Strategic Communication Visual Arts and Signage Services
ID: W911QY25QAP08Type: Combined Synopsis/Solicitation
AwardedMay 30, 2025
$19.5K$19,500
AwardeeRENDER HOUZE LLC DeSoto TX 75115 USA
Award #:W911QY25PA017
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-APG NATICKNATICK, MA, 01760-5011, USA

NAICS

Commercial Printing (except Screen and Books) (323111)

PSC

PHOTO/MAP/PRINT/PUBLICATION- ARTS/GRAPHICS (T001)

Set Aside

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

    The Department of Defense, specifically the Department of the Army, is seeking proposals from qualified small businesses for Strategic Communication Visual Arts and Signage Services at the Natick Soldier Systems Center in Massachusetts. The contract involves the production and installation of visual arts and signage for the newly constructed SFC Monti Research Facility and renovated Building 4, with a focus on adhering to Army branding and communication standards. This initiative is crucial for enhancing navigation and the aesthetic appeal of the facilities, thereby reinforcing the Army's commitment to creating functional and visually engaging environments. Proposals are due by April 30, 2025, and interested parties should direct inquiries to Alexander M. Ponusky or Timothy Konetzny via their provided email addresses.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a project for the provision of visual arts and wayfinding signage for the newly constructed SFC Jared C. Monti Research Facility and the renovated Director’s wing of Building 4. This initiative involves the installation of signage across five specific locations, including various walls and a north entrance directory. Key specifications emphasize color accuracy, resolution, clarity, durability, and stability of the visual products, mandating adherence to specified production standards. The specifications include detailed descriptions for each signage location, including dimensions, production materials, mounting methods, and finishes. Noteworthy elements include the use of digital prints on materials like styrene and vinyl, as well as adherence to a defined color palette to ensure consistency with existing artworks. The project aims to enhance navigation and aesthetic appeal within the facility while demonstrating the Army's investment in functional and visually engaging environments for personnel and visitors. This document serves as a basis for contractors interested in submitting proposals to fulfill the signage requirements effectively and in compliance with the Army's standards.
    The document outlines a Performance Work Statement (PWS) for a contract awarded to provide visual arts and signage for the newly constructed SFC Monti Research Facility and renovated Building 4 at the Natick Soldier System Center by the DEVCOM Soldier Center (SC). The contract is non-personal, obligating the contractor to deliver services without direct government supervision. Key tasks include producing facility signage and printed visual media, ensuring adherence to Army branding and communication standards. The contractor is responsible for expert consultations, site inspections, production of visual arts using government-approved designs, and coordinated installation of the signage. The project consists of multiple locations that will feature directional signage, innovation displays, and timelines, among others. Strict quality control measures for color accuracy, image resolution, and material durability are stipulated, alongside the requirement for installation compatibility. The project duration is set for 60 days post-contract award, with penalties for delays not caused by the government. This PWS aims to enhance the functionality and aesthetic appeal of the research facilities through comprehensive visual communication and branding, thereby reinforcing the values and mission of the DEVCOM SC.
    This document outlines a Past Performance Questionnaire (PPQ) utilized in federal government contracting processes, specifically for evaluating contractor performance in response to Requests for Proposals (RFPs) and grants. It includes sections for contractor and client information, details of work performed, contract specifics, and project descriptions. Contractors are to provide information such as contract numbers, completion dates, and pricing details. The document also features a performance rating system with categories ranging from "Exceptional" to "Unsatisfactory," allowing clients to assess quality, timeliness, customer satisfaction, management effectiveness, cost management, and safety adherence. Clients fill out the questionnaire by rating the contractor across various performance metrics and signifying their overall satisfaction and willingness to work with the contractor again. This structured approach aims to ensure accountability and facilitate better decision-making in future contracting opportunities by aiding in the comprehensive evaluation of contractor capabilities and past performance.
    The NSSC Contractor Access Request Form outlines the process for granting unescorted access to visitors at the National Security Systems Center (NSSC). It mandates the collection of personal data, including identification and residency history, to vet visitors prior to entry. All U.S. visitors aged 18 and older must undergo a vetting process, while foreign visitors require clearance from a Foreign Disclosure Officer. The form must be submitted encrypted via email or fax at least 24 hours before arrival. If approved, the visitor is added to the Daily Access Roster; issues such as derogatory information will lead to denied entry, with notification sent to the Point of Contact (POC). To verify vetting status, contact information for the USAG Natick Police Desk is provided. The document underscores the importance of protecting personally identifiable information (PII) in compliance with the Privacy Act of 1974. Overall, it establishes a structured protocol for visitor access at a crucial federal facility, emphasizing security and regulatory compliance.
    The document outlines a Request for Quotation (RFP) issued by the Department of the Army for Firm-Fixed-Price contracts related to Strategic Communication Visual Arts Services at the Natick Soldier Systems Center in Natick, MA. The RFP, numbered W911QY24QAP08, is exclusively designated for small businesses, with proposals evaluated based on technical capability, past performance, and price. The North American Industrial Classification System (NAICS) code is 323111, and a site visit for prospective vendors is scheduled for April 16, 2025. Proposals are due by April 30, 2025. The RFP specifies five service line items related to various wall projects at Building 4 and the SFC Monti Research Facility, each listed as a single job requirement. Offerors must be registered in the System for Award Management (SAM) and are encouraged to submit written queries by April 25, 2025. The evaluation process will employ the Tradeoff Process to determine the most advantageous offer to the government, emphasizing technical excellence and past performance over cost alone. Several federal acquisition regulations and clauses are incorporated by reference, underscoring compliance necessities. Overall, the RFP aims to acquire specialized artistic services while promoting small business participation and adhering to federal procurement standards.
    Lifecycle
    Similar Opportunities
    Facility Investment Services for 99th Readiness Division (RD), Region 4C
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Philadelphia District, is seeking qualified small businesses to provide Facility Investment Services for the 99th Readiness Division, Region 4C. The procurement aims to identify capable firms for Preventive Maintenance (PM) and Corrective Maintenance (CM) services, which include maintenance and repair of building exteriors, interior systems, and various infrastructure components. This initiative is crucial for ensuring the sustainment, restoration, and modernization of facilities in West Virginia and Western Virginia, with an estimated five-year ordering period. Interested parties must submit their capability statements and relevant documentation by December 16, 2025, at 5:00 PM EST to Tiffany Chisholm at tiffany.z.chisholm@usace.army.mil, and all employees must meet specific security requirements.
    Public Address/Visual Information and Television Broadcast System (PAVIS)
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command at Tobyhanna Army Depot, is seeking interested vendors for a service contract related to the maintenance and installation of the Public Address, Visual Information, and Television Broadcast System (PAVIS). The procurement aims to ensure the effective operation of PAVIS at the depot, which is crucial for communication and information dissemination within military operations. The contract will cover a base year plus two option years, commencing on February 27, 2026, and interested parties must submit their capabilities and company information by December 15, 2025, to Alicia Piercy at alicia.a.piercy.civ@army.mil.
    Facility Investment Services for 99th Readiness Division (RD), Region 5
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Philadelphia District, is conducting a Sources Sought Notice (W912BU26RA0R5) to identify qualified small businesses capable of providing Facility Investment Services (FIS) for the 99th Readiness Division, Region 5. The procurement aims to gather market research for preventive and corrective maintenance services, including sustainment, restoration, and modernization of building exteriors, structures, and interior systems such as HVAC, plumbing, and fire protection across Delaware, Maryland, and Eastern Virginia. This initiative is crucial for maintaining operational readiness and ensuring the longevity of facilities, with an anticipated contract duration of five years. Interested offerors must submit their capability statements and relevant past performance information by December 16, 2025, to Tiffany Chisholm at tiffany.z.chisholm@usace.army.mil.
    Master Breacher Range Support
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the Master Breacher Range Support contract at Fort Benning, Georgia. This procurement aims to provide materials and labor for the Regimental Master Breacher Course (RMBC), which includes responsibilities such as constructing and cleaning targets, procuring materials, and ensuring compliance with safety and environmental regulations. The contract is significant for enhancing demolition training for the 75th Ranger Regiment and is set aside for small businesses, with a total award amount of $45 million. Proposals are due by December 18, 2025, at 10:00 AM EST, and interested parties should direct inquiries to SSG Dwayne Phelps or Rafael Alamedapabon via the provided email addresses.
    NATIONAL CAPITAL REGION MULTIPLE AWARD TASK ORDER CONTRACT
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is initiating a National Capital Region Multiple Award Task Order Contract aimed at small businesses for industrial building construction and related services. This procurement will focus on the repair or alteration of miscellaneous buildings, with the work expected to take place at Aberdeen Proving Ground in Maryland. The contract is significant for ensuring the maintenance and enhancement of military infrastructure, which is vital for operational readiness. Interested parties should note that the solicitation is set to be released on November 17, 2025, and can direct inquiries to the primary contact, Danette Wilson, at danette.d.wilson.civ@army.mil, or the secondary contact, Amy Hahka, at amy.k.hahka.civ@army.mil.
    Meat and Produce Signage
    Dept Of Defense
    The Defense Commissary Agency (DeCA) is seeking quotes from qualified small businesses for the procurement of meat and produce signage to support various commissaries across the Agency. The signage will be utilized for grand openings, resets, refrigeration upgrades, and partial replacements, ensuring effective product display and information dissemination. This opportunity is structured as a firm-fixed-price contract with a base year and four optional extension periods, emphasizing compliance with federal regulations and standards. Interested vendors must submit their quotes by December 18, 2025, and direct any inquiries to Melba Brown at melba.brown@deca.mil or Langston Hines at langston.hines@deca.mil by December 1, 2025.
    Army Contracting Command – Anniston Army Depot (ACC-HDA) Organic Industrial Base (OIB) Modernization Commercial Solutions Opening (CSO)
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command at Anniston Army Depot, is soliciting proposals for the Organic Industrial Base (OIB) Modernization Commercial Solutions Opening (CSO). This initiative aims to procure innovative commercial technologies and services that enhance Army operations, focusing on areas such as agile manufacturing, advanced manufacturing, and cyber security, as mandated by the 2022 National Defense Authorization Act. The CSO is critical for integrating modern technologies into existing manufacturing processes to improve operational efficiency and military readiness. Proposals are accepted until September 30, 2030, and interested parties can contact Amber Burdett at amber.e.burdett.civ@army.mil or 571-588-0960 for further information.
    Creative Digital Services
    Dept Of Defense
    The Department of Defense, through the Defense Media Activity (DMA), is seeking creative digital services to support its operational needs at Fort George G. Meade, Maryland. The procurement aims to enhance the effectiveness of digital media initiatives, which are crucial for communication and outreach within the defense sector. This opportunity is classified under professional support services, specifically identified by the PSC code R499. Interested parties can reach out to Husn Maab, the Contract Specialist, at husnulmaab.maab.ctr@mail.mil, or Rodney Johnson, the Contracting Officer, at rodney.a.johnson77.civ@mail.mil, for further details regarding the procurement process.
    Civil Works Multi-Discipline Architect/Engineer (A/E) Multiple Award Task Order Contract (MATOC)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W2SD Endist Baltimore office, is seeking qualified architect-engineer firms for a Civil Works Multi-Discipline Architect/Engineer (A/E) Multiple Award Task Order Contract (MATOC). This procurement is focused on engineering services, excluding projects for vertical construction facilities, and is set aside for small businesses under the SBA guidelines. The anticipated solicitation issuance date is December 20, 2025, with additional time allocated for proposal submissions due to the holiday season. Interested firms can reach out to Evan Cyran at evan.m.cyran@usace.army.mil or 410-962-6037, or Sherry Rhoden at sherry.s.rhoden@usace.army.mil or 443-890-3871 for further information.
    Sources Sought for Organization with Capabilities for Advanced Manufacturing Research and Development
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Combat Capabilities Development Command – Soldier Center (DEVCOM SC), is conducting a Sources Sought Notice to identify colleges, universities, and university-affiliated non-profits with capabilities in advanced manufacturing (AdvM) research and development. The objective is to find institutions that possess expertise in AdvM processes, composite research, additive manufacturing (AM), and design for additive manufacturing (DfAM), along with established curricula, research functions, and industry partnerships to support immediate research needs. This initiative aligns with national security strategies and aims to enhance the Army's capabilities in advanced manufacturing technologies. Interested organizations must submit their responses by January 28, 2026, with a maximum of 10 pages, and should direct inquiries to Chad Haering at chad.w.haering.civ@army.mil or Kia McCormick at kia.s.mccormick.civ@army.mil.