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 is procuring a new Primary and Secondary Crash Network system for Joint Base McGuire-Dix-Lakehurst (JBMDL), NJ. This Total Small Business Set-Aside opportunity requires an upgrade compatible with existing infrastructure and FORUM phones, featuring visual indicators for agency activation and isolation. Proposals are due May 6, 2026, at 10:00 AM EST.
Scope of Work
The 305th OSS at JBMDL requires 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 replace the current FORUM system, be compatible with existing base infrastructure and FORUM phones, and support up to 20 parties at McGuire and 30 at Lakehurst. It must feature a visual indicator for agency activation and the ability to isolate individual agencies.
Key Requirements
- Install and test a DoD VoIP Emergency Notification System with 20 SIP sessions and a user interface console/GUI at McGuire Field (Building 1758 and 1901), plus eight additional Push-to-Talk (PTT) phones.
- Install and test a DoD VoIP Emergency Notification System with 30 SIP sessions and an SCN user interface console/GUI at Lakehurst Maxfield Field (Building 307, 522, and 1), plus fourteen additional PTT phones.
- Equipment must meet or exceed specified part numbers (detailed in the updated Appendix A) and be manufactured by approved National Defense Authorization Act (NDAA) companies.
- The system must be standalone, not integrated with base phones or the Base PBX, and not connected to NIPRnet. JITC Certification/APL is a requirement.
- Contractor must furnish UPSs for backup power until building generators activate.
- Existing analog/copper wiring can be used, but the contractor is responsible for cross-connection assignments, new fiber connections, and additional wiring.
- Detailed equipment lists and SCN mapping are provided in the updated Appendix A and SCN Mapping documents.
Contract Details
- Contract Type: Firm Fixed Price (FFP) purchase order.
- 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 517810, $40 million size standard.
Submission & Evaluation
- Offer Due Date: May 6, 2026, at 10:00 AM EST.
- Proposals must be submitted via email to the Contract Specialist and Contracting Officer.
- Evaluation Basis: Lowest Price Technically Acceptable (LPTA). 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
- Amendments have updated the solicitation, including the response date and attachments (updated Appendix A, SCN Mapping, Q&A Parts 1 & 2).
- Contractors must comply with JB MDL security requirements, including background checks for base access, vehicle access procedures, and antiterrorism awareness.
- Contractor personnel must be U.S. citizens, fluently speak/read/write English, and be certified to I&T equipment and fiber modems/switches.
- The government will offer storage for project materials.
- Contact Shawna Dancel (shawna.dancel@us.af.mil) or Sarah Brown (sarah.brown.53@us.af.mil) for inquiries.