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 soliciting proposals for a Primary and Secondary Crash Network upgrade at Joint Base McGuire-Dix-Lakehurst, NJ. This requirement involves replacing or upgrading the existing FORUM system with a new DoD VoIP Emergency Notification System compatible with current base infrastructure and FORUM phones. The system must include a visual feature for agency activation and support up to 20 parties at McGuire Field and 30 parties at Lakehurst Maxfield Field. This is a Total Small Business Set-Aside. Offers are due by May 6, 2026, at 10:00 AM EST.
Scope of Work
The contractor will be responsible for the installation and testing (I&T) of the new crash network systems.
- McGuire Airfield: Upgrade the Secondary Crash Network (SCN) to support 20 SIP sessions, including a user interface console/GUI and 8 Push-to-Talk (PTT) phones (total 28 endpoints).
- Lakehurst Maxfield Field: Upgrade both the Primary Crash Network (PCN) and SCN to support 30 SIP sessions, including a user interface console/GUI and 14 PTT phones (total 44 endpoints). The Lakehurst PCN and SCN must be separate systems.
- System Requirements: The new system must be standalone, JITC Certified/APL compliant, and not connected to the Base PBX or NIPRnet. All endpoints are phones. SIP sessions are individual connections, and the system should allow for arming/disarming individual phones.
- Equipment & Installation: All materials provided must be new, NDAA compliant, and meet or exceed specified part numbers. The contractor will furnish UPSs, and manage all wiring (utilizing existing analog/copper where possible, providing new drops and fiber connections as needed). POE switches are used to convert fiber to endpoint connections via CAT 5 cable.
- Deliverables: Include an acceptance test plan, operational hands-on training, an installation test report, and documentation for future maintenance. A one-year warranty for equipment and workmanship is required.
- Base Access & Security: Strict security protocols apply, including background checks for all personnel (U.S. citizens only), compliance with antiterrorism awareness, and adherence to base security and safety regulations.
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 will be evaluated using the 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 SAM.gov.
Key Dates & Contacts
- Offers Due: May 6, 2026, at 10:00 AM EST
- Questions Due: April 9, 2026 (Note: Questions are no longer being accepted)
- Primary Contact: Shawna Dancel (shawna.dancel@us.af.mil)
- Secondary Contact: Sarah Brown (sarah.brown.53@us.af.mil)
Additional Notes
This solicitation includes several amendments and Q&A documents clarifying technical specifications, equipment lists (Appendix A updated on April 21, 2026), and base access requirements. Bidders should review all attachments, especially the updated Appendix A and SCN Mapping, for detailed requirements.