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, 305th OSS Joint Base McGuire-Dix-Lakehurst, New Jersey, is soliciting proposals for a Total Small Business Set-Aside contract to upgrade its Primary and Secondary Crash Networks. This requirement involves replacing the current FORUM system with a new, compatible solution at McGuire Field and Lakehurst Maxfield Field. Proposals are due May 6, 2026, at 10:00 AM EST.
Scope of Work
The contractor will install and test (I&T) a Secondary Crash Network (SCN) upgrade for McGuire Airfield and both a Primary Crash Network (PCN) and SCN upgrade for Lakehurst Maxfield Field. The new system must be compatible with existing base infrastructure and current FORUM phones. Key features include a visual display to identify when agencies activate their phones and the ability to isolate individual agencies during activation. The system must support up to 20 parties at McGuire Field and up to 30 parties at Lakehurst Maxfield Field. The Lakehurst PCN and SCN must be two separate systems.
Key Requirements
The scope includes I&T of a DoD VoIP Emergency Notification System with 20 SIP sessions and a user interface console/GUI at McGuire (Bldg 1758, 1901), plus eight additional Push-to-Talk (PTT) phones. For Lakehurst (Bldg 307, 522, 1), a system with 30 SIP sessions and an SCN user interface console/GUI, plus fourteen additional PTT phones, is required. All equipment must meet or exceed specified part numbers, be new (not refurbished), and manufactured by approved National Defense Authorization Act (NDAA) companies. The contractor must furnish UPSs, provide all necessary wiring (including new fiber connections), and ensure all materials and work meet standards, including end-to-end testing. A one-year warranty for equipment and workmanship is required. JITC Certification/APL is a requirement.
Contract Details
This is a Firm Fixed Price (FFP) contract with a Period of Performance of 90 days from contract award. The place of performance is Joint Base McGuire-Dix-Lakehurst, NJ. The contractor is responsible for all management, personnel, equipment, tools, transportation, supplies, and materials. Compliance with all Federal, State, and base security and safety laws, regulations, policies, and requirements is mandatory, including background checks for base access and adherence to antiterrorism guidelines.
Submission & Evaluation
Proposals must be submitted via email to the Contract Specialist and Contracting Officer by the deadline. The evaluation will be based on a Lowest Price Technically Acceptable (LPTA) methodology. Award will be made to the lowest priced, technically acceptable, responsible offeror. The Government intends to award without discussions. Offerors must have an active registration in the System for Award Management (SAM).
Important Notes
The system is standalone and will not integrate with base phones or NIPRnet. The government will offer storage for project materials. Detailed location information for equipment and communications rooms, including Building 1758, Hangar 1, Building 522, Building 307, and the 1901 Communications Room, is provided in various attachments. Contractor personnel must be U.S. citizens and fluent in English.