JB-MDL Base Telecommunications Systems Maintenance

SOL #: FA448426R0006Combined Synopsis/Solicitation

Overview

Buyer

JB MDL, NJ, 08641, United States

Place of Performance

CAPE MAY CH, NJ

NAICS

Wired Telecommunications Carriers (517111)

PSC

Support Services For Physical And Wireless Networks Connecting Equipment Within The Core Data Centers And Work Areas, Connecting End Users To The Organization's Broader Networks, As Well As Wide Area Network Equipment, Hardware And Software Directly Connecting Into Data Centers, Offices And Third Parties. Support Services Which Enable Or Distribute Voice Services Through On Premise Equipment Including Pbx, Vo Ip, Voicemail And Handsets. Also Provides Support For Transport Services For Data And Voice Network Circuits And Associated Access Facilities And Services; Includes Dedicated And Virtual Data Networks And Internet Access. Support Services For External (Outside Plant) Physical Communications Infrastructure Connecting To Lan/Wan End Points. Mobile Infrastructure Support Such As Cabled Communication Network, Cellular Towers, Repeaters, Switching Systems Dedicated For Cellular Communication (DG01)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)

Timeline

1
Posted
Dec 19, 2025
2
Last Updated
Jan 15, 2026
3
Submission Deadline
Jan 20, 2026, 4:00 PM

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, 87th Communications Squadron, is soliciting proposals for Base Telecommunications Systems Maintenance at Joint Base McGuire-Dix-Lakehurst, NJ. This is a competitive 8(a) Set-Aside for a requirements contract with fixed-priced task orders. The contractor will provide comprehensive Operations and Maintenance (O&M) services for the base's telecommunications infrastructure. Proposals are due January 28, 2026, at 4:00 PM EST.

Scope of Work

The contractor shall provide all personnel, equipment, tools, materials, vehicles, and supervision necessary to ensure highly reliable telecommunications and networked voice, video, and data services. This includes monthly O&M for the Base Telecommunications System (BTS) 24 hours a day, 7 days a week. The BTS encompasses Converged IP/Unified Capabilities (UC)/TDM/ATM architectures, legacy telephone systems, VoIP systems, outside plant (OSP), inside plant (ISP), voicemail, cable mark-outs, and associated equipment. The scope also includes supporting the ongoing migration of older telephone systems to VoIP. Performance standards require a maximum of five minutes downtime per month for system availability.

Contract Details

  • Contract Type: Requirements contract with fixed-priced task orders (commercial acquisition).
  • Set-Aside: 8(a) Set-Aside (FAR 19.8).
  • NAICS Code: 517111 (Wired Telecommunications Service) with a 1,500-employee size standard.
  • Product Service Code (PSC): DG01.
  • Period of Performance: A base period from March 1, 2026, to February 28, 2027, followed by four one-year option periods.
  • Pricing: Only O&M CLINs (0001-0004) will be evaluated for price. Special Projects and Work Order CLINs (0005, 0006) have pre-established government funding. The revised fillable pricing schedule (Attachment 5) applies exclusively to Special Projects and Work Orders. Materials for O&M/Trouble Tickets are the contractor's responsibility. Detailed breakdowns of full burdened direct labor rates per labor category are required. TAA compliance is required for certain equipment.

Submission & Evaluation

  • Proposal Due Date: January 28, 2026, at 4:00 PM EST.
  • Submission: Proposals require only two parts: Part I - Price Proposal, and Part II - Present/Past Performance Information. A technical volume is not required. An Essential Contractor Services Plan must be submitted. Offerors must be registered in the System for Award Management (SAM) and acknowledge receipt of all amendments.
  • Evaluation: Best-value source selection, with Present/Past Performance being significantly more important than price.

Key Attachments & Clarifications

Recent amendments have incorporated a revised Performance Work Statement (Attachment 1), revised pricing schedule (Attachment 5), revised labor worksheet (Attachment 6), and updated wage determinations (Attachments 3, 4, 12). Consolidated Contractor Questions and Answers (Attachments 13 and 14) provide crucial clarifications on pricing, proposal structure, and labor rates. Contractors are responsible for Base and NJ-One-Call dig permits.

People

Points of Contact

Raymond J. MeslerSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 5
Combined Synopsis/Solicitation
Posted: Jan 15, 2026
View
Version 4
Combined Synopsis/Solicitation
Posted: Jan 13, 2026
View
Version 3Viewing
Combined Synopsis/Solicitation
Posted: Dec 20, 2025
Version 2
Combined Synopsis/Solicitation
Posted: Dec 19, 2025
View
Version 1
Combined Synopsis/Solicitation
Posted: Dec 19, 2025
View