Wake Island Secondary Crash Network
ID: FA521525Q0015Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA5215 766 ESS PKPJBPHH, HI, 96860-4928, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

ELECTRICAL HARDWARE AND SUPPLIES (5975)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    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.

    Files
    Title
    Posted
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    YXTK 13-1806 Repair Electrical Distribution Lines, Feeder 5, Ascension Auxiliary Airfield (AAAF), South Atlantic Ocean
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of electrical distribution lines, specifically Feeder 5, at Ascension Auxiliary Airfield (AAAF) located in the South Atlantic Ocean. The project involves replacing existing overhead electrical lines and poles with new infrastructure, including underground duct banks and manholes, and requires the contractor to provide all necessary labor, equipment, and materials. This procurement is critical for maintaining the operational integrity of electrical systems at the airfield, ensuring reliable power distribution for military operations. Interested contractors must submit their bids electronically by 9:00 AM EST on January 8, 2026, with a project budget estimated between $10 million and $25 million. For further inquiries, contact Timothy R. Johnson at timothy.johnson@us.af.mil or Heather C. Carino at heather.carino@spaceforce.mil.
    B491 Fire Alarm Repair
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals from qualified small businesses for the repair of fire alarm systems at Facility B491, Offutt Air Force Base in Nebraska. The contractor will be responsible for providing all necessary equipment and labor to repair and rebuild the Simplex 4100ES Fire Alarm Control Panel, ensuring network communication with Facility B492 for fire pump activation. This project is critical for maintaining safety and compliance with fire control standards, and the total estimated award amount is $25 million. Interested parties must submit their proposals by January 5, 2026, and are encouraged to attend a site visit on December 16, 2025, with questions due by December 19, 2025. For further inquiries, contact SrA Jason Arizmendi at jason.arizmendi@us.af.mil or Lt Ryan Brewster at ryan.brewster.3@us.af.mil.
    AF CyberWorx Commercial Solutions Opening (CSO)
    Buyer not available
    The Department of Defense, through the Air Force CyberWorx, is soliciting innovative commercial technologies and services via its Commercial Solutions Opening (CSO) FA7000-23-S-C001, aimed at enhancing critical defense capabilities. The initiative specifically seeks solutions for the Software-Defined Wide Area Network (SD-WAN) Phase II, which will improve the NIPR and SIPR network infrastructure across the USAFE-AFAFRICA area from July 23 to August 13, 2025, by integrating advanced technologies such as SD-WAN, SRv6, IP Address Management (IPAM), and upgraded DHCP systems. This procurement is vital for establishing a robust and secure communication network, ensuring compatibility with existing systems, and maintaining operational excellence. Interested parties should submit their proposals, including a Rough Order of Magnitude for equipment costs, to Gary Monson or Tikiwa Durrell at 10CONS.PK.Cyberworx@us.af.mil, with the submission process involving multiple phases and evaluation based on technical merit and funding availability.
    B1654 Command Post Console Move
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the B1654 Command Post Console Move project, which involves the relocation and reinstallation of integrated control system equipment for the 301st Command Post at a newly renovated facility. This project aims to enhance communication capabilities essential for responding to national crises and improving operational training through the Unify System, which provides a user-friendly interface for duty controllers. The requirement continues the efforts previously undertaken by MCS of Tampa, Inc., who disassembled and relocated the communication equipment, and interested parties can reach out to Todd Benner at todd.benner@us.af.mil or Jerry E. McTyre at jerry.mctyre.2@us.af.mil for further details.
    Fy26 Local and Long-Distance Telecommunication Services Renewal
    Buyer not available
    The Department of Defense, specifically the U.S. Air Force's 92d Contracting Squadron, is seeking proposals for the renewal of Local and Long-Distance Telecommunication Services at Fairchild Air Force Base in Washington. The procurement aims to provide essential telecommunications services that meet specific operational requirements outlined in the attached Statement of Work, including service quality, outage management, and compliance with government standards. This contract is critical for maintaining effective communication capabilities, particularly during emergencies, and is set aside exclusively for small businesses under NAICS code 517111. Proposals are due by December 18, 2025, at 10:00 AM PST, with past performance questionnaires required by December 16, 2025, at 1:00 PM PST. Interested parties can contact Michael Salone at michael.salone@us.af.mil or 509-247-8082 for further information.
    Sources Sought For Fire Alarm Radio Transmitter
    Buyer not available
    The Department of Defense, specifically the Naval Facilities Engineering Systems Command, Pacific (NAVFAC Pacific), is conducting a market survey to identify potential suppliers for fire alarm radio transmitters that meet or exceed the performance and approval requirements of the Kingfisher Company, Inc. S T A R Software Defined Radio Transmitter. The procurement involves four fire alarm radio transmitters for various substations on Naval Base Guam, which must be compatible with existing equipment and adhere to specific regulatory standards. This initiative is crucial for enhancing safety measures within military installations, and interested firms are invited to submit detailed technical data by December 18, 2025, at 2:00 p.m. H.S.T. Submissions should be directed to Ms. Josie Damo-Agcaoili via email, and late submissions will not be considered.
    58--CONTROL,INTERCOMMUN, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the repair and modification of intercommunication and public address systems, identified by NSN 0R-5831-016902235-QE, with a quantity of 54 units required. The procurement is critical as the design of the part is unstable, necessitating significant changes that may render the current configuration obsolete; thus, government source approval is mandatory prior to contract award due to the flight-critical nature of the item. Interested vendors must provide detailed technical data and evidence of prior experience in producing similar items, as proposals lacking the required documentation will not be considered. For further inquiries, interested parties can contact Dianne L. Wydra at (215) 697-6681 or via email at Dianne.L.Wydra.CIV@US.NAVY.MIL, with a proposal submission deadline of 45 days from the notice publication date.
    FY25 MCA PN76898 Aircraft Maintenance Hangar, Wheeler Army Airfield, Oahu, Hawaii
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of an Aircraft Maintenance Hangar at Wheeler Army Airfield in Oahu, Hawaii. This project falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, and aims to enhance the operational capabilities of the Army by providing a dedicated facility for aircraft maintenance. Interested contractors must submit their proposals via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module, and registration as a vendor in PIEE is mandatory. For further inquiries, interested parties can contact Brett Watanabe at brett.j.watanabe@usace.army.mil or Jennifer Ko at jennifer.i.ko@usace.army.mil, with the proposal submission process requiring adherence to specific guidelines outlined in the PIEE resources.
    Buildout of SCIF
    Buyer not available
    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is seeking qualifications from small businesses to undertake the buildout of a Sensitive Compartmented Information Facility (SCIF) at the Mt. Weather Emergency Operations Center in Bluemont, Virginia. The project involves the completion of approximately 7,000 square feet of semi-completed office space, which includes the installation of a dry cooler, mechanical system upgrades, and various interior finishes and equipment installations. This initiative is crucial for enhancing operational capabilities and ensuring secure information handling within the facility. Interested vendors must submit their capability statements, demonstrating relevant experience and qualifications, by December 12, 2025, to Mr. Matthew Raible at matthew.raible@fema.dhs.gov, with an estimated project cost of $6 million to $8 million and a performance period of two years.
    INTELLIGENCE, SURVEILLANCE, ANDRECONNAISSANCE (ISR) SYSTEMS AND INFORMATION OPERATIONS (IO) FROM SEABED TO SPACE (S2ISR)
    Buyer not available
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Pacific, is preparing to issue a Request for Proposal (RFP) for Intelligence, Surveillance, and Reconnaissance (ISR) Systems and Information Operations (IO) from Seabed to Space (S2ISR). This procurement aims to develop and field advanced ISR systems that enhance communication, surveillance, and security capabilities while addressing evolving threats, including support for unmanned systems related to chemical, nuclear, biological, and radiological elements. The anticipated contract will involve multiple indefinite-delivery, indefinite quantity (IDIQ) contracts with a seven-year ordering period, and the final RFP is expected to be released no earlier than November 21, 2025. Interested parties can reach out to Carl Odom at carl.n.odom.civ@us.navy.mil or by phone at 619-553-4454 for further information.