ContractSolicitationTotal Small Business Set-Aside (FAR 19.5)

Wake Island Secondary Crash Network

DEPT OF DEFENSE FA521525Q0015
Response Deadline
Jun 12, 2025
Deadline passed
Days Remaining
0
Closed
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the installation of a Secondary Crash Network (SCN) system at Wake Island, Hawaii. The project aims to establish a reliable, voice-activated mass notification system to enhance emergency communications for 16 parties involved in flying missions, ensuring compliance with telecommunications standards and operational security protocols. This initiative is critical for improving safety and operational readiness at Wake Island, which currently lacks both primary and secondary crash systems. Interested contractors must submit their proposals by June 12, 2025, and are required to have a minimum of three years of experience in telecommunications systems installation. For further inquiries, potential bidders can contact Matthew Ross Cruz at matthewross.cruz.1@us.af.mil or Erick Shriver at erick.shriver.1@us.af.mil, with a total contract value anticipated at $19 million.

Classification Codes

NAICS Code
238210
Electrical Contractors and Other Wiring Installation Contractors
PSC Code
5975
ELECTRICAL HARDWARE AND SUPPLIES

Solicitation Documents

8 Files
Wake Island Secondary Crash Network SOW.pdf
PDF7688 KB5/15/2025
AI Summary
The Statement of Work (SOW) outlines the requirements for engineering, furnishing, installing, and testing a secondary crash network (SCN) at Wake Island, managed by the 611th Air Communications Squadron. The SCN will enhance communication capabilities for up to 16 parties supporting flying missions, ensuring operational independence from the main network during emergencies. The contractor is responsible for all related equipment, labor, and compliance with telecommunications standards. Key responsibilities include adhering to safety and operational security regulations, managing on-site personnel, and providing necessary training to staff upon completion. The contractor must report labor hours, complete project submittals, and provide documentation of the installation process. The project timeline mandates completion within 365 days of contract award, outlining specific equipment installation locations across various buildings. Additionally, the contractor must ensure that all specifications comply with relevant federal, state, and local codes, and maintain operational security for sensitive information. This SOW serves as a framework for contractors responding to this government request for proposals (RFP), emphasizing the importance of effective project management and military communication protocols.
FA521525Q0015 - Wake Island Secondary Crash Network.pdf
PDF10813 KB5/15/2025
AI Summary
No AI summary available for this file.
Wake Island Secondary Crash Network SOW (revised).pdf
PDF7556 KB5/28/2025
AI Summary
The Statement of Work (SOW) outlines the requirements for the installation of a Secondary Crash Network (SCN) system at Wake Island, managed by the 611th Air Communications Squadron. The project seeks to enhance voice communication capabilities to support various flying missions, involving the provision and implementation of equipment such as consoles and phones. The contractor must adhere to telecommunications standards and ensure all equipment is new. Key elements include safety regulations, especially concerning asbestos handling, and detailed project requirements, including the establishment of a standalone network capable of operating independently from the base's main systems. The contractor is also responsible for thorough documentation and reporting, including a training plan for site staff upon project completion. Completion guidelines stipulate that all work must be finalized within 365 days of contract award, incorporating project documentation, operational manuals, and warranty provisions. This comprehensive approach emphasizes safety, security, compliance with regulatory requirements, and the effective training of personnel, ensuring operational readiness for the SCN system dedicated to emergency communication at Wake Island.
FA521525Q0015 Questions and Answers.pdf
PDF284 KB5/28/2025
AI Summary
The Wake Island Secondary Crash Network (SCN) project, identified under Notice ID FA521525Q0015, involves the installation of a separate and independent network at various facilities on Wake Island. The request for proposals (RFP) outlines that a wage determination is not needed due to the project's short duration. Proposals must be emailed by a specified deadline, and interested contractors must provide SCN equipment as detailed in the statement of work (SOW). Key questions from potential contractors cover issues such as the need for independent network infrastructure, existing and new fiber connections, and equipment certifications. Clarifications were made regarding the separation of the SCN from existing base networks, with requirements stipulated for technical components like single-mode fiber optics and specific equipment training for up to 12 personnel. Logistics, including travel arrangements to Wake Island, must comply with a Not To Exceed budget of $15,000 for associated costs, which the contractor should not include in their initial quotes. Overall, the RFP emphasizes technical specifications, regulatory compliance, and the necessity for new installations separate from existing systems, ensuring a self-sufficient SCN operation focused on efficiency and reliability in critical situations.
FA521525Q0015 (amended) - Wake Island Secondary Crash Network.pdf
PDF2237 KB6/4/2025
AI Summary
The document outlines the specifications and contractual details related to the procurement of a Secondary Crash Network (SCN) system for Wake Island, primarily targeted at enhancing safety during missions. The contract, referenced as FA521525Q0015, includes provisions for the acquisition, installation, and training for the SCN, with a total award amount of $19 million. The contractor must comply with multiple federal regulations and provide detailed representations and certifications, ensuring adherence to required standards for business operations. Important contractual obligations include methods for invoicing, acceptance criteria, and safety protocols during delivery and installation. Additional clauses address unique item identification, cybersecurity measures, and antiterrorism guidelines applicable to contractors outside the U.S. The solicitation emphasizes supporting women-owned business initiatives and ensures alignment with federal small business policies. The document serves as an official solicitation for proposals and outlines the responsibilities that the contractor must undertake to fulfill the requirements of the project effectively while prioritizing compliance with federal acquisition regulations.
Wake Island Secondary Crash Network SOW (rev 2).pdf
PDF7667 KB6/4/2025
AI Summary
The Statement of Work (SOW) specifies the requirements for installing a Secondary Crash Network (SCN) system at Wake Island, managed by the 611th Air Communications Squadron. The project aims to establish a reliable, voice-activated mass notification system for 16 parties supporting flying missions, ensuring full compliance with telecommunications standards. The contractor is responsible for providing necessary equipment, labor, and safety measures, including adhering to regulations related to asbestos presence. Key tasks involve installing system components across various buildings, ensuring independent operation during network outages, and incorporating features for emergency communication, such as simultaneous calls and recording capabilities. The contractor must also plan for transportation logistics, training site staff, and managing project timelines with deliverables like as-built drawings and operation manuals. All work must comply with pertinent military and safety protocols, emphasizing operational security for sensitive information. The completion timeline is set within 365 days from award, highlighting the project's urgency and importance to operational readiness at Wake Island.
Solicitation Amendment FA521525Q00150001 SF 30.pdf
PDF1506 KB6/4/2025
AI Summary
This document amends a federal solicitation related to a telecommunications project, extending the offer submission deadline to June 12, 2025, and providing responses to contractor inquiries submitted by May 21, 2025. Key modifications include the establishment of a Not to Exceed (NTE) amount of $15,000 for contractor travel expenses, which encompasses transportation, lodging, and per diem. Contractors are instructed not to include this travel cost in their quotes, while their labor rate for travel is to be specified for contract purposes. Additionally, it is mandated that offerors self-certify their minimum of three years of experience in telecommunications systems installation and confirm their understanding of the austere working environment. The evaluation for contract award will utilize a Lowest Price Technically Acceptable (LPTA) methodology, where only the lowest priced quote is reviewed for technical acceptability based on specified factors. All other terms remain unchanged, ensuring continuity of contractual obligations. This summary reflects the detailed procedural changes essential for potential bidders within the government contracting framework.
FA521525Q0015 Questions and Answers (amended).pdf
PDF392 KB6/4/2025
AI Summary
The Wake Island Secondary Crash Network project (Notice ID: FA521525Q0015) outlines the establishment of a standalone network to support emergency communications at Wake Island. This contract does not require a wage determination due to the short installation timeframe and will be evaluated independently alongside two other related contracts. Key logistical details include a delivery process through designated email addresses and a not-to-exceed budget of $15,000 for personnel travel covering all expenses. The contractor is expected to establish a separate network independent from the base system, utilizing existing fiber for cross connections, while new fiber optic cables will be required for specific locations. Equipment specifications necessitate new installations of Fiber Optic Transceivers (FOTs) and adherence to specified requirements without preference for vendors, provided they meet outlined standards. Training will be required for up to 12 personnel in English. The government aims for a reliable and isolated system since Wake Island currently lacks both primary and secondary crash systems. The anticipated outcome is a fully functional, standalone communication setup tailored for emergency situations, further enhancing operational safety and integrity on the island.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedMay 9, 2025
amendedAmendment #1· Description UpdatedMay 15, 2025
amendedAmendment #2· Description UpdatedMay 28, 2025
amendedLatest Amendment· Description UpdatedJun 4, 2025
deadlineResponse DeadlineJun 12, 2025
expiryArchive DateJun 16, 2025

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE AIR FORCE
Office
FA5215 766 ESS PKP

Point of Contact

Name
MatthewRoss Cruz

Place of Performance

Wake Island, Hawaii, UNITED STATES

Official Sources