Department of Defense Cyber Defense Command (DCDC) Signage
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 Defense Information Systems Agency (DISA), on behalf of the Department of Defense Cyber Defense Command (DCDC), is soliciting proposals for the design, manufacture, delivery, and installation of high-quality branding and signage for DCDC office and outdoor spaces at the DISA Headquarters in St James, MD. This acquisition is a Total Small Business Set-Aside. Proposals are due by April 28, 2026, at 10:00 AM.
Scope of Work
The selected contractor will be responsible for:
- Design, manufacture, and installation of signage according to specifications in Technical Exhibit 2.
- De-installation and removal of existing signage, including surface restoration.
- Ensuring secure, centered, evenly spaced, and level installation.
- Providing a minimum warranty on all exterior and interior signage.
- Compliance with security requirements, including background investigations (Tier 4) and site access protocols.
- Adherence to Section 508 Accessibility Standards.
The DCDC Signage HC102826R0029_EPL.xlsx document details 11 custom signage items, including DCDC Seals and directional signs, with a required delivery no later than July 15, 2026, to Fort Meade, MD. The main solicitation specifies a general delivery date of July 10, 2026.
Contract Details
- Contract Type: Solicitation (implies Firm-Fixed-Price for supplies and labor).
- Period of Performance: One year.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 541430 (Graphic Design Services) with a $9,000,000 size standard.
- Place of Performance: DISA HQ, St James, MD.
Submission & Evaluation
Proposals must include a technical proposal and a separate price proposal using the provided CLIN Pricing Worksheet. The technical proposal must address Organizational Conflict of Interest (OCCI), Supply Chain Risk Management (SCRM), and Section 508 compliance. Pricing must be detailed for the base period and any option periods. Proposals must be submitted electronically and remain valid for 120 calendar days. Evaluation criteria include the Price Factor (reasonableness and completeness).
Key Documents & Compliance
- DCDC Signage HC102826R0029_EPL.xlsx: Pricing template for 11 custom signage items, with a required delivery date of July 15, 2026.
- DCDC Signage QASP HC102826R0029.pdf: Outlines the Quality Assurance Surveillance Plan, detailing performance standards (e.g., 98% AQL), monitoring methods, and documentation procedures for contractor performance. Bidders must understand these expectations for quality control.
- Security: Background investigations (Tier 4) and site access procedures are mandatory. Cybersecurity Maturity Model Certification (CMMC) is not applicable.
Contact Information
- Primary: Marlene J. Adams (marlene.j.adams.civ@mail.mil, 667-891-0843)
- Secondary: Aaron Bruehl (aaron.r.bruehl.civ@mail.mil, 667-890-0214)