JB-MDL Local Telecommunications Services - Lakehurst
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 is conducting a Sources Sought to identify qualified small businesses capable of providing Local Telecommunications Services (LTS) and supporting features for Lakehurst NAS on Joint Base McGuire-Dix-Lakehurst (JB-MDL). This market research aims to determine potential business sources for a future firm-fixed-price contract. Responses are due by January 26, 2026.
Scope of Work
The contractor will provide all labor, tools, materials, and services for essential LTS, operating 24 hours a day, seven days a week, 365 days a year. This includes any necessary equipment, wiring, or infrastructure to ensure compatibility with the Government's existing systems without additional expense. Services must include operator assistance functions but exclude residential or non-Government entity services. The contractor must adhere to FCC, PUC, DoD, AF, and industry standards.
The Performance Work Statement (PWS) details specific requirements:
- Continuous Operation: 99.999% reliability for local phone service 24/7/365.
- Outage Response: Onsite response within 1 hour for high priority, 24 hours for medium priority, and 5 working days for low priority outages.
- Installation & Cutover: Non-incumbent contractors must develop an installation and cutover plan.
- Special Requirements: Contractor must ensure sufficient qualified personnel, support Government Emergency Telecommunications Service (GETS), adhere to safety and anti-terrorism requirements, and provide E911 compatibility.
Contract & Timeline
- Type: Sources Sought (Market Research)
- Anticipated Contract Type: Firm-Fixed-Price
- Anticipated Duration: One (1) twelve-month base period with four (4) one-year options.
- NAICS Code: 517111 (Wired Telecommunications Carriers) with a 1500 Employees size standard.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Response Due: January 26, 2026, 4:00 p.m. EST
- Published: January 13, 2026
- Place of Performance: CAPE MAY CH, NJ
Submission Requirements
Interested firms must submit a brief capabilities statement package (no more than 3 pages, 12-point font minimum) demonstrating their ability to perform the requested services. The package must include:
- Company Profile: Number of employees, office location(s), UEI number and/or CAGE Code, and statement identifying small business status.
- Relevant Experience: Within the last five years, including contract numbers, Government/Agency or firm point of contact (POC) with current telephone number. Identify any work performed as a subcontractor.
Electronic submissions should be sent to Mr. Rick Driscoll (richard.driscoll.2@us.af.mil) and TSgt Denny DeGuzman (denny_chris.de_guzman.1@us.af.mil). Late responses will not be accepted.
Additional Notes
This notice is for market research only and does not constitute a Request for Quote (RFQ) or commit the 87th Contracting Squadron to an acquisition approach. No reimbursement will be made for response costs. Industry input on commercial standards and PWS improvements is welcomed. This is not a solicitation, and a response to this notice is not an adequate response to any future solicitation.