ContractCombined Synopsis/Solicitation8a Competed

JB-MDL Base Telecommunications Systems Maintenance

DEPT OF DEFENSE FA448426R0006
Response Deadline
Jan 28, 2026
Deadline passed
Days Remaining
0
Closed
Set-Aside
8a Competed
Notice Type
Combined Synopsis/Solicitation

Contract Opportunity Analysis

The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the Base Telecommunications Systems Maintenance contract at Joint Base McGuire-Dix-Lakehurst, New Jersey. The contractor will be responsible for providing comprehensive operations and maintenance services for the Base Telecommunications System (BTS), ensuring reliable telecommunications and networked voice, video, and data services available 24/7. This procurement is critical for supporting the mission of the 87th Communications Squadron and includes maintaining various telecommunications systems, performing preventive maintenance, and managing work orders for installations and repairs. Interested contractors must submit their proposals by January 28, 2026, and are required to be registered in the System for Award Management (SAM) to participate. For further inquiries, contact Rick Driscoll at richard.driscoll.2@us.af.mil or Raymond J. Mesler at raymond.mesler@us.af.mil.

Classification Codes

NAICS Code
517111
Wired Telecommunications Carriers
PSC Code
DG01
IT AND TELECOM - NETWORK SUPPORT SERVICES (LABOR)

Solicitation Documents

22 Files
Attch 13 - Consolidate Contractor Questions and Answers - Revised.pdf
PDF112 KBJan 15, 2026
AI Summary
This document addresses questions from contractors regarding RFP FA448426R0006 for Base Telecommunications Systems Maintenance. Key clarifications include the distinction between "Work Orders" (MACs and WOs using pre-priced items) and "Special Projects" (non-PID items or non-conforming work requiring justification and approval). The government will primarily issue Work Orders and considers factors like scope complexity for classification. Contractor personnel can perform both O&M and Special Projects. Staffing levels are at the contractor's discretion. The government maintains a limited "bench stock" of old OSP copper cables for emergencies, but contractors are primarily responsible for procuring materials and stocking emergency repair items. Large-pair copper cables are to remain pre-priced. Response times measure arrival on-site, distinct from total restoration time. The proposal requires two parts: Price Proposal and Present/Past Performance Information, with no separate Technical Volume. Fixed-price items will not change based on contingencies. Travel to BWI is infrequent but required 24/7. Wage Determination compliance is based on the physical county where work is performed. The Site Manager will be primarily stationed at McGuire but will travel. The decommissioning of Nortel SL-100 systems will eliminate the need for a dedicated Switch Technician. The government will provide available transition documentation. A Continuation of Essential Contractor Services Plan is required with the proposal, adhering to DFARS 237-7602 and 252.237-7024. Attachment 6 (Labor Worksheet) can be modified, requires a detailed breakdown of full burdened direct labor rates, and has been updated. FAR Clause 52.222-6 and applicable DBA Wage Determinations will be incorporated. Contractors are responsible for established dig permit processes and securing their own Base and NJ-One-Call dig permits. Commercial internet is not supplied by the government. The proposal due date has been extended to January 28, 2026.
Attch 6 - Labor Worksheet.xlsx
Excel51 KBJan 13, 2026
AI Summary
This document outlines a series of government solicitations for various services, primarily focusing on telecommunications system services and vehicle maintenance. It serves as a template for offerors to propose their rates for different labor categories and associated costs under specific Contract Line Item Numbers (CLINs). The document details the required financial breakdown, including hourly wage rates, productive and non-productive hours, total gross annual wages, and fringe benefit adjustments. It also specifies tax rates for FICA, Worker's Compensation, FUTI, and SUTI, along with general and administrative costs and profit margins. Instructions emphasize filling out highlighted areas, including total hours for Service Contract Act-covered employees, and rounding to two decimal places. The document notes that the provided numbers are samples, and offerors should propose their actual rates. Key considerations for fringe benefits and their tax implications are also highlighted.
Attch 5 - Fillable Pricing Schedule.xlsx
Excel906 KBJan 13, 2026
AI Summary
This government file, Attachment 1 of 9 titled "PRICING TABLE," outlines a comprehensive list of telecommunications and infrastructure products and installation services for Joint Base McGuire-Dix-Lakehurst, NJ. The document details customer premise equipment, including various telephone stations (basic, analog, two-line, outdoor, hazardous area, wall, and digital/VoIP phones) and related accessories like power supplies and add-on modules. It also covers adjuncts and external signaling devices, diverse handsets, headsets, and cords, and extensive inside plant equipment such as miscellaneous mounting hardware, building inside structure cable and distribution, and various outlets/jacks (CAT3, CAT5e, CAT6). The pricing table further specifies LAN/circuit installation/fault isolation services, different types of inside cables (e.g., Cat3, Cat5e, Cat6, cross-connect wire, patch cords), building station terminal blocks, and Cat 6 connector blocks (patch panels).
Attch 1 - Performance Work Statement.pdf
PDF1172 KBJan 13, 2026
AI Summary
This Performance Based Work Statement (PWS) outlines the requirements for operations and maintenance (O&M) services for the Base Telecommunications System (BTS) at Joint Base McGuire-Dix-Lakehurst, NJ. The contractor must provide personnel, equipment, and services to ensure 24/7 availability of voice, video, and data services, including legacy and VoIP systems, outside and inside plant systems, and voicemail. Key responsibilities include managing base mission changes, accident reporting, sub-contractor compliance, obtaining work clearances, and adhering to personnel qualifications, including Common Access Card (CAC) requirements. The PWS details monthly O&M for telephone switch systems, ISP/OSP, preventive maintenance inspections (PMIs) of manholes, utility poles, aerial cables, and terminals. It also covers system outages (emergency, priority, routine), alarm notification, cable location/marking, communication feature data collection, cross-connect/disconnect services, voicemail, aerial cable services, and traffic analysis. Work order procedures, classifications, and record-keeping for various aspects like the Maintenance Support Plan (MSP), PMI records, repair logs, cable test results, equipment inventory, and a Quality Control Plan (QCP) are also specified. The document emphasizes strict adherence to OEM specifications, government regulations, and safety standards.
Attch 7 - Past Performance Questionairre.docx
Word42 KBJan 15, 2026
AI Summary
The 87th Contracting Squadron at Joint Base McGuire-Dix-Lakehurst, NJ, is seeking a contractor for a Base Telecommunication System Maintenance Service Contract. This contract aims to ensure continuous, highly reliable telecommunications services, including voice, video, and data, 24/7. The scope of work encompasses monthly operations and maintenance of a converged IP/UC/TDM/ATM architecture, including legacy and VoIP systems, outside and inside plant systems, voicemail, cable mark-outs, and associated equipment. The contract also involves infrastructure modifications, technology changes, hardware/software upgrades, reconfigurations, new equipment installations, LAN cable upgrades, and Dial Central Office reconfigurations. A key part of the evaluation process involves assessing offerors' past performance through a questionnaire, which requests detailed information on contract identification, customer/agency identification, respondent identification, and a comprehensive performance rating across various criteria.
Attch 11 - Mission Essential Memorandum.pdf
PDF319 KBJan 15, 2026
AI Summary
The Department of the Air Force has identified essential contractor services under the Base Telecommunications System Maintenance Service contract. These services are deemed critical for mission-essential functions, which are organizational activities vital for achieving DoD component missions and responsibilities. The contractor is required to provide 24/7 maintenance for the Base Telecommunications System (BTS), encompassing voice and data services across various architectures, including legacy telephone systems, VoIP, outside and inside plant systems, voicemail, cable mark-outs, and associated equipment at Joint Base McGuire-Dix-Lakehurst. Failure to perform these services would significantly impact the DoD's ability to provide vital services. The contractor must submit a written plan for continuing these essential services as per DFARS Part 237-7602.
Attch 7 - Past Performance Questionaire.docx
Word43 KBDec 19, 2025
AI Summary
The 87th Contracting Squadron at Joint Base McGuire-Dix-Lakehurst, NJ, is seeking a contractor for a Base Telecommunication System Maintenance Service Contract. This competitive selection aims to ensure continuous, highly reliable telecommunications, networked voice, video, and data services. The contract requires monthly Operations and Maintenance (O&M) services for the Base Telecommunications System (BTS), which operates 24/7. The BTS includes a converged IP/UC/TDM/Asynchronous Transfer Mode architecture, legacy and VoIP systems, outside and inside plant systems, voicemail, and associated equipment. The scope also covers BTS infrastructure modifications, technology upgrades, hardware/software upgrades, reconfigurations, and LAN cable installations. A key part of the proposal evaluation is the offeror's past performance, assessed through a questionnaire focusing on management, quality control, problem-solving, scheduling, financial responsibility, and overall performance. Respondents are requested to submit their evaluations within a specified number of days to facilitate the source selection process.
Solicitation Amendment FA448426R00060001 SF 30.pdf
PDF1357 KBJan 15, 2026
AI Summary
This government document, Amendment/Modification Number FA448426R00060001, dated 20 Dec 2025, modifies Solicitation Number FA448426R0006, dated 19 Dec 2025. The amendment updates FAR provision 52.212-2 (Evaluation-Commercial Products and Commercial Services) and FAR clause 52.216-18 (Ordering), while removing DFARS clause 252.232-7007 (Limitation of Government's Obligation). Key changes include extending the ordering period for supplies and services from March 1, 2026, to February 28, 2031, and revising the evaluation criteria to prioritize present/past performance significantly more than price. The removed DFARS clause detailed incrementally funded contract line items and the government's obligation limits. All other terms and conditions remain unchanged.
Attch 10 - Security Forces Appendix 4 to Annex C.pdf
PDF719 KBJan 15, 2026
AI Summary
The Joint Base McGuire-Dix-Lakehurst (JB MDL) Contractor Security Appendix outlines mandatory entry control procedures for all contractors, vendors, and visitors. These procedures include criminal history and Wants/Warrants background checks conducted at no expense to the contractor. Access passes are issued based on the duration and frequency of required entry, ranging from short-term visitor passes to longer-term DBIDS cards. Non-U.S. citizens must provide specific immigration documentation and may require sponsorship. Strict guidelines govern access to restricted areas, including additional background checks (SF 85 Tier 1) and specific badging (AF Form 1199). Vehicle entry requires valid documentation, and commercial/oversized vehicles must use designated inspection areas. Contractors are responsible for providing accurate Entry Authority Lists (EALs) containing detailed personnel and contract information. Misuse of access credentials, failure to comply with installation rules, or providing fraudulent information can lead to denied access or debarment. Contractors are generally not authorized to sponsor personnel, with exceptions requiring specific approval and coordination. The document emphasizes security, compliance, and proper coordination with relevant JB MDL offices.
Attch 8 - JB MDL Antiterrorism Awareness for Contractors Trifold.pdf
PDF974 KBJan 15, 2026
AI Summary
The Joint Base McGuire-Dix-Lakehurst (JB MDL) Antiterrorism Office has issued a pamphlet, "Antiterrorism Awareness for Contractors," to integrate contractors into the Global War on Terrorism. Contractors are considered "Force Multipliers," tasked with maintaining security vigilance and reporting suspicious activities that could impact the base and surrounding areas. The document defines terrorism according to the Department of Defense and outlines various ways individuals can become victims. It details specific activities to look for and report, including surveillance, elicitation, tests of security, acquiring supplies, suspicious persons, dry runs, deploying assets, and terrorism financing. For emergencies, contractors should dial 911 (landline) or (609) 754-6001 (cell phone on JB MDL), and for suspicious activity, contact the 87th Security Forces Squadron at (609) 754-6001. The pamphlet also explains the Force Protection Conditions (FPCON) levels (Normal, Alpha, Bravo, Charlie, Delta), outlining the increasing protective measures and expected security postures at each stage. Contractors are instructed on what information to provide when reporting incidents and to remain at their location until contacted by Security Forces.
Attch 14 - Consolidate Contractor Questions and Answers.pdf
PDF116 KBJan 15, 2026
AI Summary
The document clarifies questions regarding the "Base Telecommunications System Maintenance" solicitation (FA448426R0006). It specifies that Service Contract Act (SCA) rates apply to Attachment 5 labor items, with DBA work handled per PWS Paragraphs 1.4.4 and 1.4.6.1. The summary details that O&M CLINs (0001-0004) require contractor-proposed pricing and are evaluated for contract award. Special Projects and Work Order CLINs (0005-0006) use government-established plug numbers. Attachment 5, the Fillable Pricing Schedule, is mandatory for all bidders but applies exclusively to Special Projects and Work Orders, not O&M. Materials for O&M are the contractor's responsibility and cannot be billed to the government. The pricing schedule is used for materials in Work Orders and Special Projects, including both PID and minor non-PID items. Additionally, phones, handsets, electronic phone accessories, and circuit packs must be TAA compliant.
Solicitation Amendment FA448426R00060003 SF 30.pdf
PDF82 KBJan 15, 2026
AI Summary
This government solicitation amendment, FA448426R00060003, issued on January 15, 2026, modifies a previous solicitation (FA448426R0006 dated December 19, 2025). The primary purposes of this amendment are to incorporate Attachment 14, which contains consolidated contractor questions and answers, and to revise Addendum 52.212-2 concerning the Basis for Contract Award. The updated basis for award emphasizes a competitive best value source selection where present/past performance is significantly more important than price. The evaluation process includes ranking offers by price, assessing price reasonableness against an Independent Government Estimate, and conducting random sampling for price reasonableness. Furthermore, the amendment details a comprehensive evaluation of recent and relevant past performance, leading to a confidence assessment rating (Substantial, Satisfactory, Neutral, Limited, or No Confidence). Award will generally go to the lowest-priced offeror with a “Substantial Confidence” rating. The document also includes clauses on Site Investigation and Conditions Affecting the Work, and Construction Wage Rate Requirements, defining the
Attch 12 - DBA Wage Determination - NJ20260001 2 Jan 2026.pdf
PDF840 KBJan 15, 2026
AI Summary
The document outlines detailed guidelines for government procurements, focusing on various aspects of federal, state, and local Requests for Proposals (RFPs) and grants. It emphasizes compliance with established standards, proper documentation, and adherence to specific procedures for different types of solicitations. The file seems to cover a broad range of requirements, including technical specifications, administrative processes, and evaluation criteria, ensuring transparency and fairness in government contracting and grant distribution. Key sections address the structure and content of proposals, the importance of clear communication, and the necessity of fulfilling all stipulated conditions for successful project implementation. This comprehensive guide aims to streamline procurement processes and enhance accountability across government agencies.
Attch 6 - Labor Worksheet - Revised.xlsx
Excel45 KBJan 15, 2026
AI Summary
The document, Solicitation No. FA448426R0006, titled "Base Telecommunications System Services," is an instructional template for offerors to propose their rates for labor and associated costs. It requires offerors to fill out highlighted areas in a detailed table that includes hourly wage rates, productive hours, various paid leave hours (vacation, holiday, CBA-required), total non-productive hours, total hours worked, total gross annual wages, and per-hour fringe benefits. The template also provides columns for calculating fringe benefit adjustments and taxes, including FICA, W/C, FUTI, and SUTI percentages, as well as G&A and profit percentages. Offerors must round all figures to two decimal places and include the total hours for all employees covered under the Service Contract Act for each Contract Line Item Number (CLIN). The document clarifies how to calculate added taxes based on whether fringe benefits are paid through Health & Welfare (H&W) plans or as cash to employees, noting that H&W benefits are not taxable. This solicitation is designed to ensure a standardized and comprehensive financial proposal for telecommunications system services.
Attch 5 - Fillable Pricing Schedule - Revised.xlsx
Excel874 KBJan 15, 2026
AI Summary
This government file, Attachment 1 (9 pages), titled "PRICING TABLE," outlines a comprehensive list of telecommunications and network infrastructure products and services for Joint Base McGuire-Dix-Lakehurst, NJ. The document details various categories including Customer Premise Equipment (telephone stations, VoIP phones, adjuncts, handsets, headsets, and cords), Inside Plant Equipment (miscellaneous mounting equipment, house wiring and outlets, LAN/circuit installation/fault isolation services, inside cabling, building station terminal blocks, Cat 6 connector blocks, surface-mount raceway, building distribution/riser cables, central office field/gray wire/tip cables, fiber optic patch panels, fiber optic cables for inside structure installation, and fiber optic cable accessories), Outside Plant Cable and Distribution (protected vertical terminal block components, splicing for metallic and fiber optic cable, metallic cables, fiber optic cables, outside plant pedestal components, and building entrance cables), Manholes/Conduit for Underground Plant Hardware, Misc Outside Plant Material/hardware, Installation Services (outside plant cable and distribution, fiber optic cable installation, surface preparation/restoration, conduit installation and boring, conduit damage and repair setup, and aerial cable services), and AVAYA Equipment (DEFINITY Consoles & Voice Terminals, Switching Systems, and Expansion for Existing CPE Telephone Systems). The file also includes a separate
Attch 1 - Performance Work Statement - Revised.pdf
PDF1227 KBJan 15, 2026
AI Summary
This Performance Based Work Statement (PWS) outlines the requirements for operations and maintenance (O&M) services for the Base Telecommunications System (BTS) at Joint Base McGuire-Dix-Lakehurst, NJ. The contractor will be responsible for providing personnel, equipment, and services to ensure highly reliable telecommunications and networked voice, video, and data services 24/7. Key responsibilities include maintaining telephone switch systems, ISP and OSP infrastructure, performing preventive maintenance inspections (PMIs) on manholes, utility poles, aerial cables, and terminals, and responding to system outages and trouble calls based on emergency, priority, and routine classifications. The PWS details personnel qualifications, reporting requirements, environmental compliance, and comprehensive record-keeping for all O&M and work order activities, including a Maintenance Support Plan (MSP), PMI records, repair logs, and system capacity records. The contractor will also manage work orders for installations, removals, and relocations of equipment and cables, adhering to specific procedures and classifications.
Solicitation Amendment FA448426R00060002 SF 30.pdf
PDF98 KBJan 15, 2026
AI Summary
This government solicitation amendment, FA448426R00060002, updates a contract for telecommunication system maintenance services, extending the proposal due date from January 20, 2026, to January 28, 2026. Key changes include adding FAR Clauses 52.236-3 (Site Investigation) and 52.222-6 (Construction Wage Rate Requirements), and incorporating revised attachments such as the Performance Work Statement, Fillable Pricing Schedule, and Labor Worksheet. Proposals must be submitted in two parts: Price Proposal and Present/Past Performance Information, with past performance being significantly more important than price in the evaluation. Offerors must register with SAM.gov and follow specific instructions for submission, including details on past performance references and joint venture agreements. The document outlines procedures for evaluating price and performance, emphasizing a 'best value' award to an offeror with 'Substantial Confidence' in their performance. The amendment also includes details on federal holidays and methods for proposal submission.
Attch 9 - JB MDL AT Awareness Guide for Contractors.pdf
PDF816 KBJan 15, 2026
AI Summary
The Department of the Air Force's 87th Air Base Wing at Joint Base McGuire-Dix-Lakehurst (JB MDL) issued an Antiterrorism Guide for Contractors, effective February 1, 2022. This guide outlines critical antiterrorism (AT) requirements for contractors and subcontractors, emphasizing the protection of personnel, installations, facilities, and information from terrorist acts. It mandates that contractors provide their personnel with information on the JB MDL AT Program and ensure strict control over contracted personnel and vehicles to prevent aiding terrorists. The guide strongly recommends that all contracted personnel complete the DoD-approved Antiterrorism Level I Training. It also details procedures for suspicious activity reporting, including contact information for on-base and off-base authorities, and provides specific examples of activities to report, such as surveillance, elicitation, and tests of security. Contractors are advised on what information to gather when reporting suspicious activities (SALUTE method) and how to respond safely.
Attch 4 - Wage Determination - Ocean County 2015-4195 Revision 31.pdf
PDF626 KBJan 15, 2026
AI Summary
No AI summary available for this file.
Attch 3 - Wage Determination - Burlington County 2015-4191 Revision 31.pdf
PDF618 KBJan 15, 2026
AI Summary
The provided document appears to be a highly abbreviated table of contents or index for a government file, likely related to RFPs, grants, or state/local RFPs. Due to the extensive use of non-standard characters and what seems to be a heavily truncated format, specific details about the main topic, key ideas, and supporting details are largely unidentifiable. The document primarily consists of alphanumeric codes, symbols, and what might be page numbers or section identifiers, making a meaningful summary of its content impossible without further context or a decipherable version of the file.
Attch 2 - Equipment and Installation Performance Specification.pdf
PDF447 KBJan 15, 2026
AI Summary
This Equipment and Installation Performance Specification (EIPS) outlines the procedures for the operation and maintenance (O&M) of the Base Telecommunications System (BTS) at Joint Base McGuire-Dix-Lakehurst (JB-MDL). The document details applicable government, federal, national, and other relevant standards and documents. Key requirements include comprehensive specifications for Customer Premise Equipment (CPE), such as various telephone instruments (basic, multi-line, VoIP, hazardous area), ancillary equipment (ringers, headsets, modems), and electronic key telephone systems. It also covers Inside Plant (ISP) infrastructure, including channel activation, switch expansion, voice mail interfaces, uninterruptible power supplies, digital signal cross-connecting panels, and various terminal blocks for voice and data. Specific instructions for cable and wiring installation in secure areas are provided, emphasizing conduit use, single egress points, and visual inspection. The EIPS also addresses organizational moves for telecommunications equipment, ensuring compliance with Section 508 accessibility standards for electronic and information technology (EIT).
Solicitation - FA448426R0006.pdf
PDF2318 KBJan 15, 2026
AI Summary
This government solicitation, FA448426R0006, is a Request for Proposal (RFP) for Women-Owned Small Businesses (WOSB) for Base Telecommunications Systems (BTS) Switch Operations and Maintenance (O&M) services at McGuire AFB, Fort Dix, Fort Dix Ranges, and Navy Lakehurst in New Jersey. The contract includes a 12-month base period (March 2026 – February 2027) and four 12-month option years, plus a 6-month option period. Services encompass O&M for BTS switches, special projects (up to $15,000), and work orders (up to $225,000). Offerors must submit a complete proposal in three parts: Price Proposal, Present/Past Performance Information, and a Continuation of Essential Contractor Services Plan. Proposals are due by January 20, 2026, at 11:00 AM and can be submitted via email, fax, hand-carried, or mail to the 87th Contracting Squadron. Evaluation will consider recent (within 5 years) and relevant telecommunications maintenance experience. The solicitation emphasizes electronic submission via Wide Area WorkFlow (WAWF) for payment requests and adherence to FAR and DFARS clauses.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedDec 19, 2025
amendedAmendment #1Dec 20, 2025
amendedAmendment #2Jan 13, 2026
amendedLatest AmendmentJan 15, 2026
deadlineResponse DeadlineJan 28, 2026
expiryArchive DateFeb 12, 2026

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE AIR FORCE
Office
FA4484 87 CONS PK

Point of Contact

Name
Rick Driscoll

Place of Performance

CAPE MAY CH, New Jersey, UNITED STATES

Official Sources