FY25 Command Post Primary Command Console at Maxwell AFB, AL
ID: F2X0A74352AC01Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Telephone Apparatus Manufacturing (334210)

PSC

IT AND TELECOM - NETWORK: ANALOG VOICE PRODUCTS (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7G20)
Timeline
    Description

    The Department of Defense, through the 42nd Contracting Squadron at Maxwell Air Force Base, is soliciting proposals for a replacement Command Console for the Command Post, as outlined in Amendment 0004 to solicitation number F2X0A74352AC01. The procurement requires a new Integrated Communication Console (C2) System that includes three telephone controller positions, must comply with Joint Interoperability Test Command (JITC) standards, and integrate seamlessly with existing communication infrastructure, ensuring operational capacity akin to a 911 Dispatch Center. This initiative is crucial for enhancing the military's communication capabilities and operational readiness, with a site visit scheduled for January 24, 2025, and proposals due by February 18, 2025, at 12:00 PM CST. Interested contractors should contact William M Griffiths at william.griffiths.5@us.af.mil or 334-953-7393 for further details.

    Files
    Title
    Posted
    This document outlines Amendment 0001 to a government Request for Proposal (RFP) regarding the procurement of a replacement Command Console for the Command Post at Maxwell Air Force Base (AFB). Key updates include revised dates for a site visit, participant submissions, and the submission of pertinent questions and proposals, all pushed to January and February 2025. The RFP emphasizes that only open market offers will be accepted, prohibiting GSA quotes or other GWAC quotes. It ensures that all products must be new and specifies that this acquisition is set for full and open competition. Offerors are invited to provide detailed manufacturer specifications for the console equipment and services required. The process includes a mandatory site visit, where participants must register in advance. Offers must cover product specifications, a Project Milestone Plan, pricing, and certifications. Award selection will be based on technical acceptability and price, employing considered price analysis techniques to determine competitiveness and reasonableness. Overall, the document establishes procedural guidelines for submitting offers, stakeholder responsibilities, and evaluation criteria intended to facilitate a fair selection process for the Command Console procurement.
    The 42nd Contracting Squadron at Maxwell Air Force Base, Alabama, is seeking proposals for a replacement Command Console for its Command Post, with a solicitation due date updated to February 12, 2025, at 12:00 PM CST. This combined synopsis/solicitation requires "open market" offers for new commercial products only, rejecting GSA and GWAC quotes. The acquisition follows FAR procedures, and bids will undergo evaluation based on technical acceptability and price, emphasizing completeness and adherence to specified requirements. Interested contractors must provide a proposal that includes manufacturer specifications, a project milestone plan, pricing, and required certifications. A site visit is scheduled for January 24, 2025, to allow bidders to assess the scope of work. Additionally, all contractors must be registered and active in the DoD Systems for Award Management (SAM) at the time of submission. The government reserves the right to cancel the solicitation if funds are unavailable, reflecting the project’s competitive nature. Proposals must comply with submission guidelines to ensure consideration for award.
    The document outlines the requirements for the replacement of the Integrated Communication Console (C2) System at the Maxwell Primary Command Post at Maxwell Air Force Base, Alabama. It specifies the need for three telephone controller positions including installation, wiring, and integration capabilities with existing systems, all compliant with Joint Interoperability Test Command and Defense Information Systems Agency standards. Key requirements include support for 911 Dispatch systems, simultaneous recordings of 20 lines, and digital archiving for 90 days. The contractor is responsible for installation, cleanup, and providing training for government technicians. Additionally, the document mandates adherence to safety procedures, and the inclusion of standard warranties for all equipment. Deliveries must be made to a specified warehouse on base. This RFP illustrates the government's commitment to upgrade critical communication systems to ensure operational readiness and interoperability in emergency scenarios.
    The purpose of Amendment 0003 to solicitation F2X0A74352AC01 issued by the 42nd Contracting Squadron at Maxwell Air Force Base is to update various elements related to the procurement of a replacement Command Console for the Command Post. Key changes include the addition of site visit questions and answers, revisions to the Statement of Requirements following a site visit, and a new solicitation due date of 18 February 2025, at 12:00 PM CST. The acquisition is categorized under NAICS Code 334210, and submissions are restricted to new items only, with no consideration for GSA quotes. The offerors must provide equipment and installation as per specified requirements and adhere to strict proposal guidelines, including manufacturer specifications and a project milestone plan. A site visit is scheduled for 24 January 2025, and offers must be received by the stated deadline to be considered. Evaluation will be based on technical acceptability and price, emphasizing a best value approach. The document outlines several attachments including the Statement of Requirements and questions from the site visit to assist interested contractors in preparing their offers.
    The document outlines Amendment 0004 for the procurement of a new Integrated Communication Console (C2) System to replace the outdated system at Maxwell AFB's Command Post. The system will include three telephone controller positions, associated hardware, and integrate with existing communication infrastructure. Key requirements include Joint Interoperability Test Command (JITC) compliance, operational capacity for call volume similar to a 911 Dispatch Center, and compatibility with both Defense Switching Network (DSN) and commercial lines. The contractor must also deliver a digital voice recording system, maintain historical call records, and provide user-friendly features such as speed dials and touch-screen interfaces. Installation will follow defined safety and security protocols, and the contractor will ensure system operation without licensing limitations. Training and warranty support must be provided to ensure seamless operational capabilities post-installation. Delivery of the new equipment is required at a specified location on base. This RFP emphasizes the military's need for robust, interoperable communication systems to streamline operations and enhance emergency response capabilities.
    The 42nd Contracting Squadron at Maxwell Air Force Base is soliciting proposals for a replacement Command Console for the Command Post, under the solicitation number F2X0A74352AC01. This document outlines an amendment to the initial requirements, increasing the minimum number of callers. Offers for this procurement must adhere to strict guidelines, including new product specifications, and the government does not accept refurbished items. The solicitation invites "open market" offers, with a firm-fixed price anticipated based on competitive evaluation of technical acceptability and pricing. A site visit is scheduled for January 24, 2025, for potential bidders to verify project requirements, while all offers must be submitted by February 18, 2025. Eligible offerors must be registered in the System for Award Management (SAM) database and will be evaluated based on compliance with specified technical requirements and proposed costs. The procurement emphasizes a comprehensive evaluation, looking for detailed specifications and a project milestone plan to ensure successful contract execution. Key documents include the Statement of Requirements, clauses, and site visit Q&A. This initiative illustrates the government's commitment to procuring efficient and effective command systems for operational readiness.
    The document outlines the requirements for the replacement of the Integrated Communication Console (C2) System at the Maxwell Primary Command Post in Alabama. The existing system has reached its End of Life, necessitating a new installation that includes three telephone controller positions equipped with various features to support emergency dispatch and communication functions. Key specifications include compliance with JITC and DISA standards, a capacity for simultaneous call management akin to a 911 dispatch center, and the ability to record and archive calls. Installation will involve delivering and setting up the equipment, ensuring integration with existing radio systems, and maintaining detailed records of incoming and outgoing calls. Additionally, the contractor must provide training for personnel and adhere to safety protocols throughout the process. A standard warranty is expected for all manufactured products, with specific deliverables outlined for project acceptance. This RFP aims to enhance operational capabilities at the command post, ensuring reliable communication and recording in support of critical missions.
    The document outlines a series of federally mandated clauses relevant to government contracts, particularly for services and supplies. It includes references to regulations on compensation for former Department of Defense (DoD) officials, whistleblower rights, and antiterrorism awareness training for contractors. Notably, provisions concerning the prohibition of certain telecommunications products and commodities from specific regions—such as the Maduro regime and the Xinjiang Uyghur Autonomous Region—underscore the government's focus on national security and ethical sourcing. Further, the document specifies requirements for item unique identification, detailing how to label and report items that exceed a specific acquisition cost, ensuring traceability. It also highlights the importance of compliance with federal regulations regarding payments and contractor qualifications, such as representations for small business status and certifications related to foreign content in contracts. This structure emphasizes adherence to stringent federal guidelines when engaging with contractors, ensuring that government investments are safeguarded and align with broader policy objectives. The essence captures the federal government's commitment to responsible procurement and transparency in contracting processes.
    The document outlines a series of inquiries and recommendations related to a Request for Proposal (RFP) for communication and command post systems at Maxwell Air Force Base. Key topics include specifications for equipment, such as whether to provide VESA mounts or console stands, the necessity of Uninterruptible Power Supply (UPS) systems, requirements for conferencing capabilities, and voice recording needs. The document highlights discussions designed to clarify current technology interfaces—particularly with Cisco systems—and the need for adjustments based on observed site conditions, including cabling and space adjustments. Several recommendations are made to revise requirements to ensure appropriate capacity (like the maximum number of calls per console) and compatibility with existing systems. Additionally, the document addresses disposal protocols for outdated equipment and outlines responsibilities related to environmental compliance. Overall, the content reflects the military's focus on enhancing operational effectiveness while ensuring all specifications meet safety and regulatory standards.
    The 42nd Contracting Squadron at Maxwell Air Force Base, AL, seeks a replacement Command Console for its Command Post, through a competitive procurement process detailed in solicitation F2X0A74352AC01. Offers must come from "open market" sources, as GSA or GWAC quotes will not be accepted, and only new equipment is eligible. The project requires delivery of console equipment and related installation services, adhering to specifications outlined in the Statement of Requirements (SOR). A site visit is scheduled for January 16, 2025, and potential offerors are required to submit questions by January 21, 2025. Key requirements for submitted offers include manufacturer specifications, a project milestone plan, pricing information, and required certifications. Contractors must be registered in the DoD System for Award Management by the submission deadline of January 27, 2025, for consideration. Awarding will be based on a best-value analysis that includes technical acceptability and price, with a focus on adhering to the SOR. This solicitation exemplifies standard government procurement procedures aimed at ensuring accountability, transparency, and fair competition in the acquisition of necessary services and supplies for military operations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    NOM: CONSOLE, TEST CONTROL; WSDC: [69F/ END ITEM: MUNITIONS LIFT TRAILER; PR: 7010462761 NSN: 4920-016807968: IAW: P/N 180348-100 RFP: SPE4A526R0086
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of a Console, Test Control, specifically identified by NSN 4920-016807968 and part number 180348-100, with a quantity of one unit required. This procurement is unrestricted and is intended for the Munitions Lift Trailer, with the original equipment manufacturer being Hydraulics International, Inc. The delivery schedule is set for 185 days after receipt of order, with inspection and acceptance occurring at the destination. Interested parties must submit their proposals within 45 days of the notice publication, with the anticipated solicitation issue date on or about December 3, 2025, and a closing date of January 2, 2026. For further inquiries, potential offerors can contact Diana Bell at 445-737-4550 or via email at diana.bell@dla.mil.
    58--CONTROL,INTERCOMMUN, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    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.
    CONSOLE INFRASTRUCT
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the procurement of console infrastructure, specifically focusing on bare printed circuit board manufacturing. This contract requires the successful contractor to meet various quality assurance and inspection standards, ensuring that all items conform to the specified requirements, including compliance with MIL-STD-130 for marking and identification. The goods are critical for military applications, emphasizing the importance of reliability and adherence to stringent quality controls. Interested vendors should direct inquiries to Trevor Monn at 385-591-3439 or via email at TREVOR.L.MONN@DLA.MIL, with proposals due by the specified deadline for submission.
    COMMS BAR BASE ASSY
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair of the COMMS BAR BASE ASSY, a critical component in military communications systems. The procurement requires vendors to provide a Firm-Fixed Price (FFP) quote for the full repair effort, including teardown and evaluation of the components, with a requested repair turnaround time of 90 days. This contract is vital for maintaining operational readiness and ensuring the functionality of communication systems on submarines and surface ships, emphasizing the importance of quality and compliance with military standards. Interested contractors must submit their proposals, including proof of being an authorized distributor of the original manufacturer, by contacting Catherine Tran at 717-605-6805 or via email at uyencatherine.h.tran.civ@us.navy.mil.
    E-4B National and Nuclear Communication Support (N2CS) Services
    Dept Of Defense
    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.
    58--CTRL P/S C11690A, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the repair and modification of the CTRL P/S C11690A system through NAVSUP Weapon Systems Support Mechanicsburg. The procurement requires contractors to provide a firm-fixed price for the repair of the specified item, adhering to strict quality and inspection standards, including ISO9001 certification and compliance with IUID requirements. This contract is crucial for maintaining operational readiness and functionality of naval communication systems, with a required repair turnaround time of 82 days after receipt of the asset. Interested contractors must submit their quotes electronically to Jordan D. Burt at JORDAN.D.BURT.CIV@US.NAVY.MIL, ensuring all required information is included, and must be prepared to meet the specified conditions and deadlines outlined in the solicitation.
    58--CONTROL,COMMUNICATI, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the sole-source repair and modification of communication control equipment, identified by NSN 7RH 5895 015975757 KB and part number 697907-9. The contractor will be responsible for overhauling, upgrading, and returning the specified items to a Ready for Issue (RFI) condition, adhering to strict quality and inspection standards as outlined in the Statement of Work. This procurement is critical for maintaining operational readiness and reliability of communication systems within the Navy. Interested contractors must ensure they are an approved source and submit the required documentation as specified in the NAVSUP WSS Source Approval Brochure, with inquiries directed to Casey Brown at casey.m.brown20.civ@us.navy.mil or by phone at 215-697-3752.
    CABLE ASSEMBLY, RADI
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command at Redstone Arsenal, is soliciting proposals for a firm-fixed-price contract to manufacture 10 units of "CABLE ASSEMBLY, RADI" (NSN: 5995-01-618-5033, Part Number: 13646605-4). This procurement has transitioned from a 100% small business set-aside to a full and open competition, requiring Production Lot Testing (PLT) for all units, with a completion period of 60 days; Contractor First Article Testing (FAT) is not required, although waivers may be considered. The goods are critical for communication equipment applications within military operations, and proposals must be submitted via email to Tamela D. Riggs-Holman by January 7, 2026, following the issuance of the solicitation on November 25, 2025.
    RECEIVER TRANSMITTER
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of Receiver Transmitters, specifically for the B-2 aircraft. This contract involves the supply of 14 units of the Receiver Transmitter, which facilitates two-way voice communication between the aircraft and other vehicles or surface stations, and is constructed from metal alloy with electronic components. Interested vendors should note that the estimated issue date for the Request for Proposal (RFP SPRTA1-26-R-0134) is December 26, 2025, with a closing date of January 26, 2026, and inquiries can be directed to Michael Hannan at Michael.Hannan.1@us.af.mil or by phone at 385-591-3092. The contract will not be set aside for small businesses, and all proposals must be submitted within 45 days of the notice publication.
    Fy26 Local and Long-Distance Telecommunication Services Renewal
    Dept Of Defense
    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.