 6 months (24 weeks) from award - Place of Performance/Delivery: - Fort Myer, Virginia (delivery location) - Fort Belvoir, Virginia (contracting office) - The government is seeking industry feedback on competition and capability, but this is not a formal solicitation.
Description
Sources Sought Notice
THIS IS A Sources Sought Notice ONLY. The U.S. Government currently intends to award an IDIQ contract on a SOLE SOURCE basis to AMMO & Company, LTD of Birmingham, UK for a period of performance of 6 months(delivery on or before 06 November 2026.
This notice does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to the sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice.
Any information provided in response to the sources sought will not be returned to the responder. Each potential source is also requested to provide the contract number(s), dollar value(s) and a brief description of work previously or currently being performed, which specifically demonstrates the contractor’s ability to successfully satisfy the requirements of the technical services. Firms shall also provide point of contact information where available for the efforts cited above
Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. The NAICS code(s) is 314999-All Other Miscellaneous Textile Product Mills.
The deadline for response to this source sought notice is no later than 10:00 A.M. Eastern Time, 15 May 2026. Provide responses to this notice to: Sheu Mojeed, Contracting Officer, Sheu.a.Mojeed.civ@army.mil and Aneisha Johnson, Contract Specialist, aneisha.s.johnson.civ@army.mil.
In response to these sources sought, please provide:
Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition and identify alternatives or solutions. Also contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@army.mil or 520-944-7373, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the Sources Sought Synopsis. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. Name of the firm, point of contact, phone number, email address, SAM Unique Entity ID, CAGE code, identify business size (large business or a small business), and if applicable, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (including size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. Information to help determine if the requirement (item or service) is commercially available, including pricing information, the basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. Identify how the Army can best structure these contract requirements to facilitate competition, including competition among small business concerns. Recommendations to improve the Army's approach/specifications/draft SOW to acquiring the identified items/services.