MARFORSOC MARQEE SIGN REPLACEMENT

SOL #: H9225726QE006Combined Synopsis/Solicitation

Overview

Buyer

DEPT OF DEFENSE
Us Special Operations Command (Ussocom)
MARSOC H92257
SNEADS FERRY, NC, 28460-0101, United States

Place of Performance

Sneads Ferry, NC

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

No PSC code specified

Set Aside

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

Timeline

1
Posted
Feb 20, 2026
2
Last Updated
Feb 23, 2026
3
Submission Deadline
Mar 13, 2026, 4:00 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 Defense, US Special Operations Command (USSOCOM), through MARSOC, is soliciting proposals for the MARFORSOC Marquee Sign Replacement at MCB Camp Lejeune, NC. This requirement involves the removal of an existing sign and the installation of a new "Watchfire" outdoor LED sign. This is a Total Small Business Set-Aside acquisition, with award based on the Lowest Priced Technically Acceptable (LPTA) offer. A mandatory site visit is scheduled for February 27, 2026, and proposals are due March 13, 2026.

Scope of Work

The contractor will be responsible for the complete replacement and upgrade of the legacy marquee sign at the Main MARSOC gate entrance and MARSOC HQ (Building RR400). This includes:

  • Removal and disposal of the existing marquee sign and its components.
  • Acquisition and installation of a specific "Watchfire" Model 2125143 W6-S Message Center LED RGB sign (4'x9' viewing area).
  • Connection of the new LED sign to pre-existing electrical service and network fiber, with provision for replacement wiring/fiber if existing connections are incompatible or damaged.
  • Installation of necessary software/applications for LED sign control and operation on a Government Furnished Workstation.
  • Final programming of new LED display elements and conducting a joint Vendor/Government commissioning.
  • Providing training on operation, maintenance, and software usage to Government personnel.
  • A 3-year workmanship warranty is required.

Contract Details

  • Contract Type: Firm Fixed-Price (FFP) contract.
  • Set-Aside: Total Small Business Set-Aside.
  • NAICS Code: 811210.
  • Product Service Code (PSC): 7E20.
  • Place of Performance: Entrance of the compound and RR400, Stone Bay, MCB Camp Lejeune, North Carolina.
  • Period of Performance: 90 days from contract award.
  • Estimated Value: The Justification and Approval document indicates a basic value of $65,000.

Key Dates & Submission Requirements

  • Mandatory Site Visit: February 27, 2026, at 12:00 PM EST. Vendors must notify Samuel Williams and Allison O'Donnell of intent to attend by February 25, 2026, at 12:00 PM EST, and submit access request documentation. Quotes will only be accepted from vendors who attend the site visit.
  • Questions Deadline: March 6, 2026, at 12:00 PM EST. Submit questions via email to Allison.c.odonell.civ@socom.mil AND Samuel.williams1@socom.mil.
  • Proposal Submission Deadline: March 13, 2026, at 1:00 PM EST.
  • Submission Method: All proposals must be submitted via email to Allison.c.odonell.civ@socom.mil AND Samuel.williams1@socom.mil. Email attachments are limited to 10 MB.
  • Required Information: Offerors must provide their UEI #, Cage Code #, and TIN #.

Evaluation & Eligibility

  • Basis for Award: Lowest Priced Technically Acceptable (LPTA).
  • Proposal Content: Proposals must clearly identify how they meet all solicitation requirements. The Technical Volume is limited to 5 pages.
  • Proposal Validity: Offerors must hold prices firm for 180 calendar days.
  • Eligibility: Offerors must be registered in the System for Award Management (SAM) at http://www.sam.gov. Cybersecurity Maturity Model Certification (CMMC) Level 1 is required for contractor information systems processing FCI or CUI.

People

Points of Contact

Files

Files

Download
Download
Download
Download

Versions

Version 2Viewing
Combined Synopsis/Solicitation
Posted: Feb 23, 2026
Version 1
Combined Synopsis/Solicitation
Posted: Feb 20, 2026
View
MARFORSOC MARQEE SIGN REPLACEMENT | GovScope