MEDIA BUYING SERVICES - NAVSEA ENTERPRISE RECRUITING MARKETING AND ADVERTISING
ID: N6426725Q5042Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL SURFACE WARFARE CENTERNORCO, CA, 92860, USA

NAICS

Media Buying Agencies (541830)

PSC

SUPPORT- MANAGEMENT: ADVERTISING (R701)

Set Aside

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

    The Department of Defense, through the Naval Surface Warfare Center, is seeking qualified contractors to provide media buying services for the NAVSEA Enterprise Recruiting Marketing and Advertising initiative. The primary objective is to develop and implement a comprehensive paid media strategy aimed at enhancing recruitment efforts, particularly targeting STEM talent and effectively communicating the NAVSEA employer brand. This procurement is critical for modernizing recruitment practices and improving NAVSEA's visibility in a competitive talent market, with a focus on leveraging digital marketing channels. Interested parties must submit their quotations electronically by the specified deadline, and all submissions must comply with the requirements outlined in the solicitation documents. For further inquiries, contact Mia Barela at maria.p.barela3.civ@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document pertains to NAVSEA's solicitation for a marketing and communications plan that includes paid media components. It addresses industry questions regarding budget allocations, project scope, and submission requirements for the Request for Quotation (RFQ) N6426725Q5042. Notably, NAVSEA cannot disclose specific budgeting details but advises vendors to include all necessary costs in their proposals. The RFQ clarifies that the 2024 pilot program will differ in scope and tactics from future initiatives. There are no page limits for submissions, and while a specific template is not required, proposals must be submitted electronically in PDF or MS Word format. Additionally, vendors are to quote for the development of a marketing plan rather than the plan itself at this stage. Access to NAVSEA’s Google Analytics for metrics reporting may be arranged as necessary during project planning. Overall, the RFQ aims to attract proposals that can effectively outline strategies for NAVSEA’s communications efforts while ensuring vendors align with its specific requirements and limitations.
    The document outlines the "Personnel Recruitment Advertising Management Plan," detailing the structure and content requirements for contractors engaged in recruitment advertising services. It specifies the plan's organizational framework, assigning functions and responsibilities, along with management and reporting protocols for executing recruitment tasks per contractual agreements. Key components of the plan include an organizational chart, descriptions of personnel qualifications and staffing needs, and a technical advertising strategy. Additionally, the plan must address management methods for media requirements, with a focus on creative solutions beyond traditional advertising channels. It emphasizes compliance with Government expectations and provides guidelines for documenting and presenting the recruitment strategy effectively. This Data Item Description serves as a critical framework for federal contracts regarding recruitment advertising, ensuring clarity in contractor responsibilities and alignment with government objectives.
    The document provides a Data Item Description (DID) for a Personnel Recruitment Advertisement, detailing the government’s requirements for advertising to attract qualified candidates for various positions. It outlines the format and content preparation necessary for print and broadcast media advertisements. These ads are aimed at different career fields such as engineering, computer science, foreign languages, and cryptology. The contractor is encouraged to apply innovative strategies for broad outreach and to ensure the advertisement's unified message across different media types. The document specifies that initial drafts must include a working outline of the advertisement's objectives, content summary, and distribution methods. Final products must align closely with government-approved outlines, incorporating any feedback from the government. This DID is integral to federal recruitment efforts, ensuring compliance and effectiveness in attracting talent for essential roles. By requiring detailed preparation and a systematic approach to advertising, the government seeks to enhance its overall recruitment strategy, making it a critical guideline for contractors involved in personnel recruitment tasks.
    The document appears to be associated with government procurement and funding processes, specifically highlighting the Defense Logistics Agency (DLA) and its Request for Proposals (RFPs) and grant opportunities. It suggests that interested entities should validate the version obtained from the source before use to ensure compliance with the most current guidelines. The DLA's focus is likely on streamlining logistics and supply chain management for defense-related needs, emphasizing the importance of accurate documentation, adherence to federal standards, and efficient operational processes in grant applications and proposal submissions. The structure of the information implies a need for vigilance among applicants regarding the latest stipulations and procedural changes within federal and state contracting platforms. Overall, the document serves as a reminder of the essential steps required for engaging with government contracts effectively.
    The document outlines Data Item Description (DID) DI-MGMT-80368A, which details the requirements for a Status Report that contractors must produce to document their progress toward contract goals. The report aims to enable government oversight of contractor performance by summarizing accomplishments, challenges, and resource usage against initial plans. It specifies that the report should include essential elements such as project identification, type of report, period covered, and overview of the project status. Key sections mandated in the report include milestone/task status, future plans, itemized costs, and deliverable status. The report should detail whether tasks are on schedule, the comparison of performance capabilities to contract specifications, and highlight any significant issues encountered. Additionally, it allows for tailored adjustments according to project needs, though its structure remains consistent across submissions. The document emphasizes the importance of providing comprehensive and clear information to facilitate effective monitoring of contractor efforts and project health.
    The document presents an amendment to a government solicitation, specifically for the Naval Surface Warfare Center, Corona Division. This amendment aims to extend the due date for offers from August 7, 2025, to August 14, 2025, and change the set-aside category from HUBZone to Small Business, allowing participation from all small businesses under the identified NAICS codes. The document specifies the necessary acknowledgment of this amendment by offerors and highlights that all other terms and conditions of the solicitation remain unchanged. Additionally, several contract clauses were modified, incorporating updates related to commercial products and services, including compliance requirements stipulated by the Federal Acquisition Regulation (FAR). The amendment underscores government efforts to optimize bidding opportunities and ensure adherence to regulatory frameworks in federal contracting processes, reflecting a commitment to supporting small business participation in federal contracts.
    This document is an amendment to a federal solicitation issued by the Naval Surface Warfare Center, Corona Division, specifying changes to procurement under a HUBZone Set-Aside. It extends the offer submission deadline and requires acknowledgment of the amendment to avoid rejection. The amendment also highlights modifications to various contract clauses, including compliance with federal regulations pertaining to subcontracting, labor laws, and prohibitions on specific technologies and practices (e.g., Kaspersky Lab products and certain telecommunications services). Notably, clause 52.219-6 regarding small business set-asides has been removed. The amendment maintains that all other terms and conditions of the solicitation remain unchanged. The Contracting Officer and contractor must sign the document to confirm acceptance of these changes. This summary of critical adjustments ensures contractors understand updated requirements for submission and compliance in response to federal acquisition regulations.
    The DD Form 1423-1 outlines the requirements for submitting a Contract Data Requirements List (CDRL) related to a contract's data item, particularly within the Department of Defense (DoD) context. This form includes sections for contract line item information, title and details of the data item, submission timelines, approval requirements, and distribution statements. Specifically, the document highlights the need for a Strategic Marketing and Communications Plan encompassing various marketing strategies, audience analysis, key performance indicators (KPIs), and project activity planning. It stipulates that submissions should be made electronically and annotated for DoD use, with comments incorporated within specified timelines. Additionally, the form categorizes data items into groups influencing costs based on their necessity for contract performance, emphasizing the government's rights to use these data and clarifying pricing structures. The purpose of this document is to ensure clarity and adherence to data management standards in government contracts, facilitating effective communication between contractors and government offices.
    The DD Form 1423-1 serves as a Contract Data Requirements List, detailing essential data items needed in government contracts related to Media Buying Services. It outlines specifications for contractors on delivering required documentation, such as creative briefs and engagement assets, alongside crucial deadlines for submission and resubmission of materials. The data submitted is categorized and marked for distribution solely within the Department of Defense (DoD) and its contractors, ensuring controlled access to sensitive information. The form mandates an approval process, with government oversight on content and format, emphasizing the contractor's obligation to integrate feedback promptly. This structured approach aims to standardize data management across federal and state RFPs, reinforcing compliance with requirements to enhance communication and procurement efficiency. Overall, the document establishes a clear framework for managing and disseminating critical data in government-funded media procurement, aligning with broader objectives in federal grants and contracts.
    The DD Form 1423-1 outlines the requirements for submitting a Contract Data Requirement List for a specific data item in government contracting, particularly in the context of media buying services. It details the necessary components to be filled out, including contract line item numbers, descriptions of the data items, the frequency of submissions, and distribution requirements. The form serves as a critical tool for establishing expectations for contractors regarding the development and submission of data supporting contracted efforts. Key elements include specific guidelines on approvals, formatting, submission timelines, and pricing groups based on the data’s relevance to the contract. The document emphasizes the importance of compliance with government standards and distribution restrictions, asserting that certain data is only authorized for specific government personnel and contractors. Overall, this form plays an essential role in maintaining proper documentation and structure in federal contracting procedures, especially concerning data management and reporting within Department of Defense operations.
    The DD Form 1423-1 is a Contract Data Requirements List used by the U.S. Department of Defense to outline specific data items required from contractors. It serves as a formal request for a Performance Outcome, Output, and Insights Report in the category of Media Buying Services. The document stipulates the monthly submission of status reports, with particular structural requirements including item titles, due dates for initial and subsequent submissions, and distribution instructions marked as "D." Key components of the form include guidelines for pricing the data items based on their necessity and the effort involved in their preparation, categorizing them into four distinct price groups. The document emphasizes the importance of accurate submission, approval protocols, and the requirement to address inspection and acceptance standards. The form aims to streamline data collection in compliance with governmental regulations and ensure timely delivery of critical information from contractors, which is essential in managing government contracts effectively.
    The document outlines a Request for Quote (RFQ) for marketing and communication services, specifically for the NAVSEA Enterprise Recruiting Program. The primary objective is to enhance recruitment efforts by developing and implementing a comprehensive paid media strategy that targets STEM talent and communicates the NAVSEA employer brand effectively. This initiative follows previous unsuccessful recruitment methods and aims to position NAVSEA as a desirable employer by leveraging digital marketing channels like LinkedIn and YouTube. Key responsibilities for the contractor include crafting a strategic marketing plan, managing media buys, optimizing ad placements, and reporting on campaign performance metrics over a 12-month period. The scope emphasizes the need for detailed analytics to track and improve recruitment outcomes, specifically focusing on attracting candidates in STEM fields. Deliverables are organized into Contract Data Requirement Lists (CDRLs), each addressing various aspects of the marketing campaign, from planning to performance reporting. The contract structure is based on firm fixed prices for the services rendered, and the contractor is expected to work closely with NAVSEA's Technical Point of Contact throughout the process. This RFQ reflects a strategic shift towards modernizing recruitment practices and enhancing NAVSEA's visibility in a competitive talent market.
    This document outlines the timeline and requirements for a government contract related to campaign development and execution. The project has several phases: the development phase must be completed within two months post-award, followed by campaign setup within three months, contingent upon approval from the Technical Point of Contact (TPOC). Execution and implementation also commence within three months after receiving the necessary approvals. The campaigns are designed to operate for eight months, accompanied by monthly reporting on performance. After campaign conclusion, a comprehensive analytics report is expected within one month, completing the overall timeline of 12 months. Performance will be conducted virtually, with all communications through digital platforms such as email or video conferencing. There are no specific shipping or inspection details outlined, and the technical point of contact is yet to be determined. This document serves as part of a federal request for proposals, emphasizing timely execution and continuous reporting during the campaign process to meet government objectives efficiently.
    The document provides a wage determination (WD # 2015-4281) related to the Service Contract Act (SCA) for federal contracts in specific counties across the District of Columbia, Maryland, and Virginia. It outlines minimum wage rates, which are based on two Executive Orders: Executive Order 14026 mandates a minimum wage of $17.75 per hour for contracts beginning or renewed after January 30, 2022, while Executive Order 13658 specifies a rate of $13.30 per hour for earlier contracts not renewed post this date. In addition, the document details fringe benefits required for a wide range of occupational categories, such as administrative support, food service, and healthcare occupations, including health and welfare benefits, vacation, and holiday entitlements. It also includes guidelines for contractors regarding compliance, conformance requests for unlisted classifications, and specific compensation requirements under various clauses of the SCA and relevant Executive Orders. The file is structured with sections on wage categories, rates, and benefit details, serving to ensure fair labor practices and compliance with federal regulations in government contracts.
    Similar Opportunities
    Test, Engineering/Analysis Fleet Support
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center, Dahlgren Division (NSWCDD), is seeking qualified SEAPORT MAC holders to provide Test, Engineering/Analysis, and Fleet Support services for NSWCDD and Dam Neck Activity (DNA). The procurement aims to enhance integrated combat systems through expert engineering and technical support, which are critical for maintaining operational readiness and effectiveness. Interested firms must register for PIEE accounts to receive solicitations and submit proposals, as only SEAPORT MAC holders are eligible for award under this solicitation. For further inquiries, interested parties can contact Samantha Price at samantha.l.price22.civ@us.navy.mil or by phone at 540-742-1711.
    J059 - Shore Equipment Installation and Maintenance Management Program (SEIMMP)
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking proposals for the Shore Equipment Installation and Maintenance Management Program (SEIMMP) under solicitation number N0018926R0001. This procurement aims to secure contractor support services for the engineering, installation, and maintenance of electronic systems and equipment, primarily in support of Fleet Cyber Command/Commander U.S. 10th Fleet (FCC/C10F) and related IT mission requirements. The contract will cover a five-year period with an option for a six-month extension, focusing on various Navy and non-Navy installations across the continental United States and overseas, with key performance locations including Fort Meade, MD, Chesapeake, VA, and Oahu, HI. Interested vendors must submit their proposals by January 6, 2026, and can direct inquiries to Ethan Othersen or Jacob Gephart via their provided email addresses.
    Strategy, Communications, and Change Management and Enablement Products
    Dept Of Defense
    The Department of Defense, specifically the Naval Sea Systems Command (NAVSEA), intends to contract with Ink to Think, LLC for strategy, communications, and change management products. The procurement aims to support national security strategy priorities through the provision of data products across Impact Levels (IL-4 and IL-5), addressing all Controlled Unclassified Information (CUI) use cases. This contract is critical as it leverages Ink to Think's unique experience and capabilities, ensuring timely fulfillment of NAVSEA's requirements over a period of 20 months, should all options be exercised. Interested parties can reach out to Shawn Fu at shawn.q.fu.civ@us.navy.mil or call 202-781-1087 for further inquiries, noting that this notice is not a request for competitive proposals.
    BODY,DYNAMIC SEAL
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the procurement of eight units of the Body, Dynamic Seal, designated under NSN 5820 011586886. This procurement is a 100% small business set-aside and aims to fulfill the requirements for use on Navy submarines, emphasizing the need for compliance with stringent quality and inspection standards. The evaluation of proposals will consider both price and non-price factors, including delivery lead time and past performance, with the contract award expected to be made based on the best value to the government. Interested parties should direct inquiries to Sagan Kakkar at 717-605-9121 or via email at sagan.kakkar.civ@us.navy.mil, with proposals due in accordance with the solicitation timeline.
    SEWIP AN/SLQ-32(V) Full Rate Production, Design Agent Engineering, and Integration
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is preparing to issue a competitive solicitation for the Surface Electronic Warfare Improvement Program (SEWIP) AN/SLQ-32(V) Full Rate Production, Design Agent Engineering, and Integration. This procurement aims to support the design, development, fabrication, integration, and maintenance of the AN/SLQ-32(V) systems and subsystems, which are critical for early detection, signal analysis, and protection against anti-ship missiles. The anticipated contract will be structured as an Indefinite Delivery Indefinite Quantity-Multiple Award Contract (IDIQ-MAC) with a base period of approximately five years, potentially extending for an additional five years. Interested parties should monitor SAM.gov for the release of the Request for Proposal (RFP) expected in January 2026 and may contact Ryan Brophy or Peter Brown for further inquiries regarding the pre-solicitation artifacts and requirements.
    Maritime Launched Effects - Increment 1 (MLE-1) Request for Information
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is issuing a Request for Information (RFI) for the Maritime Launched Effects - Increment 1 (MLE-1) program, aimed at gathering industry input for the development of loitering munitions. This initiative seeks to identify viable prototype systems that can be integrated with SOCOM Combatant Craft to fulfill MLE-1 requirements, which include capabilities for precision strike missions over-the-horizon. The MLE-1 program is critical for enhancing naval warfare capabilities, providing an organic precision-strike mission package designed to minimize collateral damage while maximizing operational effectiveness. Interested vendors must submit their responses by 5:00 PM EST on December 19, 2025, and can direct inquiries to Matthew C. Hedrick at matthew.c.hedrick.civ@us.navy.mil or Nick Lovasz at nicholas.c.lovasz.mil@us.navy.mil. Additionally, vendors must comply with the Terms of Use Agreement for Government Furnished Information, which includes strict handling and disclosure protocols.
    SEAL
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting bids for the procurement of SEAL equipment, categorized under the NAICS code 333914 for Measuring, Dispensing, and Other Pumping Equipment Manufacturing. The contract will require the manufacture and supply of specific items, with an emphasis on compliance with quality assurance standards and government inspections, ensuring that all products meet the prescribed requirements. This procurement is critical for maintaining operational readiness and support for military applications, with the potential for increased quantities to be added to the contract post-award. Interested vendors should direct inquiries to Kristina L. Alexander via email at KRISTINA.L.ALEXANDER5.CIV@US.NAVY.MIL, and are encouraged to submit their proposals promptly, as the solicitation includes specific requirements for documentation and authorized distributor status.
    New England Maintenance Manpower Initiative (NEMMI) non-nuclear submarine services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's NAVSEA HQ, is seeking to award a sole source contract for the New England Maintenance Manpower Initiative (NEMMI) related to non-nuclear submarine services. This procurement aims to provide essential maintenance support for combat ships and landing vessels, ensuring operational readiness and efficiency within the naval fleet. The justification for this contract, identified as N00024-23-C-4300, is documented in the attached approval file, emphasizing the critical nature of these services. Interested parties can reach out to Thomas Kohler at thomas.j.kohler11.civ@us.navy.mil or 202-789-4067, or Cara Poole at cara.l.poole.civ@us.navy.mil or 202-826-7828 for further information.
    Maritime Operations Center (MOC) Support Services
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVSUP Fleet Logistics Center Norfolk, is soliciting proposals for Maritime Operations Center (MOC) Support Services. The primary objective of this procurement is to provide a comprehensive range of technical services aimed at enhancing warfighting capabilities and addressing operational gaps within the MOC framework, which is critical for effective command and control of naval operations. This solicitation is intended for a sole source contract, with a performance period spanning four months, and requires offerors to possess a current Top Secret facilities clearance. Interested parties should direct inquiries to Mary Taylor at mary.a.taylor263.civ@us.navy.mil or Jacob Gephart at jacob.n.gephart.civ@us.navy.mil, with proposals due by December 15, 2025, at 10:00 AM.
    SEAL
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is soliciting bids for the procurement of SEAL items, specifically related to measuring, dispensing, and other pumping equipment manufacturing. The contract requires the manufacture and supply of these items, which are critical for various defense logistics operations, ensuring the reliability and efficiency of military equipment. Interested vendors must adhere to strict quality assurance and inspection requirements, and all proposals should be submitted electronically, with the contract anticipated to be awarded following a thorough evaluation process. For further inquiries, potential bidders can contact Nicholas Birbeck at NICHOLAS.BIRBECK@DLA.MIL.