Critical Services and Maintenance Support
ID: F2X3C55266AC02Type: Sources Sought
Overview

Buyer

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

NAICS

Telephone Apparatus Manufacturing (334210)

PSC

TELEPHONE AND TELEGRAPH EQUIPMENT (5805)
Timeline
    Description

    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.

    Files
    Title
    Posted
    The 42d Contracting Squadron at Maxwell Air Force Base is issuing a sources sought synopsis to gather industry information for a potential requirement for Critical Services and Maintenance Support for a Next Generation (NG) 9-1-1 System. This is not a solicitation for proposals, and no contract will be awarded based on responses. The government may incorporate information from responses into a future solicitation. The Air Force is seeking general company information, business type, NAICS codes, customary contract terms, and capabilities related to providing emergency services, multimedia data, IP Core Router Architecture, disaster recovery, service management, Text to 911, PSAP IP Mesh Transport, Wireless 4G PSAP IP Mesh Network, and uninterrupted 9-1-1 access, specifically within Alabama. Responses are due via email by 12:00 P.M. Central Standard Time on December 8, 2025, to the listed points of contact.
    The 42d Communications Squadron at Maxwell AFB, AL, requires recurring monthly charges for Critical Services and Maintenance Support on the Next Generation (NG) 9-1-1 System from Communications Venture Corporation dba INdigital. The services include IP Core Router Architecture, Disaster Recovery/Business Continuity, Service Management, National Service Operations Center (NSOC), Text to 911 Services, PSAP IP Mesh Transport Network, and Wireless 4G PSAP IP Mesh Network. The contract spans a base year from October 2025 to September 2026, with four additional option years, totaling $587,245.39. The document also outlines security and installation access requirements, including contractor notification responsibilities, base identification and vehicle pass procedures, commercial vehicle inspections, REAL ID Act compliance for visitors, rules for controlled/restricted areas, reporting requirements for security threats, adherence to base traffic laws, random entry/exit checks, cellular phone operation policy, restrictions on wireless electronic devices, and prohibitions on firearms, ammunition, and illegal weapons on Maxwell AFB/Gunter Annex.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    Maxwell Redundant Secondary Crash Notification System
    Buyer not available
    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.
    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.
    Industry Feedback on NGC2 Emerging Architecture
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command at Aberdeen Proving Ground, is seeking industry feedback on the Next Generation Command and Control (NGC2) Emerging Architecture. This request for information (RFI) aims to gather insights on a multi-layer technology stack that supports Army operations, focusing on composability, data layer design patterns, and software deployment readiness within the NGC2 ecosystem. The initiative is critical for enhancing decision-making capabilities on the modern battlefield, emphasizing the need for innovative technical and business approaches. Interested parties must submit their responses via a designated form by December 22, 2025, and can contact MAJ Quentin Sica or William Wimbury for further information.
    Synopsis Next Generation Aerospace Ground Equipment (NGAGE) MAC IDIQ
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is preparing to solicit proposals for the Next Generation Aerospace Ground Equipment (NGAGE) Multiple Award Contract (MAC) Indefinite Delivery-Indefinite Quantity (IDIQ) contract, aimed at supporting Agile Combat Support (ACS) for Aerospace Ground Equipment (AGE) over a ten-year period. This contract will facilitate the design, development, testing, and implementation of new solutions for AGE, which is critical for the launch, recovery, and maintenance of various aircraft systems, including fighters, bombers, and cargo aircraft. The IDIQ has a ceiling of $920 million and is intended to establish a diverse awardee base, with no set-asides at the basic contract level, although they may apply at the order level. Interested parties should note that the solicitation number FA8532-26-R-B001 will be posted on sam.gov, with a tentative award date set for April 2026. For further inquiries, contact Kimberly Janssen at kimberly.janssen@us.af.mil or Joe Lee at joe.lee.4@us.af.mil.
    Consolidated Standard Inmarsat Broadband Global Area Network (BGAN) and Global Xpress (GX) Services for the Department of Defense (DoD) and Federal Agencies
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking to establish a Blanket Purchase Agreement (BPA) Bridge for Consolidated Standard Inmarsat Broadband Global Area Network (BGAN) and Global Xpress (GX) Services. This procurement aims to provide essential telecommunications services to the DoD and other federal agencies, ensuring reliable and efficient connectivity for various operations. The services are critical for maintaining communication capabilities in diverse environments, supporting both operational and strategic missions. Interested vendors can reach out to primary contact Jenalle L. Hilmes at jenalle.hilmes@disa.mil or by phone at 618-418-6585, or secondary contact Ashley T. Hubert at ashley.t.hubert.civ@mail.mil or 618-418-6249 for further details.
    Repair of NSN: 6130-01-445-9549;P/N:822-1118-001;RMC/RMS: R3/R in support of the E-3 ARC-230 Program
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of National Stock Number (NSN) 6130-01-445-9549, a power supply component, in support of the E-3 ARC-230 Program. This procurement involves a requirements contract for repairs and engineering services, covering three ordering periods from October 2025 through September 2028, under the existing Collins Corporate Contract SPE4AX21D9400. The selected contractor will be responsible for providing all necessary facilities, labor, and materials for the repair services, with proposals due by 3:00 PM EST on December 19, 2025. Interested parties should direct inquiries to Contracting Officer James Daniel Faulkner at james.faulkner.8@us.af.mil.
    MMAR 6.302-2 Public Exigency Congressional Mandate
    Buyer not available
    The United States Government Publishing Office (GPO) is seeking a contractor, CoreSphere, to provide essential development, sustainment, and operations and maintenance services in response to a recent congressional mandate. This urgent requirement is driven by a public exigency as outlined in MMAR 6.302-2, necessitating immediate action to meet critical deadlines. The contract period is set from May 1, 2023, to April 30, 2024, with plans for a competitive follow-on requirement in the future. Interested parties can reach out to Dyeshia Sampson at dsampson@gpo.gov or call 202-320-0089 for further details.
    1 NSN 1G MAINTENANCE KIT
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking proposals for a maintenance kit identified by National Stock Number (NSN) 5935-01-344-1073, aimed at providing stock replenishment coverage for military depots. This procurement involves a firm-fixed price, Indefinite Delivery Contract (IDC) with a five-year base period, and is set aside exclusively for small businesses under the SBA guidelines. The maintenance kit is critical for ensuring the operational readiness of military equipment, with an annual demand quantity of 39 units. Interested vendors can expect the solicitation to be available around November 20, 2025, and should direct inquiries to Taura Mitchell at taura.mitchell@dla.mil or by phone at 614-692-9361.
    4 NSN's - CABLE ASSEMBLY, SPEC
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for an Indefinite Quantity Contract (IQC) for four National Stock Numbers (NSNs) related to cable assemblies. This procurement is set aside for small businesses and includes specific requirements for critical application items, with delivery timelines ranging from 143 to 221 days after receipt of order (ARO). The goods are essential for communication equipment, and the contract will have a five-year base period without options, with pricing evaluated based on estimated annual demand for each NSN. Interested parties should prepare to submit electronic proposals via the DIBBS system, with the solicitation expected to be released on December 17, 2025. For further inquiries, contact Brenda Spell at brenda.spell@dla.mil or call 445-737-6224.
    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.