Microwave Line of Sight (MLOS) Field Service Representative (FSR) Service
ID: W91RUS25RMLOSFSRType: Sources Sought
Overview

Buyer

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

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Army Contracting Command at Aberdeen Proving Ground, is seeking qualified contractors for Microwave Line of Sight (MLOS) Field Service Representative (FSR) services to support military operations at Camp Arifjan, Kuwait. The procurement aims to maintain secure, high-bandwidth communication capabilities, focusing on operations, maintenance, logistics, and training, while enhancing interoperability among military platforms in dynamic environments. This contract, anticipated to span from October 2025 to March 2030 with multiple option years, will be structured as a Firm Fixed Price (FFP) agreement, and interested parties must submit their responses by March 6, 2025, to the primary contact, Chelsea M Ng, at chelsea.m.ng.civ@army.mil or by phone at 520-692-1405.

    Files
    Title
    Posted
    This Performance Work Statement (PWS) outlines a contract for Microwave Line of Sight (MLoS) Field Service Representative (FSR) support. The contractor is responsible for providing all necessary personnel, equipment, and services to help maintain secure, high-bandwidth communication capabilities for U.S. military operations. The program specifically targets advanced technological solutions to enhance interoperability among various military platforms in dynamic environments. The scope covers operations, maintenance, logistics, and training, alongside technology assessments and refreshment to improve system performance. The contract period includes a base year followed by four optional years, focusing on quality control and assurance to ensure service standards are met. Key objectives include the successful maintenance of MLoS systems and effective communication support across U.S. and coalition forces. Additionally, the document stipulates security clearances for personnel, requirements for periodic assessments, and detailed reporting procedures to ensure compliance and operational readiness. The contractor's performance is subject to regular review by the Contracting Officer's Representative (COR), maintaining governmental oversight throughout the contract life cycle.
    The Army Contracting Command – Aberdeen Proving Ground (ACC-APG) issued a Request for Sources Sought for Microwave Line of Sight Field Service Representative Services. This request aims to gather information and identify potential contractors to support the Microwave Line of Sight program, particularly at Camp Arifan, Kuwait, for a forthcoming Federal Acquisition Regulation (FAR) contract. The estimated performance timeline is from October 2025 to March 2030, including multiple option years. The document requests contractors to review a Draft Performance Work Statement (PWS) and respond with suggestions that could enhance the acquisition process. It seeks detailed descriptions of recent experience with similar projects, strategies for handling unplanned growth, risks associated with the project, and capabilities that would ensure successful performance. The anticipated contract type is Firm Fixed Price (FFP), although alternative structures may be proposed. Responses are encouraged from all interested parties and should follow specified formatting guidelines, with an emphasis on not identifying proprietary information. The call for cooperation underscores the government’s focus on transparency and the effective gathering of industry insights to inform its upcoming RFP. The deadline for responses is set for March 6, 2025.
    Lifecycle
    Similar Opportunities
    Joint Assault Bridge (JAB) Field Service Representatives (FSR) for providing Contractor Logistics Support (CLS) Contiguous United States (CONUS) and Outside the Contiguous United States (OCONUS)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide Field Service Representatives (FSR) for Contractor Logistics Support (CLS) for the Joint Assault Bridge (JAB) both within the Contiguous United States (CONUS) and Outside the Contiguous United States (OCONUS). The objective of this procurement is to ensure effective logistical support and operational readiness of the JAB systems, which are critical for military mobility and support operations. Interested parties are encouraged to reach out to Michael Ibra at michael.ibra.civ@army.mil for further details regarding this Sources Sought notice, as the information will guide the Army in determining the availability of qualified sources for this requirement.
    Fiber Installation LEMC
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command, is seeking qualified contractors for the installation of a Fiber Optic Network at the Letterkenny Munitions Center (LEMC). The project aims to upgrade the existing fiber optic cable network, requiring contractors to provide a comprehensive turnkey solution that includes surveying, engineering, installation, and testing, all while adhering to government and commercial standards. This upgrade is critical for enhancing communication and operational efficiency at the facility, with a contract anticipated to be awarded by June 1, 2025, and a completion timeline of 380 calendar days post-award. Interested vendors must submit a Capabilities Statement by March 6, 2025, and can contact Jonathan K. Carroll at jonathan.k.carroll.civ@army.mil or 717-267-8357 for further information.
    Amendment 0004 - Global Protective Services (GPS)
    Buyer not available
    The Department of Defense, through the Army Contracting Command-Rock Island, is soliciting proposals for the Global Protective Services (GPS) contract, which encompasses security guard and patrol services under an Indefinite Delivery Indefinite Quantity (IDIQ) framework. This procurement aims to enhance U.S. Government peace and stability initiatives by providing armed and unarmed security services in areas affected by conflict, requiring contractors to maintain compliance with international regulations and host nation laws. Interested offerors must submit their proposals electronically by March 3, 2025, with questions due by February 18, 2025; the total ceiling for this contract is approximately $10.33 billion over ten years. For further inquiries, contact Anthony Patera at anthony.m.patera.mil@army.mil or Eric Jackson at eric.m.jackson56.civ@army.mil.
    NOTICE OF AWARD - KUWAIT JOC IDIQ
    Buyer not available
    Special Notice DEPT OF DEFENSE DEPT OF THE ARMY has awarded a contract to MVL USA Inc. for the Kuwait Job Order Contract (JOC) with a capacity amount of $75,000,000. The contract will be in effect from April 30, 2020, to April 29, 2025, with the base year plus four option years. The primary contact for this contract is Maria Rodeffer. The contract specialist and contact are LTC Melody Varner and Maria Rodeffer, respectively. The contracting officer and contact are Maria Martin. The project manager and contact are CPT Colin Sexton.
    Armed and Unarmed Guards Camp Bondsteel Kosovo
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for armed and unarmed guard services at Camp Bondsteel in Kosovo. The contract, designated as W564KV-25-R-A009, requires non-personal security services over a ten-month term, with an option for an additional six months, emphasizing compliance with federal regulations and performance standards. This procurement is crucial for maintaining the safety and security of military operations at the installation, ensuring that all personnel meet stringent security training and fitness requirements. Interested vendors, particularly Women-Owned Small Businesses, must attend a site visit on February 10, 2025, with registration and security screening details due by February 6, 2025. For further inquiries, potential bidders can contact Jenifer Kelso at jenifer.e.kelso.civ@army.mil or Carlos Mayorga at carlos.a.mayorga.civ@army.mil.
    PROVIDE, INSTALL, AND MAINTAIN A 10GB WAVE SERVICE BETWEEN CAMP #3 WILLOW BLDG, ROOM 203, 14900 PARK CENTRAL ROAD, THURMONT, MD AND BLDG SITE R, ROOM 3N48B, 450 HARBAUGH VALLEY ROAD, BLUE RIDGE SUMMIT, PA
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking proposals for the provision, installation, and maintenance of a 10GB wavelength service between two specific locations: Camp 3 Willow Building in Thurmont, MD, and Building Site R in Blue Ridge Summit, PA. The contract requires detailed compliance with technical specifications, including maintaining 99.5% service availability and ensuring physical separation from existing circuits, with a service delivery deadline set for July 16, 2025. This telecommunications service is critical for enhancing communication capabilities within military operations, emphasizing the government's commitment to robust infrastructure. Interested vendors must submit their proposals by March 18, 2025, and can direct inquiries to Jennifer Voss or Angelina Hutson via email at jennifer.n.voss.civ@mail.mil and angelina.hutson.civ@mail.mil, respectively.
    RFI: 300 MB commercial, fiber lease with A SM/LC connection between H5 Jordan, and FOB Fuller, Jordan.
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking sources for a Request for Information (RFI) regarding a 300 MB commercial fiber lease with a SM/LC connection between H5 Jordan and FOB Fuller, Jordan. This procurement aims to establish reliable telecommunications infrastructure to support military operations in the region. The services sought are critical for ensuring effective communication and data transfer capabilities within the defense sector. Interested parties should reach out to Susana Suber at susana.m.suber.civ@mail.mil for further details and to express their interest in this opportunity.
    Amendment 0005 - Global Protective Services (GPS)
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command - Rock Island, is soliciting proposals for the Global Protective Services (GPS) contract, as outlined in Solicitation W519TC-24-R-0011, with the latest amendment (0005) issued to update the Cross Reference Matrix. This procurement focuses on securing Full Time Equivalents (FTE) engaged in security functions overseas, particularly in Kuwait, and requires offerors to provide detailed documentation and references to support their proposals, including effective dates and relevant work samples. The GPS contract is categorized as a Firm Fixed Price (FFP) service contract, emphasizing the importance of transparency and accountability in the federal procurement process. Interested parties should direct inquiries to Anthony Patera at anthony.m.patera.mil@army.mil or Eric Jackson at eric.m.jackson56.civ@army.mil, and must comply with the submission requirements outlined in the amendment to ensure their proposals are considered.
    Battle Creek ANGB Local Telecommunication Services (LTS)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide Local Telecommunication Services (LTS) for the Battle Creek Air National Guard Base in Michigan. The procurement aims to transition from outdated low-speed time-division multiplexed circuits to modern session initiation protocol trunking, ensuring reliable and efficient telecommunications capabilities for mission-critical operations. This initiative underscores the importance of maintaining high service availability, with a requirement for 99.99% uptime and prompt outage management. Interested vendors must submit their firm-fixed pricing proposals by March 13, 2025, and can contact SSgt Joseph Bryant at joseph.bryant.14@us.af.mil or MSgt Michael Solo at michael.solo.4@us.af.mil for further information.
    Logistics Readiness Squadron Support 811111
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking industry input for Logistics Readiness Squadron Capabilities (LRS-C) services, with the aim of establishing a Multiple Award Contract (MAC) Indefinite Delivery Indefinite Quantity (IDIQ) contract. This initiative is designed to enhance logistical support across various Air Force bases, covering essential services such as materiel management, traffic and vehicle management, fuels management, and transportation services, with a total performance period of up to six years. The procurement is critical for ensuring operational readiness and efficient logistics management across the Air Force's operational footprint. Interested vendors must submit their responses by March 3, 2025, to the designated contacts, Katelyn N. Timmermann and Lisa Pendragon, whose emails are katelyn.timmermann@us.af.mil and lisa.pendragon@us.af.mil, respectively.