JB-MDL Base Telecommunications Systems Maintenance
ID: FA448426R0006Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4484 87 CONS PKJB MDL, NJ, 08641, USA

NAICS

Wired Telecommunications Carriers (517111)

PSC

IT AND TELECOM - NETWORK SUPPORT SERVICES (LABOR) (DG01)

Set Aside

8a Competed (8A)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for a Base Telecommunications Systems Maintenance contract at Joint Base McGuire-Dix-Lakehurst, New Jersey. The contractor will be responsible for providing comprehensive maintenance services for the Base Telecommunications System (BTS), ensuring 24/7 availability of voice, video, and data services, including legacy and VoIP systems, as well as performing monthly operations and maintenance tasks. This contract is critical for supporting mission-essential functions and will be awarded as a fixed-price requirements contract with a base period from March 1, 2026, to February 28, 2027, and four additional one-year option periods. Interested contractors must submit their proposals by January 20, 2026, and can direct inquiries to Rick Driscoll at richard.driscoll.2@us.af.mil or by phone at 609-754-5922.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    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.
    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.
    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).
    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.
    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).
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Base Telecommunication Systems (BTS) at Altus AFB, OK
    Dept Of Defense
    The Department of Defense, through the 97th Contracting Flight at Altus Air Force Base, Oklahoma, is seeking proposals for the acquisition of Base Telecommunication Systems (BTS) services. The contract requires comprehensive operations and maintenance (O&M) services to ensure the availability of wired telecommunications and networked voice, video, and data services 24/7, supporting the mission of the 97th Communications Squadron. This opportunity is critical for maintaining reliable communication infrastructure at the base, with a contract value of up to $30 million over a five-year period, effective from May 1, 2026, to April 30, 2031. Interested contractors, particularly those certified under the 8(a) program, must submit their proposals electronically by the deadline of December 10, 2025, and can direct inquiries to Jennifer Blaser-Kay or Kelsey Brightbill via the provided contact information.
    Base Telecommunications Services, Dover AFB
    Dept Of Defense
    The Department of Defense, specifically the 436th Contracting Squadron at Dover Air Force Base, is seeking small business contractors to provide comprehensive telecommunications services under a Total Small Business Set-Aside. The contractor will be responsible for delivering Operations and Maintenance (O&M) services for the Base Telecommunications System (BTS), ensuring 24/7 availability of networked voice, video, and data services, while maintaining critical systems such as the Avaya LSC and Sonus SBCs. This opportunity is vital for supporting the mission of the 436 Communication Squadron, and interested parties are encouraged to review the updated Performance Work Statement (PWS) for detailed requirements and submit their business size and socioeconomic status by the specified deadlines. For further inquiries, potential contractors can contact Justin Bordalo at justin.bordalo@us.af.mil or Angela Nartowicz at angela.nartowicz.1@us.af.mil.
    B2620 Dorm Construction
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking potential sources for the B2620 Dorm Construction project at Joint Base McGuire-Dix-Lakehurst, New Jersey. This project involves extensive demolition, renovation, and construction work to improve living conditions in the dormitory, including refurbishing bathrooms and bedrooms, updating electrical systems, and addressing hazardous materials such as asbestos and lead paint. The total performance period for the project is 665 calendar days, which includes 245 days for design and 420 days for construction, with a focus on adhering to federal, state, and local codes. Interested parties are encouraged to contact Daniel Theyn at daniel.theyn@us.af.mil or Wanda L. Wilson at wanda.wilson.1@us.af.mil for further information and to express their interest in participating in this opportunity.
    B1654 Command Post Console Move
    Dept Of Defense
    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.
    IT Infrastructure for Former DOE Buildings
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the IT Infrastructure project at former Department of Energy buildings located at Kirtland Air Force Base in New Mexico. The project entails the removal and replacement of existing telecommunications cables and equipment with CAT6 cabling, installation of vertical cable raceways, and ensuring compliance with KAFB Comm Standards, as well as extensive testing and documentation of the installed infrastructure. This procurement is crucial for establishing a reliable telecommunications network that connects multiple buildings to the Department of Defense network, enhancing operational capabilities. The anticipated contract value is between $500,000 and $1 million, with the solicitation expected to be posted on or around January 2, 2026. Interested parties should contact SrA Zelena Dorudemir at zelena.dorudemir@us.af.mil or SSgt Alexander Ramsower at alexander.ramsower@us.af.mil for further information.
    JBMHH LMR-EV Recompete
    Dept Of Defense
    The Department of Defense, through the Mission and Installation Contracting Command at Fort Belvoir, is seeking qualified small businesses for the maintenance and repair of Land Mobile Radio and Emergency Vehicle Equipment (LMR-EV) for the Joint Base Myer Henderson Hall Directorate of Emergency Services. The contractor will be responsible for providing all necessary personnel, equipment, tools, materials, and supervision to repair and maintain over 400 handheld radios, 50 mobile radios, and various emergency vehicles, ensuring minimal downtime for critical communication systems. This contract is vital for maintaining operational readiness and safety, with a firm-fixed-price structure that includes a base year and four option years. Interested parties must submit their capability packages by January 5, 2026, at 4:00 p.m. Eastern Time, to Rosalie Horton at rosalie.b.horton.civ@army.mil, and are encouraged to include details of their past experience and recommendations for small business competition.
    Mission Video Distribution System (MVDS) Services
    Dept Of Defense
    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.
    FY26 Airfield Pavement Preventative Maintenance
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the FY26 Airfield Pavement Preventative Maintenance project at Dover Air Force Base in Delaware. This opportunity is a 100% Small Business set-aside, requiring contractors to provide all labor, materials, equipment, and tools necessary for airfield pavement maintenance, with a project magnitude estimated between $250,000 and $500,000. The contract will be a Firm Fixed Price type with a performance period of 365 calendar days, emphasizing the importance of maintaining airfield infrastructure for operational readiness. Proposals are due by 1:00 PM EST on January 9, 2026, and must remain valid through March 31, 2026; interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil.
    Voice over Internet Protocol (VoIP) Telephone System Modernization
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the modernization of its Voice over Internet Protocol (VoIP) Telephone System. This procurement aims to enhance the existing telecommunications infrastructure, ensuring improved communication capabilities within the Air Force. The modernization of the VoIP system is critical for maintaining efficient and reliable communication, which is essential for operational effectiveness. Interested parties can reach out to Ashley Bevins at ashley.bevins@us.af.mil for further details regarding the procurement process.
    LAK/RND Fire Suppression Maintenance & UV Systems Maintenance Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Fire Suppression Maintenance and UV Systems Maintenance Services at Joint Base San Antonio (JBSA) Lackland and Randolph, Texas. This contract, set aside for small businesses, particularly Women-Owned Small Businesses (WOSB), encompasses a range of services including semi-annual maintenance, hydro-static testing, parts replacement, and emergency services, with a total estimated award amount of $12,500,000. The performance period is scheduled from March 2026 to September 2030, and interested contractors must submit their proposals by January 12, 2026, following a site visit on January 6, 2026. For further inquiries, potential bidders can contact Teresa Calavera Sullivan at teresa.calavera@us.af.mil or Emily A. Rodriguez at emily.rodriguez.8@us.af.mil.