Forum Consor tAlert III Secondary Crash Network
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Air Force (42 CS) at Maxwell AFB, AL is soliciting quotes for a redundant backup to the existing Forum Alert III Secondary Crash Network (SCN) System. This requirement ensures that Maxwell AFB First Responders can effectively react to airfield emergencies in the event of a primary system failure. This is a 100% Small Business Set-Aside issued as a Request for Quote (RFQ) under FAR Part 13 Simplified Acquisition Procedures.
Scope of Work
The contractor will provide the procurement, installation, and sustainment of a Redundant Secondary Crash Network System. Key requirements include:
- Hardware: ConsortAlert Servers (Primary/Secondary), Rack Mount UPS/PDU, Fiber and Network Switches, SCN Emergency Phones, and System Consoles.
- Installation: On-site installation and training (3-5 days) at Maxwell AFB, scheduled in advance.
- Technical Standards: Must meet DAFMAN 13-204 Vol 2 and FAA requirements. The system must remain completely independent of the Maxwell AFB Network and Telephone Communications Switch.
- Support: Initial three-year warranty and 24/7 telephone support with 48-hour on-site response.
Contract & Timeline
- Type: Firm Fixed-Price (FFP)
- Set-Aside: 100% Small Business
- NAICS Code: 334210 (Telephone Apparatus Manufacturing)
- Response Due: February 13, 2026, at 1:00 PM CST
- Place of Performance: Maxwell AFB, Montgomery, AL
Evaluation
Award will be made to the Lowest Price Technically Acceptable (LPTA) offeror. Quotes will be evaluated based on the ability to meet the specific product requirements outlined in the Statement of Requirement (SOR) and total price. Offerors must hold prices firm for 30 calendar days.
Additional Notes
This is an Open Market solicitation; GSA or GWAC quotes will not be considered. All equipment must be new (no refurbished items) and Trade Agreement Act (TAA) compliant. Offerors must be active in SAM.gov at the time of submission.