ASIC Facility Rebranding
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 Department of the Army is conducting a Sources Sought for ASIC Facility Rebranding, a comprehensive effort to remove legacy branding and install new branding across specified locations. This effort is designated as a Small Business Set-Aside. Approximately eighty percent (80%) of the work will be completed at Aberdeen Proving Ground, MD. Responses are due by May 1, 2026.
Purpose & Scope
This market research survey (Request for Information - RFI) aims to gather information from potential sources to understand industry capabilities and finalize the acquisition strategy for a facility rebranding effort. The objective is to create a modern, professional, and digitally engaging environment for the CECOM HQ G-Staff and ASIC organization. The scope includes providing labor, supervision, materials, equipment, tools, transportation, storage, and incidentals for planning, designing, fabricating, producing, removing/decommissioning, and installing new branding elements. A tiered approach (Tier 1: Extensive Lobby/HQ Showcase, Tier 2: Enhanced Lobby, Tier 3: Standard Lobby) is required.
Key Tasks & Deliverables
Key tasks involve project management, site visits, unified brand identity design, removal of legacy branding, surface preparation and painting, fabrication of signage and display elements, electrical and installation services for A/V components, procurement and installation of new A/V equipment, furniture movement, and closeout documentation. Deliverables include a Project Management Plan (PMP), Site Survey Reports, Concept Designs, Master Design Packages, Production-Ready Artwork/Fabrication Files, A/V & Lighting Design Packages, Installation Plans, and As-Built Packages.
Place of Performance
The primary place of performance is Aberdeen Proving Ground (APG), MD, with additional government facilities at Fort Sill, OK; Fort Lee, VA; and Picatinny Arsenal, NJ. Appendix A provides visual references for existing branding at APG Building 6002.
Contract & Timeline
- Opportunity Type: Sources Sought / Market Research (RFI)
- Set-Aside: Small Business Set-Aside
- Response Due: May 1, 2026, 8:00 PM ET
- Published Date: April 21, 2026
- Issuing Office: DEPT OF THE ARMY, W6QK ACC-APG
Submission Requirements & Importance
Interested firms must complete and submit the Market Research Questionnaire. This includes providing company information (CAGE Code, address, POC), business size (including socio-economic statuses), GSA contract availability, NAICS/PSC recommendations, and details required for accurate Firm-Fixed-Price proposals. Responses are crucial for demonstrating capability and influencing the government's acquisition strategy. Failure to respond may lead the government to conclude that no capable firms exist for this requirement. This is not a Request for Quote or Proposal, and no costs incurred will be reimbursed.