Skip to content
Department of Defense

MARFORSOC MARQEE SIGN REPLACEMENT

Solicitation: H9225726QE006
Notice ID: 56a0e4a1f16947b1a4257c1355011688

Combined Synopsis Solicitation from US SPECIAL OPERATIONS COMMAND (USSOCOM) • DEPT OF DEFENSE. Place of performance: NC. Response deadline: Mar 13, 2026. Industry: NAICS 811210 • PSC 7E20.

Market snapshot

Awarded-market signal for NAICS 811210 (last 12 months), benchmarked to sector 81.

12-month awarded value
$199,582,999
Sector total $250,450,224 • Share 79.7%
Live
Median
$112,764
P10–P90
$14,068$667,892
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
79.7%
share
Momentum (last 3 vs prior 3 buckets)
+32115%($198,347,769)
Deal sizing
$112,764 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for NC
Live POP
Place of performance
Sneads Ferry, North Carolina • 28460 United States
State: NC
Contracting office
Sneads Ferry, NC • 28460-0101 USA

Point of Contact

Name
Samuel Williams
Email
samuel.williams1@socom.mil
Phone
9104400773
Name
Allison O'Donnell
Email
allison.c.odonnell.civ@socom.mil
Phone
9104401697

Agency & Office

Department
DEPT OF DEFENSE
Agency
US SPECIAL OPERATIONS COMMAND (USSOCOM)
Subagency
MARSOC H92257
Office
Not available
Contracting Office Address
Sneads Ferry, NC
28460-0101 USA

More in NAICS 811210

Description

This is a COMBINED SYNOPSIS/SOLICITATION for the MARFOSOC MARQUEE SIGN REPLACEMENT.  This announcement is prepared in accordance with the format in FAR Subpart 12.6, and Part 13 as supplemented with additional information in this notice.   The solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92257-26-Q-E006. All responsible sources may submit a quote which shall be considered by the agency.

The Government intends to award one (1) contract as a result of this solicitation.  The Product Service Code (PSC) for this requirement is 7E20.  The associated North American Industrial Classification System (NAICS) code for this requirement is 811210. The proposed acquisition is Total Small Business Set Aside.

TYPE OF CONTRACT.  The Government intends to award a single Firm Fixed Price (FFP) type contract as a result of this solicitation.

The Government reserves the right and may award based solely on information contained in the quote and is not obligated to seek completion or clarification of any or all of the evaluation factors if the original quote is unclear.

The contract shall be awarded on an all or none basis, please do not submit partial quotes.

All quotes submitted shall be the Contractor's Best Quote as it is the Government's intent to entertain one (1) final quote only; this includes any discounts on volume.

Quoters must scrutinize this solicitation and ensure their quotes and submissions comply with all requirements.  It is not sufficient to merely state your quote complies with the solicitation requirements.  You must clearly identify how your quote meets  ALL of the solicitation requirements.

(1) All questions concerning this procurement, either technical or contractual must be submitted in writing, via email, to the Contracting Office. The deadline for submittal of questions regarding this solicitation is 12:00 PM Eastern Standard Time (EST) on 6 March 2026. Thegovernment's responses will be provided via solicitation/RFQ amendment. No direct exchanges between the technical representative and a prospective Offeror shall be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be submitted via email to: Allison.c.odonell.civ@socom.mil AND Samuel.williams1@socom.mil.


A Site Visit will be conducted on 27 February 2026 at 12:00 PM EST. The purpose of the Site Visit is to allow prospective vendors the opportunity to get a better understanding of the requirement and ask questions. Vendors must notify the points of contact below of intent to attend the site visit no later than 25 February 2026 at 12:00PM EST. Vendors must submit access request documentation (Names, Dates of Birth, and Driver's License Numbers on company letterhead) to the POCs listed below. It is the vendor's responsibility to ensure they can gain access to both Camp Lejeune as well as the MARFORSOC Compound. Access to the MARFORSOC Compound is a separate process, and general access to MCB Lejeune does not guarantee access to MARFORSOC.


(2) Proposals must be received no later than 1:00 PM Eastern Standard Time (EST) on 13 March2026. Proposals received after this time frame shall not be considered for award. The Government will award the contract resulting from this solicitation to the responsible offeror whose offer is conforming to the solicitation and will be the most advantageous to the government. The prospective offeror must be registered with the System for Award Management (SAM) website at http://ww.sam.gov to be considered for award. The offeror agrees to hold the prices in its proposal firm for 180 calendar days from the sate specified for receipt of proposals. All proposals must be submitted via email; no other form of submission will be accepted. Quotes shall be emailed to: Allison.c.odonell.civ@socom.mil AND Samuel.williams1@socom.mil.

Offerors must provide the following information in their proposal: UEI #, Cage Code #, and TIN #.

The quotes will be evaluated on an all-or-none basis.

Proposals must be submitted in accordance with FAR 52.212-1(f). for email proposals, the Government office designated for receipt of the proposal are the email inbox of the addressee's indicated above. Receipt of an electronic acknowledgment form the addressee establishes that a record was received but does not establish that the content sent corresponds to the content received. Email attachments are limited to no more than 10 MB. Vendors are specifically warned that email may be subjected to spam filters or attachment stripping. It is therefore highly recommended that vendors request and receive delivery confirmation prior to the closing date.

(3) Comprehensive responses to the requirements of this RFQ are required to enable the Government to evaluate the Offeror's understanding of capability and approaches to accomplish the stated requirements. Proposals shall be submitted per the instructions herein, and non-conformance with the specified required content may be cause for rejection of the proposal. The proposal shall provide comprehensive responses to the areas provided for in this section. The proposal shall be a complete response to Attachment 1 -Statement of Work and the requirements of this RFQ, taking into consideration required quantities and delivery schedules specified in this solicitation. Offerors are cautioned not to rephrase or restate the Government's requirements in the quote but furnish convincing narratives describing "how" they intend to meet these requirements. The Offeror shall limit the Technical Volume to 5 pages. All transmissions must clearly state the solicitation number and the name of the contracting specialist on the first page to ensure proper receipt.

BASIS FOR AWARD: The award will be based on Lowest Priced Technically Acceptable (LPTA) Offer.

Quotes will only be accepted from vendors who attend the site visit. Quotes from vendors who are not present, will not be considered for award.

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.