JB,MDL Local Telecommunications System Service - Lakehurst NAS

SOL #: FA448426Q0009Combined Synopsis/Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA4484 87 CONS PK
JB MDL, NJ, 08641, United States

Place of Performance

CAPE MAY CH, NJ

NAICS

Wired Telecommunications Carriers (517111)

PSC

Network Services Delivered As A Service, By Subscription, Or Service Contract. Physical And Wireless Networks Managed As A Service Connected To And From Core Data Centers, Work Areas, And Offices Connecting End Users To The Organization's Broader Networks. Network Services Delivered In Connection With Other Iaa S And Paa S Services. Cloud Based Network Management Services And Software Defined Networks (Sdn) Accessed By Service Contract Or Subscriptions. (DG10)

Set Aside

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

Timeline

1
Posted
Mar 12, 2026
2
Last Updated
Mar 31, 2026
3
Submission Deadline
Apr 16, 2026, 6:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The Department of the Air Force is seeking proposals for Local Telecommunications System (LTS) Services at Lakehurst NAS, Joint Base McGuire-Dix-Lakehurst, NJ. This is a Total Small Business Set-Aside for a requirements contract with fixed-priced task orders. The solicitation, issued as an RFQ, requires contractors to provide all necessary labor, tools, facilities, materials, and services for local access to designated circuit demarcation points. Proposals are due April 16, 2026, by 6:00 PM EST.

Scope of Work

The contractor will provide 24/7/365 LTS, including equipment, wiring, and infrastructure compatible with the Government's current setup, and operator assistance functions. Services exclude residential or non-Government entities. The intended technology solution is TDM, with the expectation that bidders provide SIP service and convert it to PRI trunks. Commercial Subscriber Lines (CSLs) will share Demarcation Points (DMARC) with PRIs and serve as failover. The services are designated as mission-essential functions, requiring the contractor to submit a plan for service continuation during crises.

Contract & Timeline

  • Contract Type: Requirements contract with Fixed-Priced Task Orders (Commercial Acquisition)
  • Period of Performance: Base period from July 1, 2026, to June 30, 2027, plus four one-year option periods and an optional six-month extension.
  • NAICS: 517111 (Wired Telecommunications Service), Size Standard: 1,500 Employees
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)
  • Proposal Due: April 16, 2026, 6:00 PM EST
  • Questions Due: March 26, 2026, 3:00 PM EST
  • Incumbent Contractor: Granite Telecommunications, LLC
  • Installation: A 30-day installation is recommended, with services commencing July 1, 2026.

Submission & Evaluation

Offers must be submitted via email to richard.driscoll.2@us.af.mil and denny_chris.de_guzman.1@us.af.mil. Evaluation will prioritize Technical (Factor 1) over Price (Factor 2), with award going to the technically acceptable offer with the lowest evaluated price. The technical approach is limited to 5 pages. Offerors must complete the provided Bid Schedule (Attch 3) for detailed pricing across all periods and adhere to FAR 52.212-1 addendum pricing instructions. Offers must remain valid for 90 calendar days.

Key Attachments & Requirements

Bidders must review several attachments:

  • Performance Work Statement (Attch 1): Details service requirements and performance standards (e.g., 99.999% reliability). Non-incumbents need an installation/cutover plan.
  • Wage Determination (Attch 2): Specifies minimum wage rates and fringe benefits for Ocean County, NJ, under the Service Contract Act.
  • FAR 52.212-3 (Attch 7): Requires offeror representations and certifications.
  • Security & Antiterrorism (Attch 4, 5, 6): Outlines security requirements for accessing Joint Base McGuire-Dix-Lakehurst, including background checks, access passes, and antiterrorism awareness. Contractors must be registered in SAM.gov.

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 2Viewing
Combined Synopsis/Solicitation
Posted: Mar 31, 2026
Version 1
Combined Synopsis/Solicitation
Posted: Mar 12, 2026
View
JB,MDL Local Telecommunications System Service - Lakehurst NAS | GovScope