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
    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.
    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.
    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
    Similar Opportunities
    MIFI Service for USAHRC & SFLTAP
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking services related to the MIFI (Mobile Internet for Families Initiative) for the U.S. Army Human Resources Command (USAHRC) and the Soldier for Life Transition Assistance Program (SFLTAP). The procurement aims to provide IT and telecom network services, as detailed in the attached Justification for Exception to Fair Opportunity (JEFO). These services are crucial for enhancing connectivity and support for transitioning soldiers and their families. Interested vendors can reach out to Tonia Jackson at tonia.k.jackson.civ@army.mil or JoDeen M. Cuffe, the Contracting Officer, at jodeen.m.cuffe.civ@army.mil for further information regarding this opportunity.
    Local Exchange Services for Fort McCoy, WI.
    Dept Of Defense
    The Department of Defense, specifically the Army, is seeking qualified contractors to provide local exchange services for Fort McCoy, Wisconsin, through a Request for Quote (RFQ) identified as W91RUS25QA015. The procurement involves delivering local voice and data circuits, including installation and maintenance of various telecommunication services, as outlined in the attached Statement of Work (SOW). These services are critical for official government use and include features such as E911 services, directory assistance, and compliance with safety and security regulations. Interested contractors must submit their quotations, including technical solutions and past performance information, to the primary contact, Scot Stedman, at scot.c.stedman.civ@army.mil by the specified deadline. The contract will be awarded based on price and technical capability, with a performance period spanning a base year and four option years.
    Local Exchange Services for Fort Leavenworth, KS.
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command, is soliciting quotes for local exchange services at Fort Leavenworth, Kansas, under solicitation number W91RUS25QA016. The procurement aims to secure comprehensive local exchange access and transport services, including analog and digital transport, for official government use, with specific requirements outlined in the attached Statement of Work. These services are critical for maintaining effective communication within government operations, emphasizing adherence to technical standards and timely service restoration. Interested vendors must submit their quotations, including proof of certification as a facilities-based carrier in Kansas, by the specified deadline to the primary contact, Scot Stedman, at scot.c.stedman.civ@army.mil or by phone at 571-588-1762.
    RF OUTPUT ASSEMBLY
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the RF Output Assembly, a critical component in communications equipment manufacturing. This procurement requires adherence to specific quality standards, including ISO9001, and emphasizes the importance of item unique identification and valuation, as well as compliance with various inspection and acceptance protocols. The RF Output Assembly is vital for ensuring reliable communication systems within military operations. Interested vendors should submit their quotes by December 16, 2025, and can direct inquiries to Giovanna Poppleton at GIOVANNA.POPPLETON@DLA.MIL for further details.
    Local and Long-Distance Telecommunication Services
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force's 92d Contracting Squadron, is seeking qualified businesses to provide Local and Long-Distance Telecommunication Services at Fairchild Air Force Base in Washington. The objective is to deliver essential telecommunication services, including 24/7/365 support, while transitioning from analog to VoIP systems, as outlined in the draft Statement of Work (SOW). These services are critical for maintaining effective communication infrastructure and must comply with existing government standards, including E911 compatibility and specific service requirements. Interested parties are encouraged to submit their qualifications and relevant information by October 3, 2025, at 10:00 AM Pacific Time, to the designated contacts, Michael Salone and Patrick Rangel, via the provided email addresses.
    Extra Large Deployable Terminal (XLDT) Hardware and Integration Services - Request for Information (RFI)
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army, is seeking information from industry partners regarding the provision of Hardware and Integration Services for the Extra Large Deployable Terminal (XLDT) system. This Request for Information (RFI) aims to gather insights on capabilities to support a transportable, multiband satellite terminal designed for military and commercial communication needs, ensuring operational resilience and advanced technological integration. The XLDT system is critical for maintaining secure communications across various operational environments and must meet stringent military standards while allowing for future upgrades and enhancements. Interested parties are encouraged to submit their responses by December 15, 2025, to the designated contacts, Tiffany Conway and Catherine Micolucci, via email, with all submissions becoming government property and subject to review.
    F5 Maintenance Renewal
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking to procure maintenance and support services for F5 BIG-IP and BIG-IQ systems at Fort Knox, Kentucky. This requirement is aimed at ensuring the continued operational effectiveness of the United States Army Human Resources Command (HRC) through the renewal of brand-name maintenance services. The F5 systems are critical for managing application delivery and security, making this procurement essential for the Army's IT infrastructure. Interested vendors can reach out to Deborah Davis-Maxwell at deborah.r.davis-maxwell.civ@army.mil or call 502-624-3424 for further details regarding this opportunity.
    Base Telecommunication Systems (BTS) at Altus AFB, OK
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the acquisition of Base Telecommunication Systems (BTS) services at Altus Air Force Base, Oklahoma. The contract, designated as a Request for Proposal (RFP), requires comprehensive operations and maintenance (O&M) services to ensure the BTS is operational 24/7, including wired telecommunications and networked voice, video, and data services. This procurement is critical for supporting the mission of the 97th Communications Squadron, emphasizing the need for reliable telecommunications infrastructure. Interested contractors must be registered in the System for Award Management (SAM) and submit their proposals electronically by the deadline of December 10, 2025, with a maximum contract value of $30 million over a five-year period. For further inquiries, contact Jennifer Blaser-Kay at jennifer.blaserkay.2@us.af.mil or Kelsey Brightbill at kelsey.brightbill@us.af.mil.
    Land Mobile Radio (LMR) Modernization and Interoperability Into Base Emergency Communications System (BECS)
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command at Aberdeen Proving Ground, is seeking industry capabilities for the modernization and interoperability of Land Mobile Radio (LMR) systems into the Base Emergency Communications System (BECS). The procurement aims to identify a compliant LMR subsystem that integrates with existing Army systems, focusing on interoperability with various emergency communication frameworks, ensuring cybersecurity compliance, and providing lifecycle sustainment. This initiative is crucial for enhancing emergency communication capabilities within the Continental United States (CONUS). Interested parties are encouraged to review the attached Request for Information and submit their responses by January 2, 2026, at 4:00 PM ET. For further inquiries, contact Katia Lacoste at katia.lacoste.civ@army.mil or Mark Grimsley at mark.c.grimsley.civ@army.mil.
    Military Radio Systems
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command at Aberdeen Proving Ground, is conducting a Sources Sought notice to identify potential sources for Military Radio Systems intended for Foreign Military Sales (FMS) to the Royal Thai Army. The procurement aims to fulfill specific requirements for various radio systems, including VHF/FM manpack and vehicle-mounted radios, as well as HF base stations, along with training and support services. These systems are crucial for enhancing communication capabilities within military operations. Interested parties are encouraged to submit their capabilities and Rough Order of Magnitude pricing by 12:00 p.m. EST on January 9, 2026, to Richard Smith at richard.n.smith24.civ@army.mil, as this opportunity may lead to multiple contract awards based on the responses received.