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, specifically the 305th OSS Joint Base McGuire-Dix-Lakehurst, New Jersey, is soliciting proposals for a Primary and Secondary Crash Network upgrade. This requirement involves replacing the existing FORUM system with a new solution compatible with current base infrastructure and FORUM phones, featuring visual activation identification. This is a Total Small Business Set-Aside. Proposals are due by 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 a Primary Crash Network (PCN) and SCN upgrade for Lakehurst Maxfield Field. The system must support up to 20 parties (28 endpoints/SIP sessions) at McGuire and 30 parties (44 endpoints/SIP sessions) at Lakehurst. Key deliverables include:

  • Installation and testing of new SCN and PCN systems.
  • Provision of equipment meeting or exceeding specified part numbers and descriptions (detailed in the updated Appendix A).
  • Supply of all necessary management, personnel, equipment, tools, transportation, supplies, and materials.
  • Restoration of disturbed property and disposal of project residue.
  • Provision of operational hands-on training and a one-year warranty for equipment and workmanship.

Key Clarifications & Requirements

  • The system must be compatible with current analog Forum Crash Phones (Part # Aegis-LB-08 80101 Ash).
  • JITC Certification/APL is a mandatory requirement.
  • The crash network system is standalone and will not integrate with base phones or NIPRnet.
  • Lakehurst Primary and Secondary Crash Networks are separate systems, as is the McGuire Secondary Crash System.
  • Contractor must furnish UPSs for backup power.
  • Existing analog/copper wiring can be used, but the contractor is responsible for cross-connection assignments and providing new fiber connections if needed.
  • All materials provided must be new, not refurbished.
  • Contractor personnel must be U.S. citizens, certified to I&T equipment and fiber modems/switches, and subject to background checks for base access. Compliance with JB MDL security and antiterrorism requirements is mandatory.

Contract Details

  • Contract Type: Firm Fixed Price (FFP) purchase order.
  • Period of Performance: 90 days from contract award.
  • NAICS Code: 517810 (All Other Telecommunications) with a small business size standard of $40 million.
  • Place of Performance: Joint Base McGuire-Dix-Lakehurst, NJ.

Submission & Evaluation

  • Proposals Due: May 6, 2026, 10:00 AM EST.
  • Questions Due: COB 25 April.
  • Submission Method: Via email to the Contract Specialist and Contracting Officer.
  • Evaluation Basis: Lowest Price Technically Acceptable (LPTA).
  • Award Intent: The Government intends to award without discussions.
  • Eligibility: This is a 100% Small Business Set-Aside. Offerors must have an active registration in SAM.gov.

Important Notes

Offerors must acknowledge all amendments. The latest Q&A documents (Part 1, 2, and 3) provide critical technical and logistical clarifications. Security requirements for Joint Base McGuire-Dix-Lakehurst, including installation access and antiterrorism awareness, are detailed in various attachments and must be adhered to.

People

Points of Contact

Shawna DancelPRIMARY
Sarah BrownSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 6Viewing
Combined Synopsis/Solicitation
Posted: Apr 23, 2026
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 2
Combined Synopsis/Solicitation
Posted: Apr 14, 2026
View
Version 1
Combined Synopsis/Solicitation
Posted: Apr 1, 2026
View