Outdoor LED Sign, Programmable
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 Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) is soliciting quotes for one Outdoor LED Sign, Programmable. This requirement is a 100% Small Business Set-Aside and will be awarded on a Firm Fixed Price (FFP) basis. Quotes are due by April 9, 2026, at 6:00 PM UTC.
Scope of Work
NUWCDIVNPT seeks to procure one outdoor LED sign with specific technical requirements. The sign must feature a 6mm RGB Full Color LED pitch/spacing and an active display size of 4 ft (H) x 8 ft (W). It requires hardwired connectivity with no subscriptions or cell modem, and must support comparable software alternatives that work offline without recurring payments. Electrical specifications include single phase 120v power input, 20A max at full brightness, and a 3840 Hz refresh rate with 10,000 nit brightness. The sign needs Ethernet connectivity, free-standing mounting with included hardware, and must be weather-resistant (IP-67 rated). Programmability features include adjusting lettering, character height, spacing, color, auto-dimming, and scheduling display times. A simple frame is required, along with a 10-year parts availability and replaceable panel sections. The screen will not project sensitive information, and its overall size should not exceed 5x8 feet.
Contract Details
- Contract Type: Firm Fixed Price (FFP)
- Set-Aside: 100% Small Business Set-Aside (NAICS: 339950, Sign Manufacturing; Size Standard: 500 employees)
- Place of Performance/Delivery: F.O.B. Destination, Naval Undersea Warfare Center, AUTECT Detachment, Cape Canaveral, FL 32920
- Delivery Timeline: Best delivery date not to exceed 8 weeks from award.
- Compliance: TAA compliance is required.
- Logistics: No drop shipments will be accepted.
Submission & Evaluation
- Submission Method: Electronically via email to Amy Prisco at amy.k.prisco.civ@us.navy.mil.
- Quote Deadline: April 9, 2026, at 6:00 PM UTC.
- Evaluation Criteria: Award will be made to the offeror with the Lowest Price Technically Acceptable (LPTA) quote.
- Technical Acceptability: Offerors must quote the required item in the specified quantity, submit detailed specifications, and provide proof that all items configured in-house are new products. Gray market items and drop shipping from outside the United States are not acceptable.
- Past Performance: Will be considered via the Supplier Performance Risk System (SPRS).
Important Notes
Offerors must be registered in the System for Award Management (SAM) prior to award. Payment will be electronic via Wide Area Workflow (WAWF). A Unique Item Identifier (UID) is required for all delivered items where the Government's unit acquisition cost is $5,000.00 or more. Quotes must include point of contact, contractor CAGE code, and contractor SAM UID.