Primary/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, 87 CONS PK, is soliciting proposals for a Primary and Secondary Crash Network upgrade at Joint Base McGuire-Dix-Lakehurst (JB MDL), New Jersey. This Total Small Business Set-Aside opportunity seeks to replace the existing FORUM system with a new, compatible network. Proposals are due by April 22, 2026, at 10:00 AM EST.
Scope of Work
The contractor will be responsible for the installation and testing (I&T) of a Secondary Crash Network (SCN) upgrade for McGuire Airfield and a Primary Crash Network (PCN) and SCN upgrade for Lakehurst Maxfield Field. The new system must be compatible with current base infrastructure and existing FORUM phones. Key features include a visual display to identify and isolate individual agencies during activation, supporting up to 20 parties at McGuire and 30 at Lakehurst.
Specific requirements include:
- I&T of a DoD VoIP Emergency Notification System with 20 SIP sessions and a user interface console at McGuire (Bldg 1758, 1901), plus 8 Push-to-Talk (PTT) phones.
- I&T of a DoD VoIP Emergency Notification System with 30 SIP sessions and a SCN user interface console at Lakehurst (Bldg 307, 522, 1), plus 14 PTT phones.
- Provision of specific hardware (e.g., Consort Alert systems, Rack Mount UPS, VOIP Gateways, Network Switches) that meets or exceeds specified part numbers.
- All materials must be new and manufactured by approved National Defense Authorization Act (NDAA) companies.
- Contractor personnel must be certified for I&T of equipment and fiber modems/switches.
Contract & Timeline
- Contract Type: Firm Fixed Price (FFP)
- Period of Performance: 90 days from contract award.
- Place of Performance: Joint Base McGuire-Dix-Lakehurst, NJ.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 517810 (All Other Telecommunications)
- Proposal Due: April 22, 2026, 10:00 AM EST
- Questions Due: April 9, 2026, COB
Submission & Evaluation
Proposals must be submitted via email to the Contract Specialist and Contracting Officer. Award will be made on a Lowest Price Technically Acceptable (LPTA) basis, with the government intending to award without discussions. Technical evaluation will assess compliance with SOW minimum requirements, and price will be evaluated based on total evaluated price. Offerors must have an active registration in SAM.gov.
Special Requirements & Notes
Bidders must adhere to strict security protocols for base access, including background checks, installation passes, and vehicle access, as detailed in the "CONTRACTOR SECURITY APPENDIX" and Antiterrorism Awareness guides. Contractors are responsible for restoring disturbed property, disposing of waste, and complying with all Federal, State, and base security and safety regulations. Operational hands-on training and a one-year warranty for equipment and workmanship are required deliverables. Detailed location and equipment information is provided in attached documents like "Lakehurst Crash Network Systems," "BLDG 1758 Secondary Crash Powerpoint Slides," "1901 Comm Room Drawing," and "APPENDIX A."