Microwave Line of Sight Field Service Representative
ID: W91RUS25RA008Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-APG CONT CT SW SECTORFORT HUACHUCA, AZ, 85613-5000, USA

NAICS

Wireless Telecommunications Carriers (except Satellite) (517112)

PSC

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

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 1, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 1, 2025, 12:00 AM UTC
  3. 3
    Due Apr 15, 2025, 4:00 PM UTC
Description

The Department of Defense, specifically the Department of the Army, is soliciting proposals for a Microwave Line of Sight Field Service Representative (FSR) to support military telecommunications operations in Kuwait. The contract requires the provision of personnel, equipment, and services to ensure reliable and secure communication across various platforms, with a focus on operations, maintenance, logistics, and technology refreshment over a base year and four optional years. This initiative is critical for maintaining U.S. military superiority through enhanced telecommunications infrastructure, and it includes rigorous performance standards and security protocols. Interested contractors must submit their questions by April 21, 2025, and proposals are due by April 15, 2025, with contact inquiries directed to Chelsea M Ng at chelsea.m.ng.civ@army.mil or Charles L. Friend at charles.l.friend.civ@army.mil.

Files
Title
Posted
This document is a Request for Proposal (RFP) related to the provision of Field Service Representative (FSR) Support for Microwave Line of Sight (MLoS) as part of a Department of Defense contract. The solicitation outlines the phases, performance periods, and pricing arrangements for both OCONUS (Outside of the Continental United States) and CONUS (Continental United States) labor and related costs, emphasizing a firm fixed price for several components across multiple contract periods from October 2025 through September 2030. The document includes detailed contract clauses, instructions for bid submission, contact information for inquiries, and stipulates late submission penalties. Key requirements for service delivery, inspection and acceptance criteria, and payment management through the Wide Area Workflow (WAWF) system are provided. The contract also mandates adherence to security requirements and evaluations for contractor ethics and compliance. This RFP serves as a formal invitation for bids while ensuring clarity in contractual obligations and expectations, ensuring compliance with federal acquisition regulations, and promoting effective vendor engagement for national defense purposes. It reflects the government's structured approach to awarding contracts in a competitive manner, supporting defense operations through collaborative partnerships with contractors.
Apr 1, 2025, 9:04 PM UTC
The Performance Work Statement (PWS) outlines a contract for Field Service Representative (FSR) support for the Microwave Line of Sight (MLoS) program, focusing on enhancing telecommunications for military operations. The initiative emphasizes providing all necessary personnel, equipment, and services, with the primary goal of ensuring reliable, secure communication across various platforms in dynamic environments. The contract spans a base year and four optional years, during which the contractor is responsible for operations, maintenance, logistics, and technology refreshment to adapt to evolving military needs. Key contract elements include quality control measures, periodic performance reviews, and detailed training requirements for contractor personnel, including security clearances and specialized safety training. The document also addresses specific locations of service, notably the Combined Joint Task Force headquarters in Kuwait, delineating traveling requirements to various forward operational areas. The overall objective is to maintain U.S. military superiority through superior telecommunications infrastructure and enhanced information capabilities essential for modern combat scenarios. This PWS integrates rigorous performance standards, comprehensive management plans, and robust security protocols to ensure effective service delivery and operational readiness.
Apr 1, 2025, 9:04 PM UTC
The document outlines the pricing structure for a government Request for Proposal (RFP) related to labor and associated costs over various contract periods. It encompasses a Phase-In period and four subsequent Options, each spanning 12 months, with distinct line item numbers for OCONUS (Outside Continental United States) and CONUS (Continental United States) labor, along with travel and other direct costs, all categorized under Firm Fixed Price (FFP). Key components include direct labor hours, labor dollars, and overhead calculations, emphasizing the need for detailed labor category breakdowns, personnel allocations, and cost estimations. Notably, the proposal requires clear delineation of costs, from unburdened hourly rates to total pricing, with attention to fringe benefits and general and administrative expenses. The overall purpose of this document aligns with the federal procurement process, ensuring that offers meet the government’s fiscal and operational standards while providing clarity for potential contractors regarding necessary qualifications and cost structures. The detailed structure facilitates accurate budgeting and compliance with federal guidelines, highlighting the careful consideration of labor and related expenses crucial for successful contract execution.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
5821 - FMS Repair of RECEIVER-TRANSMITTER,RADIO (1 Unit)
Buyer not available
The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking contractors to repair one unit of a Receiver-Transmitter Radio for the country of Kuwait. The procurement requires eligible contractors to provide labor, materials, and facilities necessary to restore the government-owned equipment to operational condition, as the government lacks the data to perform these repairs independently. This opportunity is critical for maintaining communication capabilities and ensuring operational readiness. Interested parties must submit their capability statements within five days of the notice publication, and inquiries can be directed to Joseph K. Pace at 215-697-1255 or via email at joseph.k.pace8.civ@us.navy.mil.
Fiber Optic Wide Area Network (FOWAN) Transmission Node Upgrades
Buyer not available
The Department of Defense, specifically the U.S. Army Communications-Electronics Command, is seeking proposals for the Fiber Optic Wide Area Network (FOWAN) Transmission Node Upgrades for the Royal Jordanian Air Force (RJAF). This procurement aims to enhance the efficiency, flexibility, and scalability of the existing fiber optic network, which is critical for improving operational capabilities and ensuring interoperability with current systems. The project encompasses the delivery of equipment, installation, integration, testing, and training, with a performance period not exceeding 18 months post-award. Interested vendors must submit their proposals by Noon EDT on April 22, 2025, to the designated contacts, Nathalie C. Nguyen and Lonny J. Matesky, with all submissions adhering to the requirements outlined in the solicitation documents.
FY25 Commercial Internet/Leased Fiber/TV Cable
Buyer not available
The Department of Defense, specifically the Kansas Army National Guard, is seeking contractors to provide Commercial Internet, Television, and Direct Leased Fiber Services for various government facilities. The procurement aims to ensure uninterrupted service 24/7, including during emergencies, with a focus on high-speed internet connectivity, specified television channels, and direct fiber links between designated locations. This contract, valued at a maximum of $600,000 over a period of one base year and four optional years, emphasizes rigorous performance standards and compliance with security protocols. Interested parties should contact Kristy Rubio at kristy.a.rubio.civ@army.mil or Vernon L. Verschelden at vernon.l.verschelden.civ@army.mil for further details and must be registered in SAM.gov to participate.
Start a 400 MB commercial circuit within Kuwait.
Buyer not available
The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking qualified telecommunications providers to establish a 400 MB commercial circuit between Ali Al Salem Air Base and Kuwait City, Kuwait. The procurement requires bidders to comply with specific technical and performance criteria, including the provision of Customer Premises Equipment (CPE), 24/7 maintenance services, and strict latency benchmarks for various communication types. This telecommunications service is critical for ensuring reliable connectivity and operational efficiency for government activities in the region. Interested parties must submit their quotes through the Integrated Defense Enterprise Acquisition System (IDEAS) by the specified deadline, and inquiries can be directed to Brett Kaufman or Rachel Kern via their respective email addresses.
Foreign Military Sales (FMS) Case Ruggedized VM 300M DSP Module Modem
Buyer not available
The Department of Defense, through the U.S. Army Contracting Command-Aberdeen Proving Ground (ACC-APG), is seeking proposals from qualified small businesses for the procurement of eight Ruggedized VM 300M DSP modules, specifically part number 1429712, to support Foreign Military Sales (FMS) operations for Spain. This procurement is critical for ensuring secure communications within NATO operations, as the Spanish military exclusively utilizes these modems. Interested contractors must submit their quotes by April 11, 2025, with the anticipated award date no later than May 30, 2025. For further inquiries, potential bidders can contact Naomi Hooks at naomi.hooks2.civ@army.mil.
PROVIDE, INSTALL, AND MAINTAIN UNPROTECTED TRANSPARENT CHANNELIZED OC-3 (155.52MB) BETWEEN ARLINGTON HALL STATION 1; 122, 2ND FL; 111 SOUTH GEORGE MASON DR, ARLINGTON, VA 22204, AND PENTAGON, RM BC771, 6607 ARMY PENTAGON, WASHINGTON DC 20310.
Buyer not available
The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking proposals for the provision, installation, and maintenance of an unprotected transparent channelized OC-3 (155.52 Mbps) telecommunications service between Arlington Hall Station in Arlington, VA, and the Pentagon in Washington, DC. Contractors are required to submit detailed quotes that comply with specific technical requirements, including operational uptime of 99.5% or better, a one-hour response time for repairs, and adherence to testing standards, ensuring reliable service delivery. This procurement is crucial for maintaining secure and effective telecommunications capabilities for government operations, with quotes due by April 17, 2025, and service commencement expected on July 16, 2025. Interested vendors can direct inquiries to Kevin Knowles at kevin.l.knowles4.civ@mail.mil for further clarification.
LMR Programming and Encryption
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking contractors for the LMR Programming and Encryption services through a Combined Synopsis/Solicitation. The procurement aims to address specific requirements outlined in the Performance Work Statement (PWS), particularly focusing on the maintenance and repair of electrical and electronic equipment components. This opportunity is crucial for ensuring the operational readiness and reliability of military communication systems. Interested parties can reach out to Kayla Rogers at kayla.m.rogers14.civ@army.mil or by phone at 315-722-2342, or Jeffery Frans at jeffery.l.frans.civ@army.mil or 315-772-2439 for further details regarding the solicitation and any amendments.
C5ISR / EW Modular Open Suite of Standards (CMOSS) Mounted Form Factor (CMFF) Project Manager Tactical Radios (PM TR) (C5-25-1001)
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking white papers for the C5ISR / EW Modular Open Suite of Standards (CMOSS) Mounted Form Factor (CMFF) Project Manager Tactical Radios (PM TR) initiative at Aberdeen Proving Ground, Maryland. The procurement aims to develop a suite of modular open systems that will enhance the Army's Command, Control, Communications, Computers, Cyber, Intelligence, Surveillance & Reconnaissance (C5ISR) and Electronic Warfare (EW) capabilities, focusing on reducing Size, Weight, Power, and Cooling (SWaP-C) through the integration of advanced communication components. Interested vendors are invited to respond to four specific Problem Areas related to the development of a multi-waveform digital Software Defined Radio (SDR) card, a Cryptographic Subsystem (CSS) card, Digital Radioheads (DRH), and a VICTORY Audio Adapter (VAX), with responses due by April 4, 2025. For further inquiries, interested parties may contact Kellie N. Lamar-Reevey at kellie.n.lamar-reevey.civ@army.mil.
Manpack Radio Production, Engineering and Sustainment Follow-On Procurement - Request for Information
Buyer not available
The Department of Defense, specifically the U.S. Army Program Executive Office, is seeking information from industry regarding the follow-on procurement of the Manpack Radio, a critical multi-mode communication system with NSA Type 1 Encryption capabilities. The objective is to identify potential sources that can provide innovative solutions for the production, engineering, and sustainment of both mounted and dismounted variants of the Manpack Radio, which is essential for secure communications across various military operations. This procurement is part of the Army's broader initiative to enhance tactical-edge networking and ensure interoperability with existing systems, reflecting the importance of advanced communication technologies in military readiness. Interested parties must submit unclassified white papers by 1600 hours on July 30, 2024, to the designated contacts, with the potential for multiple contracts awarded based on the responses received.
Telephone Services
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for telephone services at Kingsley Field ANG Base in Klamath Falls, Oregon. The contractor will be responsible for replacing outdated Local Telecommunication Services with modern Session Initiation Protocol (SIP) technologies, ensuring compatibility with existing government infrastructure while adhering to federal regulations. This contract, which includes a base year and four optional years, emphasizes the importance of reliable service delivery and compliance with emergency telecommunications standards. Interested parties should contact Caitlin Thinnes at caitlin.thinnes.1@us.af.mil or Jason Rice at jason.rice.27@us.af.mil for further details, with performance expected to commence on June 1, 2025.