Skip to content
Department of Defense

Social Media Manager

Solicitation: W911S8-26-Q-1B93
Notice ID: bf344e59b7154e1f9465ccfa270fcd1e
TypeSources SoughtNAICS 541519PSCR422Set-AsideSBADepartmentDepartment of DefenseAgencyDept Of The ArmyStateWAPostedFeb 18, 2026, 12:00 AM UTCDueMar 04, 2026, 06:00 PM UTCCloses in 10 days

Sources Sought from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: WA. Response deadline: Mar 04, 2026. Industry: NAICS 541519 • PSC R422.

Market snapshot

Awarded-market signal for NAICS 541519 (last 12 months), benchmarked to sector 54.

12-month awarded value
$695,768,599
Sector total $5,796,258,355,399 • Share 0.0%
Live
Median
$500,000
P10–P90
$67,222$77,049,535
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
+339%($437,409,095)
Deal sizing
$500,000 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 WA
Live POP
Place of performance
North Lakewood, Washington • 98433 United States
State: WA
Contracting office
Joint Base Lewis Mcch, WA • 98433-9500 USA

Point of Contact

Name
Manuel Rosas
Email
manuel.e.rosas.civ@army.mil
Phone
5207148517
Name
Rosa Diaz
Email
rosa.i.diaz.civ@army.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE ARMY
Subagency
AMC
Office
ACC • MISSION INSTALLATION CONTRACTING COMMAND • 418TH CSB • W6QM MICC-JB LEWIS-MC CHORD
Contracting Office Address
Joint Base Lewis Mcch, WA
98433-9500 USA

More in NAICS 541519

Description

This Sources Sought Notice (SSN) is for market research purposes only and does not constitute a solicitation or commitment by the Government. The U. S. Government desires to procure these services on a Small Business Set-aside basis, provided 2 or more qualified small businesses respond to this notice. No set-aside decision has been made. Be advised that the U.S. Government will not be able to set aside this requirement if 2 or more small businesses do not respond with information to support set-aside. We encourage all small businesses, in all socio-economic categories (including 8(a), Business Development Program, Small Disadvantaged Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Woman-Owned Small Business concerns) to identify their capabilities in meeting the requirement at a fair market price. 

This SSN is being issued solely for information and planning purposes. It does not constitute a Request for Quote(RFQ), Request for Proposal (RFP) or promise to issue a solicitation in the future. The U.S. Government is not seeking quotes, bids, or proposals at this time and will not accept unsolicited proposals in response to this notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Not responding to this notice does not preclude participation in any future solicitation if any is issued. All interested parties must be registered in the System of Award Management (SAM) database to be eligible for consideration. 

This notice is issued to solicit responses from those small business firms who have performed relevant work within the past three (3) years, have the capability to perform this type of work and would likely respond to any resultant solicitation. In response to this notice, please provide the following information: 
a. Company name, Unique Entity Identifier (UEI), CAGE Code, address, Point of Contact name, current phone number (with area code) and complete email address 
b. Small Business Status (Small Business, HUBZone Small Business, Service-Disabled Veteran-Owned Small Business (SDVOSB), 8(a) Small Business, Small Disadvantaged Business, Woman-Owned Small Business, Economically Disadvantaged Woman-Owned Small Business) 
c. North American Industry Classification System (NAICS) Code(s) for which your company performs under Government contracts, if any. State and primary NAICS Code 
d. If you are an 8(a) Small Business, please state your supporting office.

The following narrative outlines the work necessary for this requirement. Please indicate whether your firm has successfully performed Social Media and Graphic Design work in the past and whether the work was performed in-house or sub-contracted. 

The Contractor shall employ social media management software, methods, and industry best practices to establish, maintain, and grow a strong, cohesive brand presence through key social media/web platforms by creating high quality content, maintaining community management, and conducting targeted digital-engagement across key platforms in accordance with (IAW) I Corps communications plan. Content includes but is not limited to: amplifying success stories; providing timely and updated information across a broad range of I Corps' and local community services and activities; introduce brand to target audiences, influencers, and stakeholders; measurably increasing brand awareness, loyalty, and recruitment; and closely monitor follower engagement. Manage the production of welcome video and detailed infographics that will become part of communications plan to make JBLM the CONUS base of choice. Please closely review paragraph 15 of the Performance Work Statement for qualifications. 

Point of contact is Mr. Manuel Rosas, Contract Specialist, at manuel.e.rosas.civ@army.mil. Responses mut be received no later than the date and time outlined in this notice and shall be submitted in Microsoft Word, Adobe Portable Document (PDF) or Microsoft Excel format to Mr. Rosas. PDF files shall be searchable and shall allow the Government to copy and paste as text to another document. Responders are advised to limit file sizes to 5MB per document. 

Files

Files size/type shown when available.

No downloadable attachments detected for this notice.

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.