Loading...
FA448426SONET
Response Deadline
Apr 16, 2026, 8:00 PM(EDT)10 days
Eligibility
Contract Type
Sources Sought
A Sources Sought Notice is a market research tool being used to determine availability and adequacy of potential small business sources prior to determining the method of acquisition leading toward a firm-fixed-price contract. The intent of this sources sought synopsis is to identify all capable small businesses possessing the ability to provide a replacement of the current System 15454 SONET Ring. There are Eight (8) locations spread across the JB MDL. Buildings (B) 1901 RDP Room, 1730 ITN Room, and 2217 Switch Room on McGuire proper. B 3369 Switch Room, B 5321 Dial Central Office (DCO), B 5632 ITN Room, and B 5656 Room 1311 on Ft. Dix proper. And Hangar 1 Switch Room on Lakehurst NAS. This project shall replace the existing manufacturer discontinued 15454 SONET equipment with an Optical Transport Network (OTN) equipped with (e/w) module located throughout Joint Base McGuire-Dix- Lakehurst (JB, MDL).
SEE ATTACHED STATEMENT OF WORK.
The Government is seeking qualified small business sources nationwide for the follow-on effort, in accordance with FAR 19.815(a). The NAICS Code is 334210 (Telephone Apparatus Manufacturer) with a 1,250 Employees size standard.
Period of Performance: Delivery and Replacement of all SONET Ring equipment is 12 Months after award of Contract.
This notice does not constitute a Request for Quote (RFQ), nor does it restrict the 87th Contracting Squadron to an ultimate acquisition approach. No reimbursement will be made for any costs associated with providing information in response to this announcement. Any information submitted by respondents to this notice is strictly voluntary. A response to this Sources Sought Notice will not be considered an adequate response to any forthcoming solicitation announcement. There is no solicitation available at this time.
SUBMISSION REQUIREMENTS: Interested small businesses must submit a brief capabilities statement package (no more than 3 pages in length, 12-point font minimum) demonstrating capability to provide the requested products. This documentation shall address, as a minimum, the following: (1) Company Profile to include number of employees, office location(s), UEI number and/or Cage Code and statement identifying small business status. (2) Relevant experience within the last five years, including any contract number, and Government/Agency or firm point of contact (POC) and current telephone number for the POC. Also, identify if you were a subcontractor and the work you actually performed as the sub-contractor.
The Government invites input from industry relative to how this type of acquisition is performed in order to maximize the incorporation of commercial standards and practices where practicable. Recommendations towards improving the Statement of Work (SOW) are welcomed.
The Government WILL NOT provide a debriefing on the results of the survey. All information submitted will be held in a confidential manner and will only be used for the purpose intended.
The submittal package must be received by the 87th Contracting Squadron no later than 4:00 p.m. EST on THURSDAY, 16 APRIL 2026. Electronic submissions of the Statement of Capabilities Packages can be sent electronically to Mr. Rick Driscoll, Contracting Specialist, at richard.driscoll.2@us.af.mil and TSgt Denny DeGuzman, Contracting Officer, at denny_chris.de_guzman.1@us.af.mil.
LATE RESPONSES WILL NOT BE ACCEPTED.
DEPT OF DEFENSE
DEPT OF THE AIR FORCE
AIR MOBILITY COMMAND
FA4484 87 CONS PK
FA4484 87 CONS PK
ADMIN ONLY NO REQTN CP 609 754 2413
2402 VANDENBERG AVE BLDG 2402
JB MDL, NJ, 08641
NAICS
Telephone Apparatus Manufacturing
PSC
SWITCHES
Set-Aside
Total Small Business Set-Aside (FAR 19.5)