278 KB
Apr 4, 2025, 7:08 PM UTC
The Performance Work Statement (PWS) outlines the provision of support services for the Joint Theater Level Simulation – Global Operations (JTLS-GO) by the Joint Staff J-7, focusing on enhancing joint training through simulations for U.S. military personnel and coalition partners. The contractor will conduct research, development, operations, and maintenance of the JTLS-GO software, which utilizes advanced simulation techniques for multi-domain operations. Key tasks include software updates, cybersecurity, operational enhancements, and comprehensive technical support, while adhering to strict government guidelines and security protocols.
The document details the rights and responsibilities regarding intellectual property, ensuring the U.S. government has Government Purpose Rights, which allow usage under specified conditions. Additionally, program management, cybersecurity requirements, and a clear transition plan for contractors are discussed to ensure smooth operations. The PWS emphasizes the necessity of qualified personnel, stringent quality assurance metrics, and regular reporting to maintain high service standards.
Overall, this document supports the broader mission of ensuring effective joint military training and operational readiness through sophisticated simulation technologies and collaborative training programs with international partners.
125 KB
Apr 4, 2025, 7:08 PM UTC
The Request for Information (RFI) issued by the NAVSUP Fleet Logistics Center Norfolk seeks insights to support future planning for technical and engineering services related to the Joint Theater Level Simulation-Global Operations (JTLS-GO) application. This RFI aims to gather market research without committing the government to a contract. Interested parties are invited to provide information regarding their capabilities, relevant experience, and personnel qualifications related to the JTLS-GO software support.
The required services include technical, analytical, and operational support, aligning with continuity needs previously fulfilled under contract N0018922CZ025 with Valkyrie. The anticipated contract type is Cost-Plus-Fixed-Fee (CPFF) with a one-year base and two optional years. Interested contractors must possess a TS-SCI security clearance. Submissions must include details such as organizational information, capability summaries, past performance references, and security clearance details, with all responses due by April 28, 2025. The document emphasizes that participation in this RFI is voluntary, and no costs will be reimbursed by the government. Responses are not proposals and do not guarantee any procurement outcomes.