Skip to content
Department of Defense

204th VOIP Desktop phones

Solicitation: W50S8B-26-F-A016
Notice ID: 99539cb69db54afc8ade7bbf6db87db8
TypeSpecial NoticeNAICS 334210PSC7G21Set-AsideNONEDepartmentDepartment of DefenseAgencyDept Of The ArmyStateNJPostedMar 23, 2026, 12:00 AM UTCDueMar 26, 2026, 06:10 PM UTCExpired

Special Notice from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: NJ. Response deadline: Mar 26, 2026. Industry: NAICS 334210 • PSC 7G21.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

CMMC support options for this DoD solicitation

As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • Gap review, remediation roadmap, and implementation support
  • Policy package, evidence mapping, and submission prep
  • Designed for primes and subs across non-tech and tech work
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: W50S8B-26-F-A016. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 334210 (last 12 months), benchmarked to sector 33.

12-month awarded value
$802,892
Sector total $52,180,821,306 • Share 0.0%
Live
Median
$136,810
P10–P90
$136,810$136,810
Volatility
Stable0%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($802,892)
Deal sizing
$136,810 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for NJ
Live POP
Place of performance
New Jersey • 07731 United States
State: NJ
Contracting office
Jb Mdl, NJ • 08641-5309 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
NJ20260001 (Rev 1)
Match signal: state matchOpen WD
Published Jan 30, 2026New Jersey • Atlantic, Burlington, Camden +7
Rate
Bricklayer
Base $45.20Fringe $33.26
Rate
Cement mason
Base $45.20Fringe $33.26
+61 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 61 more rate previews.
Davis-BaconBest fitstate match
NJ20260001 (Rev 1)
Open WD
Published Jan 30, 2026New Jersey • Atlantic, Burlington, Camden +7
Rate
Bricklayer
Base $45.20Fringe $33.26
Rate
Cement mason
Base $45.20Fringe $33.26
Rate
Carpenter
Base $57.42Fringe $59.25
+60 more occupation rates in this WD
Davis-Baconstate match
NJ20260035 (Rev 1)
Open WD
Published Jan 30, 2026New Jersey • Mercer
Rate
s and finishings to all types of mechanical systems; also, the application of firestopping material to openings and penetrations in walls, floors, ceilings and curtain walls; also, all lead abatement))
Base $55.80Fringe $40.80
Rate
Bricklayer
Base $45.20Fringe $33.26
Rate
Tile finisher
Base $50.05Fringe $33.90
+36 more occupation rates in this WD
Davis-Baconstate match
NJ20260048 (Rev 1)
Open WD
Published Jan 30, 2026New Jersey • Burlington
Rate
gs and finishings to all types of mechanical systems; also, the application of firestopping material to openings and penetrations in walls, floors, ceilings and curtain walls; also, all lead abatement)
Base $60.84Fringe $48.38
Rate
s and finishings to all types of mechanical systems; also, the application of firestopping material to openings and penetrations in walls, floors, ceilings and curtain walls; also, all lead abatement))
Base $55.80Fringe $40.80
Rate
CARPENTER (Scaffold Builder)
Base $57.42Fringe $59.25
+27 more occupation rates in this WD
Davis-Baconstate match
NJ20260007 (Rev 1)
Open WD
Published Jan 30, 2026New Jersey • Burlington
Rate
BRICKLAYER
Base $49.60Fringe $37.96
Rate
CEMENT MASON
Base $45.20Fringe $33.26
Rate
Electrician
Base $63.82Fringe $65.80
+13 more occupation rates in this WD

Point of Contact

Name
Brian Maloney
Email
brian.maloney.5@us.af.mil
Phone
6097543117

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE ARMY
Subagency
NATIONAL GUARD BUREAU
Office
JFHQ USPFO NJ • USPFO NJ PROCUREMENT • W7NP USPFO ACTIVITY NJANG 108
Contracting Office Address
Jb Mdl, NJ
08641-5309 USA

More in NAICS 334210

Description

This is a notice of intent, not a request for a quotation. A solicitation document will not be issued, and quotations will not be requested. The 204th Intelligence Squadron has a requirement for twenty two (22) J179 TSG CLASS A NO SPEAKERPHONE MANUAL, Model – DTD-J179-02-SD TSG Number (Cert) – TSG-A-11-2019, Avaya Material Code – 700515050.

Due to the nature of the facility, all telecommunication equipment must adhere to the security standards outlined in the TSG-6 Approved Equipment List, published by the Office of the Director of National Intelligence. This is a non-negotiable requirement to ensure the security of the sensitive information handled within the 204th IS

Within the TSG-6 APL, the only VOIP Desktop phone that meets all 204th IS requirements is the J179 TSG CLASS A NO SPEAKERPHONE MANUAL,
Model - DTD-J179-02-SD
TSG Number (Cert) - TSG-A-11-2019
Avaya Material Code - 700515050

Product requirements listed below. 

1.1    PRODUCT REQUIREMENTS

1. Security Requirements
a. Due to the nature of the facility, all telecommunication equipment must adhere to the security standards outlined in the TSG-6 Approved Equipment List, published by the Office of the Director of National Intelligence. This is a non-negotiable requirement to ensure the security of the sensitive information handled within the 204th IS.
2. Technical and Infrastructure Compatibility
a. The required phone must be compatible with the existing infrastructure at McGuire Air Force Base, which presents a unique set of constraints:
1.  Avaya Call Manager: The 87th Communications Squadron utilizes an Avaya call manager and current licenses, mandating that any new phone be compatible with this system. The Avaya J179 IP Phone is a TSG-certified model that is compatible with Avaya Aura, and Avaya IP Office platforms, ensuring seamless integration with the base's existing telecommunications infrastructure. 
2. VOIP: The 87th Communications Squadron switched to VOIP phone. 

b. Infrastructure: The 204 IS current infrastructure is copper-compatible, utilizing an RJ45 connector. 
1. Power Source: Class A phone come with a power source. 
3. Specific operational needs of the 204th IS dictate the following functional requirements:
1. Push-to-Talk (PTT) Headset: For clear and secure communication, a push-to-talk headset is required. This feature ensures that the microphone is only active when intentionally engaged. Headsets with PTT functionality are readily available and can be used with TSG-approved phones. 
2. Speakerphone: The speakerphone function must be disabled, preventing inadvertent transmission of sensitive conversations. 
3. Manual status - if you pick up the receiver you won't get a dial tone unless you hit the TSG button which gives an extra layer of security. 

The procurement method for this requirement is through GSA Advantage 2GIT. GSA Advantage 2GIT is an Air Force mandated Blanket Purchase Agreement (PBA) for IT equipment. Avaya Federal Solutions, Inc is the OEM and Sole provider of the required Part number. As a result, the government intends to go Sole Source for this requirement.  

As a result of market research findings, it is the governments intent to go sole source to Avaya Federal Solutions, Inc Cage # 4NGZ0, through GSA Advantage 2GIT. 

No solicitation package will be issued.  This notice of intent is not a request for competitive quotations. However, responsible sources that believe they can meet the Government’s requirement may submit capability statements demonstrating their ability to provide the required item.

Responses received by March 26, 2026 will be considered by the Government.

A determination by the Government not to compete the proposed acquisition based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.

Files

Files size/type shown when available.

No public attachments surfaced yet. Some owner portals gate files behind registration, and BidPulsar keeps enriching the package as new public links appear.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.