Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 14, 2026 SAM #8874
SOURCES SOUGHT

R -- Army Marketing and Advertising Services

Notice Date
3/12/2026 6:07:11 AM
 
Notice Type
Sources Sought
 
NAICS
541810 — Advertising Agencies
 
Contracting Office
W6QM MICC-FT KNOX FORT KNOX KY 40121-5000 USA
 
ZIP Code
40121-5000
 
Solicitation Number
PANMCC25P0000022605
 
Response Due
3/31/2026 2:00:00 PM
 
Archive Date
04/15/2026
 
Point of Contact
Kevin J. Graves, Yonason Bloch
 
E-Mail Address
kevin.j.graves7.civ@army.mil, yonason.bloch.civ@army.mil
(kevin.j.graves7.civ@army.mil, yonason.bloch.civ@army.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
SOURCES SOUGHT NOTICE For U.S. Army Marketing and Advertising Program 1.0 INTRODUCTION In accordance with Federal Acquisition Regulation (FAR) Part 10, the Mission and Installation Contracting Command (MICC) � Fort Knox, on behalf of the Army Enterprise Marketing Office (AEMO), is issuing this Sources Sought Notice as a means of conducting market research. The purpose of this market research is to obtain information that will inform acquisition strategy and identify parties having an interest in and the resources to support potential future marketing and advertising requirement(s) in support of the U.S. Army's personnel acquisition and retention programs. The intention is to procure these services on a competitive basis. The information received from this notice will be used for preliminary planning purposes and to identify the availability and capability of qualified business sources. Notice Type: Sources Sought and Request for Information (RFI). The Government expects to release a solicitation in late Spring 2027 and provide 30 days for proposal response. Existing Contract: The U.S Army currently contracts for marketing and advertising services with an Indefinite Delivery � Indefinite Quantity (IDIQ) contract vehicle. The current contract, W9124D19D0001, valued at $4B, was awarded to DDB Chicago, Inc. with a five-year base period and two (2) award term option periods, for a total of a 10-year ordering period. The current contract is a cost reimbursement type contract with various Contract Line Item Number (CLIN) types, such as Cost Plus Fixed Fee (CPFF), Cost Plus Award Fee (CPAF), and Firm Fixed-Price (FFP) CLINs. For informational purposes only, historical data regarding the dollar amounts of actions awarded under the current contract may be found on www.fpds.gov. 2.0 DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP). It does not constitute a solicitation and shall not be construed as a commitment by the Government. Responses in any form are not offers and the Government is under no obligation to award a contract as a result of this announcement. No funds are available to pay for the preparation of responses to this announcement. Any information submitted by respondents to this technical description is strictly voluntary. Responses will not be returned to the responder. Not responding to this notice does not preclude participation in any future solicitation, if any is issued. If a solicitation is released, it will be synopsized on the Government-wide Point of Entry (GPE) at SAM.gov. It is the responsibility of potential offerors to monitor the GPE for additional information pertaining to this requirement. 3.0 PROGRAM BACKGROUND Under U.S. Code Title 10, the Secretary of the Army is responsible for all affairs of the Department of the Army, including the function of recruiting. The AEMO executes the Army's recruiting, marketing, and advertising program for the Total Army. The Army's marketing and advertising program is directed toward recruiting qualified personnel to fill vacancies in both enlisted and officer programs across a wide range of missions, as well as for the recruitment of Army civilian employees. The Army's marketing efforts are focused on three core competencies: Awareness, Engagement/Lead Generation, and Activation/Recruiter Support. The principal target audiences are diverse, spanning all regions of the country, and include: High school and college students (ages 17-26). Members of the workforce who have not yet reached their 35th birthday. Professionals such as doctors, dentists, nurses, lawyers, and clergy. Influencers such as parents, family members, high school counselors, and coaches. Veterans. Personnel for civilian occupations. To accomplish its mission, the contractor must provide a full range of professional marketing and advertising communication services. This includes, but is not limited to, the planning and execution of advertising, promotional, and publicity programs that support all personnel acquisition and retention missions for the U.S. Army. 4.0 REQUIRED CAPABILITIES The contractor must have the ability to: support structured performance governance mechanisms, including recurring business reviews, Key Performance Indicator (KPI) tracking, and evidence-based optimization across the full marketing lifecycle. demonstrate the capability to execute fully integrated omni-channel campaigns that align national and regional marketing efforts to deliver cohesive and measurable customer experiences. apply rigorous measurement methodologies, including media mix modeling, attribution analysis, and creative performance testing, to continuously refine marketing effectiveness and maximize return on investment. incorporate emerging marketing technologies and evolving industry best practices to ensure the Army�s marketing capabilities remain current with shifts in consumer behavior and media consumption. demonstrate processes for identifying, monitoring, and mitigating operational, reputational, and performance risks within a dynamic recruiting and media environment. ensure enterprise-wide brand consistency across all paid, owned, and earned channels while supporting coordinated communications during high-visibility or crisis situations. demonstrate the capability to integrate first-party data insights into planning and execution in order to inform audience segmentation, personalization strategies, and performance optimization. support a data-informed decision-making environment that enables timely insights to inform marketing investment, messaging refinement, and campaign prioritization. 5.0 POTENTIAL CONTRACT STRUCTURE The Government is evaluating multiple potential acquisition approaches and seeks industry input regarding feasibility, risks, integration consideration and execution effectiveness. No final determination has been made regarding acquisition structure. 5.1 Potential Model A � Integrated Full-Service Prime Contractor Under this model, the Government would award a single contract to one (1) prime contractor responsible for delivering a comprehensive, enterprise-wide marketing and advertising solution. The prime contractor would be accountable for integration, performance outcomes, subcontractor management (if applicable), and cross-domain coordination. Capability areas may include: Strategic and Operational Planning (including Annual Marketing Plan (AMP) development) Creative & Content Development Production (TV, radio, print, digital, and out-of-home (OOH), emerging media) Media Strategy, Planning and Buying Digital Marketing and Website Management (e.g., goarmy.com) Direct Response Marketing Public Relations & Social Media Events & Sponsorships Market Research Lead Management and Contact Center Operations 5.2 Potential Model B � Hybrid / Modular Architecture Under this model, the Government may establish a hybrid or modular acquisition framework in which strategic planning, advisory, and execution responsibilities are distributed across multiple contract vehicles or functional domains. An example of this approach may include: Lead Technical Support Provider responsible advising on enterprise marketing strategy and marketing performance management; and/or -- Distinct evaluation groups aligned to functional areas such as: Creative & Brand Development Media Strategy Media Buying & Placement Advanced Analytics & Data Science CRM & MarTech Integration Public Relations & Earned Media Innovation & Emerging Technologies Contact Center / Lead Operations Under this approach, the Government must retain the ability to compete contracts within functional domains while implementing governance mechanisms to ensure brand consistency, data integration, and enterprise accountability. 5.3 Alternative Structures Integrated Media Strategy and Media Buying under a single contractor; or Separation of Media Strategy and Performance Analytics from Media Buying and Placement Execution under distinct contractual arrangements. Respondents are requested to provide input on the feasibility, risks, governance requirements, and performance implications of these alternative media structures. 6.0 SPECIAL REQUIREMENTS Ability for contractor employees to obtain Common Access Card (CACs). Before CAC issuance, the Contractor employee requires, at a minimum, a favorably adjudicated National Agency Check with Inquiries (NACI) or an equivalent or higher investigation in accordance with Army Directive 2014-05. Service Contract Act Government Furnished Property 7.0 ELIGIBILITY The applicable North American Industry Classification System (NAICS) code for this requirement is 541810, Advertising Agencies, with a corresponding Small Business Size Standard of $25.5 Million. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. This acquisition has historically not been set aside for small businesses; however, subcontracting opportunities may exist. The Product Service Code (PSC) is R701, Advertising Services. 8.0 SUBMISSION DETAILS Interested parties are requested to submit a capabilities statement of no more than 15 pages in length, in Times New Roman font of not less than 10 pitch. The deadline for response is March 31, 2026 at 5:00 PM Eastern Time. All responses must be emailed to Mr. Kevin Graves, Contracting Officer, at kevin.j.graves7.civ@army.mil and Mr. John Bloch, Contract Specialist, at yonason.bloch.civ@army.mil. Please use subject line, �Army Marketing and Advertising Services Sources Sought Notice Response.� This documentation should address, at a minimum, the following items: Company Information: Organization name, address, website, telephone number, point(s) of contact with email addresses, CAGE code, Unique Entity ID (UEI), and holding company name and relationship (if applicable). Business Status: A statement including current small/large business status and any socioeconomic categories (e.g., Small Disadvantaged, Women-Owned, HUBZone, Service-Disabled Veteran-Owned Small Business). Past Performance: What type of work has your company performed in the past in support of the same or similar requirement? Provide details of at least three (3) projects within the last five years of similar size, scope, and complexity. For each project, describe your role (prime or subcontractor), the dollar value, and the relevance to the capabilities described in Section 4.0. Prime Contractor Capability: Can or has your company managed a task of this nature as a prime contractor? If so, please provide details focusing on your experience managing large-scale, integrated marketing campaigns with numerous stakeholders. Does your company have experience providing marketing and advertising services to other military branches or government agencies? Input regarding feasibility, risks, integration consideration and execution effectiveness of Potential Models (A and B) and Alternative Media Structure described in Section 5. Subcontractor Management: Can or has your company managed a team of subcontractors? If so, provide details on your management structure and processes for ensuring seamless integration and performance. Technical Skills: What specific technical skills and resources (e.g., proprietary tools, market research capabilities, media buying power) does your company possess which ensure capability to perform the required tasks? Small Business Participation: If you are a large business, describe your approach to small business subcontracting. If you are a small business, provide an explanation of your company�s ability to perform at least 50% of the cost of contract performance incurred for personnel, in accordance with FAR clause 52.219-14, Limitations on Subcontracting. All data received in response to this Sources Sought Notice that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. No phone calls will be accepted. All questions must be submitted to the contract specialist identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought Notice. **Update** The Government has been made aware of emails being sent by companies erroneously referring to this Sources Sought Notice as a �request for proposal� and asking whether the recipient�s organization wants to claim a spot for a virtual pre-proposal conference. The Government IS NOT associated with these companies sending emails. Official Government engagements and communications will be posted on sam.gov.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/a329ef3dcdf44097a46f9ac97c3813e3/view)
 
Place of Performance
Address: Chicago, IL 60604, USA
Zip Code: 60604
Country: USA
 
Record
SN07744060-F 20260314/260312230052 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.