Primary/Secondary Crash Network

SOL #: FA448426Q0010Combined Synopsis/Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA4484 87 CONS PK
JB MDL, NJ, 08641, United States

Place of Performance

CAPE MAY CH, NJ

NAICS

All Other Telecommunications (517810)

PSC

Digital Network Communications Hardware, Software, And Other Equipment Used Within The Core Data Centers And Work Areas, Connecting End Users To The Organization's Local Area Network (Lan). Wide Area Network (Wan) Digital Transmission Equipment, Supporting Hardware And Software Directly Connecting Data Centers, Offices And Third Parties. Includes 1) External Digital Network Transport Equipment (Outside Plant) Physical Communications Infrastructure Connecting To Lan/Wan End Points 2) Copper And Fiber Communications Systems, And 3) Cellular Infrastructure Such As Towers, Repeaters, Switching Systems Dedicated For Cellular Communication. Products And Tools That Enable Or Distribute Voice Services Through On Premise Digital Equipment Including Pbx, Vo Ip, Voicemail And Handsets. (7G21)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Apr 1, 2026
2
Last Updated
Apr 23, 2026
3
Submission Deadline
Apr 22, 2026, 2:00 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, 305th OSS Joint Base McGuire-Dix-Lakehurst (JB MDL) is procuring a new Primary and Secondary Crash Network system. This Firm Fixed-Price (FFP) contract is a Total Small Business Set-Aside for the installation and testing of upgraded crash networks at McGuire Airfield and Lakehurst Maxfield Field. The system must be compatible with current base infrastructure and existing FORUM phones. Proposals are due by 10:00 AM on April 22, 2026.

Purpose & Scope

This solicitation seeks a contractor to install and test (I&T) a Secondary Crash Network (SCN) upgrade for McGuire Airfield and a Primary Crash Network (PCN) and SCN upgrade for Lakehurst Maxfield Field. The existing system is FORUM, and the upgrade must be compatible with current base infrastructure and FORUM phones. The system requires a visual feature to identify when agencies activate their phones, with the ability to isolate individual agencies. It must support up to 20 parties (28 total endpoints/SIP Sessions) at McGuire Field and up to 30 parties (44 total endpoints/SIP Sessions) at Lakehurst Maxfield Field. The Lakehurst Primary and Secondary Crash Network systems need to be two separate systems.

Key Requirements & Deliverables

The contractor will be responsible for the installation and testing of new SCN and PCN systems, including specific hardware such as Consort Alert systems, Rack Mount UPS, User Interface Consoles, VOIP Gateways, and Network Switches, as detailed in Appendix A. All equipment must meet or exceed specified part numbers and descriptions and be manufactured by approved National Defense Authorization Act (NDAA) companies. The system is standalone and will not be integrated with base phones or the Base PBX; JITC Certification/APL is a requirement. Connectivity between buildings is fiber and copper, with fiber between bases, and the system will not connect to NIPRnet. The contractor must provide all necessary management, personnel, equipment, tools, transportation, supplies, and materials. This includes furnishing UPSs, making cross-connection assignments, and providing new fiber connections where needed. Contractor personnel must be certified to I&T equipment and fiber modems/switches. Deliverables include operational hands-on training, a one-year warranty for equipment and workmanship, and restoration of disturbed property.

Contract Details

  • 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)

Submission & Evaluation

Proposals are due by 10:00 AM on April 22, 2026, and must be submitted via email to the Contract Specialist and Contracting Officer. Evaluation will be based on the Lowest Price Technically Acceptable (LPTA) methodology. Technical evaluation will assess adherence to Statement of Work (SOW) minimum requirements, and price evaluation will be based on the total evaluated price. The Government intends to award without discussions. Offerors must have an active registration in the System for Award Management (SAM).

Important Notes

Questions regarding the solicitation were due by COB April 9, 2026. The solicitation amendment includes Questions and Answers for vendors, clarifying technical requirements such as system integration, JITC certification, and wiring responsibilities. Contractors must comply with all Federal, State, and base security and safety laws, regulations, policies, and requirements, including antiterrorism awareness and installation access procedures for JB MDL.

People

Points of Contact

Shawna DancelPRIMARY
Sarah BrownSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 6
Combined Synopsis/Solicitation
Posted: Apr 23, 2026
View
Version 5
Combined Synopsis/Solicitation
Posted: Apr 23, 2026
View
Version 4
Combined Synopsis/Solicitation
Posted: Apr 22, 2026
View
Version 3
Combined Synopsis/Solicitation
Posted: Apr 20, 2026
View
Version 2Viewing
Combined Synopsis/Solicitation
Posted: Apr 14, 2026
Version 1
Combined Synopsis/Solicitation
Posted: Apr 1, 2026
View