Maxwell Redundant Secondary Crash Notification System
ID: FA330026P0008Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA3300 42 CONS CCMAXWELL AFB, AL, 36112-6334, USA

NAICS

Telephone Apparatus Manufacturing (334210)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking sources for a contract to acquire a redundant Secondary Crash Notification System at Maxwell Air Force Base in Alabama. This system is critical for ensuring first responder readiness during airfield emergencies and must comply with specific Air Force and FAA regulations, including features such as multiline call recording, selective calling, and independent network functionality. Interested vendors are invited to submit information regarding their capabilities and products that meet the requirements outlined in the attached Statement of Requirements, with responses due by 1:00 P.M. CST on December 1, 2025. For further inquiries, interested parties may contact SrA Cole Tustin at cole.tustin@us.af.mil or Jeremy B. Kersey at jeremy.kersey.1@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The 42nd Operations Support Squadron at Maxwell AFB, AL, requires a redundant Secondary Crash Notification System to prevent service interruptions and ensure first responder readiness for airfield emergencies. This emergency system is mandated by the Air Force and Federal Aviation Administration and must meet DAFMAN 13-204 Vol 2, paras 4.2.2.3 – 4.2.2.9.3. Key components include ConsortAlet Servers, Rack Mount UPS, Fiber Switches, SCN Emergency Phones, and consoles, all with a three-year warranty and installation/training. The system must meet FAA requirements, provide multiline call recording, selective calling, fiber infrastructure support, siren/strobe/bay door activation, and an independent network from existing base systems. The contractor is responsible for a turnkey solution, including project management, design, installation, testing, and training. They must provide a Project Completion Test Plan and submittal sheets for all materials, hardware, and software. The contractor must also provide documentation, knowledge transfer, STIG hardening, manufacturer warranties, and ensure all equipment is new, TAA compliant, forward/upward compatible, and compatible with existing systems. Shipping is F.O.B. Destination to 42CS/SCXE. Security requirements for unclassified services include contractor notification, installation access, adherence to traffic laws, reporting requirements for security threats, and restrictions on wireless electronic devices, firearms, and illegal weapons.
    The 42d Contracting Squadron at Maxwell AFB, AL, is issuing a Sources Sought Synopsis to identify interested and capable sources for a redundant secondary crash network. This is not a solicitation for proposals but an information-gathering effort to determine market availability and inform an acquisition strategy for a backup system for the Forum Alert III Secondary Crash Network. The government is seeking information on industry capabilities, including integration with ConsortAlert software, Joint Interoperability Test Command (JITC) Certification, and DoDIN Approved Products List inclusion. Responses should include company information, business type, NAICS code, and capabilities demonstrating how proposed backup systems meet the requirements outlined in the Statement of Requirements (SOR) Draft. Responses are due by 1:00 P.M. CST on December 1, 2025.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Critical Services and Maintenance Support
    Buyer not available
    The Department of Defense, specifically the 42d Contracting Squadron at Maxwell Air Force Base in Alabama, is seeking industry partners to provide Critical Services and Maintenance Support for the Next Generation (NG) 9-1-1 System. This procurement aims to gather information on available products and capabilities related to emergency services, including IP Core Router Architecture, disaster recovery, service management, and Text to 911 services. The contract is projected to span a base year from October 2025 to September 2026, with a total funding amount of $587,245.39, and includes four additional option years. Interested parties must submit their responses via email by 12:00 P.M. Central Standard Time on December 8, 2025, to the designated contacts, Jordan Johnson and Malik Bacon.
    Procurement of AN/APX-119 Transponder, P/N: 4079100-0541
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for the procurement of 217 AN/APX-119 Transponders (P/N: 4079100-0541) to support the upgrade of C-130J aircraft. This procurement aims to enhance the Traffic Alert and Collision Avoidance System (TCAS) capabilities while addressing urgent operational needs and mitigating issues related to Diminishing Manufacturing Sources and Material Shortages (DMSMS) of legacy systems. The contract will span two years, continuing through FY27, and interested parties are encouraged to submit capability surveys detailing their qualifications and manufacturing capabilities by December 1, 2025. For further inquiries, potential vendors can contact Erica Carter at erica.carter.3@us.af.mil or Vicki Wechsler at vicki.wechsler@us.af.mil.
    MFT 25-96 - DCC Surveillance System
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors for the MFT 25-96 - DCC Surveillance System, as indicated in a Special Notice. This procurement is set aside for small businesses and aims to acquire communications security equipment and components, classified under the NAICS code 334220. The goods and services are critical for enhancing surveillance capabilities within the military framework. As of September 25, 2025, the solicitation is currently on hold indefinitely. Interested parties can reach out to Mr. Michael Goetz at michael.goetz.7@us.af.mil or by phone at 707-424-7788, or Mr. Vitaliy Kim at vitaliy.kim.1@us.af.mil or 707-424-7740 for further inquiries.
    D-21 Alarm System
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, intends to award a contract for the D-21 Alarm System upgrade and training at Travis Air Force Base (AFB) in California. This procurement is aimed at enhancing the alarm, signal, and security detection systems, with Monaco Enterprises identified as the sole source for this upgrade. The successful implementation of this system is crucial for maintaining security and operational readiness at the base. For further inquiries, interested parties can contact Jordan David Burrus at jordan.burrus@us.af.mil or William Rife at william.rife.1@us.af.mil, with phone numbers 707-424-7725 and 707-424-7753, respectively.
    Cellular Enhancement System Services
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure Cellular Enhancement System Services through a sole source justification. This procurement is aimed at maintaining, repairing, and rebuilding medical, dental, and veterinary equipment and supplies, which are critical for operational readiness and support at Travis Air Force Base in California. The justification for this sole source procurement indicates that the services are essential and available only from a specific provider, underscoring the importance of these services to the Air Force's mission. Interested parties can reach out to Ronald W. Aquino at ronaldwendell.aquino@us.af.mil or by phone at 707-424-7752, or contact Vitaliy Kim at vitaliy.kim.1@us.af.mil or 707-424-7740 for further information.
    Mission Video Distribution System (MVDS) Services
    Buyer not available
    The Department of Defense, specifically the Air Combat Command (ACC), is seeking industry sources for the Mission Video Distribution System (MVDS) Services, with a focus on providing engineering and technical support for the HQ 9th Air Force (Air Forces Central). The procurement aims to ensure the availability and operational support of the MVDS, which is critical for military operations within the United States Central Command (USCENTCOM) Area of Responsibility, including on-site support at Shaw Air Force Base in South Carolina and Al Udeid Air Base in Qatar. Interested parties must demonstrate their capability to meet the requirements, including software development, system engineering, and compliance with security standards, while adhering to government regulations. Responses are due by January 6, 2026, at 2:00 PM EST, and inquiries should be directed to Scott D. Bedford or Nicholas Bachman via email.
    Sole Source Justification – Motorola Vesta 9-1-1 Refresh
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure a Motorola Vesta 9-1-1 Refresh for Luke Air Force Base in Arizona through a sole source justification. This acquisition is critical for enhancing the communications security capabilities at the base, ensuring efficient emergency response operations. The contract, identified as FA488723P0022, has been awarded to Motorola Solutions, highlighting the importance of maintaining continuity and reliability in emergency communication systems. For further inquiries, interested parties can contact Kurt Stuebs at kurt.stuebs.2@us.af.mil or by phone at 623-856-2419, or reach out to SSgt Maureen McCarthy at maureen.mccarthy.3@us.af.mil.
    E-4B National and Nuclear Communication Support (N2CS) Services
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the E-4B National and Nuclear Communication Support (N2CS) Services, aimed at procuring sustainment and modernization services for mission communications systems aboard E-4B aircraft. The contract will encompass a range of services including engineering, program management, cybersecurity support, and facilities management, which are critical for maintaining the aircraft's role as a command and control communications center during national emergencies. The total estimated contract ceiling is $984 million, with a ten-year ordering period and a minimum order amount of $500,000, and interested parties must submit an approved DD 2345 form to access the draft RFP documents. For further inquiries, Amanda Jones and Lisa Murrell can be contacted via email or phone.
    RFI SYSTEMS ANALYSIS AND REPORTING SUPPORT
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide systems analysis and reporting support for the E-3 AWACS mission. The objective of this Request for Information (RFI) is to identify vendors capable of delivering non-personal engineering and technical support to analyze, categorize, and report on E-3 system recommendations, which are critical for enhancing aircraft operations, flight safety, and mission performance for the United States Air Force. The Air Force Life Cycle Management Center (AFLCMC/HBK) encourages responses from businesses of all sizes, particularly those with socioeconomic designations, to inform potential small business set-aside decisions. Interested parties must submit a capabilities package by 3 PM CST on December 26, 2025, to joy.beach@us.af.mil and cleeta.daniels@us.af.mil, with submissions limited to ten single-spaced pages.
    Eastern Range Launch Pad Lightning Warning System Sole Source
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure a Lightning Warning System for the Eastern Range Launch Pad through a sole source justification. This procurement aims to enhance safety measures by implementing a reliable lightning warning system that is critical for operations at the launch pad. The system is categorized under IT and Telecom application development software, indicating its technological significance in ensuring operational readiness and safety during launch activities. Interested parties can reach out to Edwin Baldomero at edwin.baldomero.1@spaceforce.mil or call 321-494-5560 for further details regarding this opportunity.