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
May 6, 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, 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.

People

Points of Contact

Shawna DancelPRIMARY
Sarah BrownSECONDARY

Files

Files

Download
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 3Viewing
Combined Synopsis/Solicitation
Posted: Apr 20, 2026
Version 2
Combined Synopsis/Solicitation
Posted: Apr 14, 2026
View
Version 1
Combined Synopsis/Solicitation
Posted: Apr 1, 2026
View