Closed Solicitation · DEPT OF DEFENSE

    Virginia Marketing Items Blanket Purchase Agreements

    Sol. W912LQ26RA002Combined Synopsis/SolicitationSet-aside: Total Small Business Set-Aside (FAR 19.5)RICHMOND, VA
    Closed
    STATUS
    Closed
    closed Mar 16, 2026
    POSTED
    Feb 27, 2026
    Publication date
    NAICS CODE
    315990
    Primary industry classification
    PSC CODE
    8315
    Product & service classification

    AI Summary

    The Virginia National Guard is seeking proposals for Blanket Purchase Agreements for promotional and marketing items, both wearable and non-wearable. This opportunity is a 100% small business set-aside under NAICS code 315990, with a maximum ceiling of $1,000,000 and a five-year ordering period. Interested vendors must submit their proposals by March 16, 2026, at 2:00 PM EST.

    Contract details

    Solicitation No.
    W912LQ26RA002
    Notice Type
    Combined Synopsis/Solicitation
    Set-Aside
    Total Small Business Set-Aside (FAR 19.5)
    Posted Date
    February 27, 2026
    Response Deadline
    March 16, 2026
    NAICS Code
    315990AI guide
    PSC / Class Code
    8315
    Contract Code
    2100
    Primary Contact
    Wesley Spencer Jr. II
    State
    VA
    ZIP Code
    23297-0000
    AI Product/Service
    both

    Description

    General Information This is a combined synopsis/solicitation for commercial items as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested, and a written solicitation will not be issued. The Virginia National Guard (VaNG) intends to issue a Blanket Purchase Agreement(s) (BPAs) as defined in the Revolutionary FAR Overhaul Subpart 12.201-1(e)(3). The objective of the BPA is to streamline the purchase of promotional and marketing wearable and non-wearable items for units and TDAs within the Virginia National Guard. This solicitation is issued as a 100% small business set-aside under the NAICS code, 315990 Apparel Accessories and Other Apparel Manufacturing with a small business size standard of 600 employees. The VaNG intends to award more than one, firm-fixed price, BPA. Each BPA awarded will have up to a five (5) year ordering period with a maximum ceiling of $1,000,000. The minimum call order value is $1.00, with a maximum call order value of $350,000.00. Calls orders under $15,000 may be placed without providing for fair opportunity. All calls will include an individual statement of objective and may be competed among all BPA holders and awarded based on the lowest price for a technically acceptable offer or rotated amongst BPA holders based on need and availability of product(s) per vendor’s digital catalog. The government will not pay for costs associated with the preparation of a quote in response to this combined synopsis/solicitation. BPAs will not be issued to third party entities. The Government is obligated only to the extent of authorized purchases actually made under the BPA. The Government intends to make award without conducting discussions. However, the Contracting Officer reserves the right to conduct discussions if determined necessary. Interested vendors agree to hold prices firm for 60 days after the date of submission. Communications with the Government Questions: Submit written questions via email ONLY to contract specialist Wesley Spencer at wesley.spencerjr2.civ@army.mil. No phone calls will be accepted. Questions shall be submitted by March 9, 2026, no later than 2:00 p.m. Eastern Standard Time (EST) Administrative Information Contracting Officer: Rebecca Fowler; rebecca.l.fowler6.civ@army.mil Contracting Specialist: Wesley Spencer; wesley.spencerjr2.civ@army.mil Addendum to FAR Provision 52.212-1: Contractors interested is being considered for a BPA shall submit the following documents via email, not later 2:00 P.M. EST March 16, 2026. The solicitation number shall identify in the subject line of the email response. Pricing Shcedule (See Attachment 6) or Alternate Pricing Schedule. Completed Representation and Certification (or statement confirming all representations and certifications have been completed at sam.gov and are current and accurate). Capability Statement A digital catalog of all products the VaNG would be able to purchase if the company is selected for a BPA. Details regarding what products or services are provided in-house and what products or services are out-sourced. If out-sourced, provide details regarding the company’s roles and responsibilities, established relationships with suppliers and sub-contractors, and supplier and sub-contractor roles and responsibilities. Describe the company’s process from receipt of order to delivery of order, including average delivery schedule from start to finish. Identification of any requirements identified in the Statement of Objectives the contractor is unable to provide and should not be included in any resulting BPA. Past performance references for similar work performed in the last 36 months. Reference information shall include the project or contract number the date work was performed the total project or contract price, point of contact name, phone number and email address. Addendum to FAR 52.212-2 Basis for Award BPAs will be issued to the responsive, responsible offeror(s) whose proposal demonstrates the capability to meet the statement of objectives (capability), demonstrates relevant and recent satisfactory or better past performance (past performance), and whose prices can be determined fair and reasonable (price). The Contracting Officer will determine the actual number of BPAs to be issued based on the number of responses received and what is deemed most advantageous to the VaNG. For purposes of evaluating price, all costs associated with the individual pricing schedule shall be included in the proposal. Offerors may provide an alternate pricing schedule for the government’s review and consideration provided it is clear what prices are applicable to which tasks. For purpose of evaluating prices, vendors are to submit their complete catalog with unit pricing and percentage discount off catalog pricing for quantities. Vendors are to complete and submit the required submission form. NG Agency Protest Program NG Agency Protest Program is intended to encourage interested parties to seek resolution of their concerns with the National Guard (NG) as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or another external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods as if filed at the GAO. The NG protest decision goal is to resolve protests within 35 calendar days from filing. An agency protest may be filed with either the Contracting Officer or the NG Agency’s Protest Decision Authority, but not both, in accordance with NG Protest procedures. To be timely, the protest must be filed with the periods specified in FAR 33.103. To file a protest under the NG Agency Protest Program, the protest must request resolution under that program and be sent to the address below: ATTN: NGB-AQ-O 111 S. George Mason Dr. Arlington, VA 22204 Email: ng.ncr.ngb-arng.mbx.ngb-task-order-ombudsman@mail.mil All other agency-level protest should be sent to Contracting Officer Wesley Spencer at wesley.spencerjr2.civ@army.mil PROVISION AND CLAUSES ARE INCLUDE AS AN SEPARATE ATTACHMENT (End of RFQ)

    Key dates

    1. February 27, 2026Posted Date
    2. March 16, 2026Proposals / Responses Due

    AI search tags

    Frequently asked questions

    Virginia Marketing Items Blanket Purchase Agreements is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.