Degraded Visual Environment Pilotage System (DVEPS)
ID: H9224125R0001Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEUS SPECIAL OPERATIONS COMMAND (USSOCOM)AMSAM-SPKFORT EUSTIS, VA, 23604-5577, USA

NAICS

Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing (334511)

PSC

NIGHT VISION EQUIPMENT, EMITTED AND REFLECTED RADIATION (5855)
Timeline
    Description

    The United States Special Operations Command (USSOCOM) is planning to award a sole-source contract to Sierra Nevada Corporation for the development and management of the Degraded Visual Environment Pilotage System (DVEPS), which includes a multi-spectral sensor system designed to enhance situational awareness during transitions from Visual Meteorological Conditions (VMC) to a Degraded Visual Environment (DVE). This system, known as the Synthetic Vision Avionics Backbone (SVAB), will integrate various sensor data to provide aircrew with clear visual representations of terrains and obstacles, thereby improving operational effectiveness in challenging conditions. The contract will be structured as a hybrid Firm Fixed Price and Cost-Reimbursable Indefinite Delivery Indefinite Quantity (IDIQ) agreement, lasting five years with a potential six-month extension, and responses from interested parties are welcomed by October 7, 2024, although the Government retains discretion over whether to proceed with competition based on submitted capabilities. For further inquiries, interested parties can contact Stephanie Dillon at stephanie.f.dillon.civ@socom.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The United States Special Operations Command (USSOCOM) plans to award a sole-source contract to Sierra Nevada Corporation for the production and management of a multi-spectral sensor system aimed at enhancing situational awareness during transitions from Visual Meteorological Conditions (VMC) to a Degraded Visual Environment (DVE). This system, known as the Synthetic Vision Avionics Backbone (SVAB), will integrate various sensor data to provide aircrew with clear visual representations of terrains and obstacles. The contract will be structured as a hybrid Firm Fixed Price and Cost-Reimbursable Indefinite Delivery Indefinite Quantity (IDIQ) agreement, spanning five years with a potential six-month extension. The Government asserts that only Sierra Nevada Corporation is capable of continuing the development without incurring excessive costs or delays. A sources sought notice was released on February 27, 2024, allowing other interested parties to express their interest; however, this is not a competitive bidding process. Responses are welcomed by October 7, 2024, with the Government retaining discretion over whether to proceed with competition based on submitted capabilities.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Intelligence Support Services Joint III – Solicitation (H92402-24-R-0001)
    Active
    Dept Of Defense
    The U.S. Department of Defense, through the U.S. Special Operations Command (USSOCOM), is soliciting proposals for the Intelligence Support Services Joint III contract (H92402-24-R-0001). This procurement aims to provide comprehensive intelligence services, including All-Source Intelligence, Human Intelligence, Signals Intelligence, and more, to support military and humanitarian missions globally. The contract is structured as a single-award Indefinite Delivery Indefinite Quantity (IDIQ) with Cost Plus Fixed-Fee (CPFF) pricing, requiring a total of 270 Full Time Equivalents (FTE) and emphasizing the importance of compliance with security and accounting standards. Interested parties must submit proposals by November 4, 2024, and can direct inquiries to LTC Marsha Leventry at marsha.leventry@socom.mil or Amy Jaskela at amy.c.jaskela.civ@socom.mil.
    SOF Global Services Delivery
    Active
    Dept Of Defense
    The U.S. Special Operations Command (USSOCOM) is currently in the acquisition planning stage for the SOF Global Services Delivery (SOF GSD) contract, which is a recompete of the SOF Core Support (SCS) initiative. This special notice serves to inform interested parties that no decisions have yet been made regarding the number of awardees, the date for an Industry Day, or the anticipated audience for this procurement. The SOF GSD contract is critical for supporting the Special Operations Forces mission, and updates will be provided exclusively through this notice until a formal draft Request for Proposal (RFP) is posted. For further inquiries, interested parties can contact Sherri Ashby at sherri.ashby@socom.mil or Alicia Spurling at alicia.spurling@socom.mil.
    TF-3 Haivision Sole Source
    Active
    Dept Of Defense
    The U.S. Special Operations Command (USSOCOM) is issuing a sole source contract opportunity for the TF-3 Haivision services, specifically awarded to GovCIO. This procurement involves the acquisition of the HaivisionMCS GuardianCare and Audio-Visual Sustainment services, which are critical for maintaining Video Information Systems (VIDS) in Qatar, requiring 24/7 telecommunication support and on-site field service representative (FSR) visits. The necessity for specialized support is underscored by the unique qualifications of GovCIO's certified FSRs, who possess the required security clearance and familiarity with Task Force Three operations. Interested parties can reach out to Damien Tordonato at damien.c.tordonato.mil@socom.mil for further information regarding this opportunity.
    Special Operations Aviation (SOA) Training, Readiness, Management Support (TRMS)
    Active
    Dept Of Defense
    The U.S. Department of Defense, through the U.S. Special Operations Command (USSOCOM), is soliciting proposals for the Special Operations Aviation (SOA) Training, Readiness, and Management Support (TRMS) contract. This procurement aims to provide comprehensive flight training and maintenance services to enhance the operational readiness of special operations aviation units, specifically supporting the U.S. Army Special Operations Aviation Command (USASOAC) and the 160th Special Operations Aviation Regiment (160th SOAR). The contract will cover a base period of 12 months with options to extend for up to four additional years, emphasizing the importance of maintaining high standards in military training and operational support. Interested parties should direct inquiries to Maegan Castro or Justin Burke via the provided email addresses, with proposals due by October 21, 2024.
    ISOF Range 2025
    Active
    Dept Of Defense
    The U.S. Special Operations Command (USSOCOM) is inviting responses for the International Special Operations Forces (ISOF) Range 2025, a Request for Information (RFI) event scheduled from March 31 to April 2, 2025, at the Nevada Test and Training Range. The objective of this event is to gather innovative technology demonstrations that address lethality gaps for USSOCOM and its international partners, with a focus on categories such as weapons, visual augmentation systems, demolitions, ammunition, and precision strike systems. This initiative is crucial for enhancing military capabilities and fostering collaboration between private industry and research organizations. Interested parties should submit quad charts by October 28, 2024, for the first tranche and by January 31, 2025, for the second tranche, and can direct inquiries to Marvin Marcia at marvin.marcia@socom.mil.
    Commercial Solutions Opening (CSO) PEO-SDA
    Active
    Dept Of Defense
    Special Notice DEPT OF DEFENSE US SPECIAL OPERATIONS COMMAND (USSOCOM) is seeking commercial solutions to accelerate the application of commercially derived software innovation into deployable warfighting capabilities in support of Special Operations Forces (SOF). The goal is to enhance the effectiveness of software intensive programs, platforms, components, algorithms, and processes. This Commercial Solutions Opening (CSO) may result in an Other Transaction Authority (OTA) or a FAR-based contract. Further information can be found in the attached document. The place of performance for this procurement is Tampa, FL 33621, USA. For more details, contact Christie Orlando at christie.r.orlando.civ@socom.mil or 8138604624.
    ISOF Range 2025
    Active
    Dept Of Defense
    The U.S. Special Operations Command (USSOCOM) is seeking innovative technologies for the International Special Operations Forces (ISOF) Range 2025, scheduled to take place from March 31 to April 2, 2025, at the Nevada Test and Training Range. The objective is to address lethality gaps through technology demonstrations from private industry, academia, and research organizations, with a focus on categories such as weapons, visual augmentation systems, and remote weapon systems. This initiative is crucial for enhancing the capabilities of Special Operations Forces, and interested participants are required to submit quad charts by October 28, 2024, for the first tranche and January 31, 2025, for the second tranche. For further inquiries, potential participants can contact Marvin Marcia at marvin.marcia@socom.mil.
    ISOF Range 2025
    Active
    Dept Of Defense
    The U.S. Special Operations Command (USSOCOM) is inviting technology demonstration candidates for the ISOF Range 2025 event, scheduled to take place from March 31 to April 2, 2025, at the Nevada Test and Training Range. This initiative aims to showcase innovative lethality technologies, encouraging participation from private industry, government research and development entities, and academia, with a focus on technologies that address lethality gaps. Participants are required to submit technology quad charts in various categories, including weapons and visual augmentation systems, with a Technology Readiness Level (TRL) of 7 or higher. Interested parties must adhere to submission deadlines of October 28, 2024, and January 31, 2025, and can contact Marvin Marcia at marvin.marcia@socom.mil for further information.
    Special Operations Command South- Joint Intelligence Support Element
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Special Operations Command (USSOCOM), is seeking input from interested offerors for a follow-on contract for the Joint Intelligence Support Element (JICE) at Special Operations Command South (SOCSOUTH) in Homestead, Florida. The procurement aims to acquire administrative management and general management consulting services, specifically involving the provision of 13 All-Source Intelligence Professionals to enhance national security and partner nation stability through data-driven applications. The anticipated contract will be structured as a Firm Fixed Price agreement with a base year and four option years, and interested parties are encouraged to provide insights on various aspects of the acquisition strategy, including contract types, proposal evaluation factors, and the appropriateness of small business set-asides. For further inquiries, interested offerors can contact Donald Goeb at donald.m.goeb.mil@socom.mil or by phone at 786-415-2441.
    ISS-J II Solicitation
    Active
    Dept Of Defense
    The Department of Defense, specifically the US Special Operations Command (USSOCOM), has issued a Combined Synopsis/Solicitation notice for the procurement of Intelligence Support Services - Joint II (ISS-J II). This acquisition is being offered for competition and is limited to eligible Service-Disabled Veteran-Owned Small Business (SDVOSB) participants. The service is typically used to provide intelligence support services to the government. The place of performance includes multiple locations in CONUS and OCONUS. Interested parties must meet certain eligibility requirements, including being a prime contractor that is a Service-Connected Disabled Veteran Owned Small Business with Top Secret Facilities Clearance, and having a subcontractor, partner, or teammate with Secret Safeguarding Capability. The solicitation will not be posted on FBO, and interested parties must complete a spreadsheet and submit it with the required supporting documentation to the listed points of contact. The solicitation is expected to be sent to verified eligible parties within the next 1-2 weeks. Questions or comments regarding the solicitation should be submitted in writing via email to the listed points of contact.