JB-MDL Base Telecommunications Systems Maintenance
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, 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.