Microwave Line of Sight Field Service Representative
ID: B08-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) contract to support secure communication systems for U.S. military operations. The contractor will be responsible for providing personnel, equipment, and services to maintain Microwave Line of Sight systems, ensuring operational reliability and performance from October 2025 through September 2030, primarily at Camp Arifjan, Kuwait. This contract is critical for enhancing communication capabilities within military operations, particularly in support of CENTCOM activities. Proposals are due by May 30, 2025, at 10:00 AM MST, and interested parties should direct inquiries and submissions to Ms. Chelsea M Ng at chelsea.m.ng.civ@army.mil or Mr. Charles L. Friend at charles.l.friend.civ@army.mil.

    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the contractual requirements for Field Service Representative (FSR) support for the Microwave Line of Sight (MLoS) program. This non-personal services contract aims to provide necessary personnel, equipment, and services to ensure seamless communication and data exchange for U.S. military operations. Key objectives include maintenance, logistics, and technology refreshment to enhance system capabilities, supporting joint service operations globally. The contract spans one base year with four optional extensions, emphasizing quality control, performance monitoring, and rigorous training for personnel to meet operational security and anti-terrorism standards. Work is conducted predominantly at the Camp Arifjan facility in Kuwait, with potential deployments to other regions such as Iraq and Syria. The document delineates security protocols, including required clearances for contractors and compliance with safety standards. A comprehensive project management plan, periodic progress meetings, and detailed reporting are mandated to ensure operational accountability and responsiveness in addressing inquiries and maintaining system readiness. The initiative underscores the importance of leveraging advanced technologies to sustain military superiority, focusing on equipment reliability, operational resilience, and effective communication capabilities in dynamic environments.
    The document outlines the solicitation details for a federal contract, focusing on the Performance Work Statement (PWS) and key personnel requirements. It addresses questions from offerors concerning clarifications on contract line-item numbers (CLIN), key personnel descriptions, required certifications, and reporting timelines. The government confirms the distinction between key roles, affirms the need for specified qualifications, and updates pricing structures to align with governmental expectations. Additionally, it emphasizes compliance with contemporary Department of Defense (DoD) certifications while confirming that security personnel are not a requirement for this contract, as the US Government provides that service. It specifies contractor responsibilities regarding equipment safeguarding and operational hour regulations, even on federal holidays, thereby highlighting critical obligations that contractors must fulfill. The summary indicates the government’s intent to clarify various procedural and contractual aspects to ensure comprehensive understanding among offerors while streamlining proposal submissions.
    This document outlines a Request for Proposal (RFP) for providing Field Service Representative (FSR) support for Microwave Line of Sight (MLoS) services to the U.S. Army. It specifies the obligations of offerors, including compliance with the Defense Priorities and Allocations System. The contract spans multiple phases, including an initial phase-in period (October 2025) followed by an 11-month base period (November 2025 to September 2026), followed by successive option years extending to September 2030. The contractor is responsible for supplying personnel, equipment, and support services at locations in Kuwait, particularly during operations with CENTCOM. The document includes detailed information on pricing arrangements (firm fixed price and cost no fee) and performance requirements, emphasizing inspection and acceptance criteria for delivered services. The contracting officer's representative and the evaluation factors for award process are also noted. Overall, the RFP serves as a formal invitation for qualified vendors to submit proposals, aimed at enhancing communication and operational capabilities within designated military operations.
    The document outlines cost estimation and pricing structures for a government contract related to labor and material handling for various contract years. It specifies labor and material cost categories broken down into different Contract Line Item Numbers (CLINs), including labor costs for overseas (OCONUS) and domestic (CONUS) services, travel expenses, and materials purchases. The pricing format includes monthly unit prices, quantities, and total costs for base and option years extending from October 2025 to September 2030. Notably, the document emphasizes that certain costs, including travel and contractor manpower reporting, are not separately priced and will adhere to established regulations. Proposals must detail labor escalation and material handling rates while adhering to guidelines on subcontracting. The government stipulates that material costs should not exceed estimated percentages of total costs. The document aims to create a framework for evaluating cost proposals for the government, ensuring compliance with federal requirements while promoting transparency in contractor pricing strategies. Overall, it serves as a strategic guide for contractors to align their bids with government cost structures and expectations.
    The Performance Work Statement (PWS) outlines the non-personal service contract for Microwave Line of Sight (MLoS) Field Service Representative (FSR) support, effective from October 2025 through September 2030. The contractor will provide necessary personnel, equipment, and services to maintain MLoS systems that enable secure communication for U.S. military operations. Key objectives include operations, maintenance, logistics, and technology upgrades to enhance system reliability and performance. The contract includes a commitment to quality control, with defined roles for assessments and compliance with safety standards. Operations will primarily occur at Camp Arifjan, Kuwait, with potential deployments to other regions. Contractors must possess appropriate security clearances and undergo extensive training in various operational and safety protocols. Performance metrics include timely responses to service outages, thorough documentation of project management, and adherence to Government Furnished Information standards. Regular evaluations and reports will track progress against objectives, ensuring efficient contract execution. Overall, this PWS emphasizes the critical need for robust communication capabilities to support U.S. military effectiveness in dynamic operational environments.
    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.
    Suite of Integrated Radio Frequency Countermeasures (SIRFC) system
    Dept Of Defense
    The United States Special Operations Command (USSOCOM) is seeking to award a non-competitive sole source follow-on contract for the continued life-cycle support of the AN/ALQ-211 Suite of Integrated Radio Frequency Countermeasures (SIRFC) system. This procurement will encompass Program Management, Engineering Support, Contractor Logistics Support, Material Procurement, Field Service Representatives, and Administration Support, primarily aimed at sustaining the AN/ALQ-211 system. The intended award will be a hybrid Firm Fixed Price, Cost-Reimbursable, and Cost-Plus Fixed Fee, Indefinite Delivery Indefinite Quantity (IDIQ) Contract, with a five-year ordering period and a six-month extension option. Interested parties must submit their statements of interest and supporting documentation to Mrs. Stephanie Dillon at stephanie.f.dillon.civ@socom.mil by 10:00 am Eastern Time on December 27, 2024, to be considered for this opportunity.
    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 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.
    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.
    USSF COMSATCOM Forecast to Industry Future Requirements Fiscal Year (FY) 2025-2026 (May 2025)
    Dept Of Defense
    The United States Space Force (USSF) is preparing to issue Requests for Proposals (RFP) for Commercial Satellite Communications (COMSATCOM) services for Fiscal Year 2025-2026. The anticipated procurement will focus on three primary service categories: COMSATCOM Transponded Capacity (CTC), COMSATCOM Subscription Services (CSS), and Complex Commercial SATCOM Solutions (CS3), which are essential for supporting military operations through satellite bandwidth leasing and custom solutions. The projected lifecycle values for these contracts range from under $300,000 to approximately $905 million, with specific projects including Ku Band and C Band bandwidth for range testing and high-throughput services for data applications. Interested parties should note that the timeline for anticipated RFQ releases is from June to December 2025, with awards expected in late 2025 and early 2026. For further inquiries, contact John Seacrist at john.seacrist@spaceforce.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.
    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.
    Roads & Grounds Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors to provide Roads & Grounds Services at Fort McCoy, Wisconsin. The contractor will be responsible for delivering all necessary labor, transportation, equipment, materials, supervision, and other services as outlined in the Performance Work Statement and the terms of the solicitation. This contract is crucial for maintaining the operational readiness and aesthetic upkeep of the military installation, with a total estimated performance period that includes a 1-month phase-in, one base year of 11 months, four 12-month option years, and a 6-month option to extend. Proposals will be evaluated based on the Lowest Price Technically Acceptable (LPTA) criteria, focusing on technical capabilities, past performance, and price, with the solicitation expected to be released on December 18, 2025. Interested parties can contact Melissa Guthmiller at melissa.r.guthmiller.civ@army.mil or 520-706-0736 for further information.
    Telemetry Radios
    Dept Of Defense
    The Department of Defense, specifically the Army Contract Command - Redstone Arsenal, is seeking to procure two StreamCaster 4400 4x4 MIMO radios from Silvus Technologies, Inc. on a sole source basis. These radios, which operate within the frequency ranges of 2200-2500MHz and 4400-4940MHz, are critical for aviation technology development and will be utilized in various military applications. The anticipated award date for this Firm Fixed Price purchase order is April 14, 2023, with a performance period of twelve months. Interested parties that can meet the specified requirements must submit their technical capabilities to Deanna Van Cleaf and Bethany Rosser by 12:00 Noon EST on April 10, 2023.