Joint Theater Level Simulation-Global Operations Support
ID: N0018925RZ042Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR NORFOLKNORFOLK, VA, 23511-3392, USA

NAICS

Engineering Services (541330)

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)
Timeline
  1. 1
    Posted Apr 4, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 4, 2025, 12:00 AM UTC
  3. 3
    Due Apr 28, 2025, 9:00 PM UTC
Description

The Department of Defense, through the NAVSUP Fleet Logistics Center Norfolk, is seeking information from qualified contractors to provide technical and engineering services for the Joint Theater Level Simulation-Global Operations (JTLS-GO) application. The procurement aims to enhance joint military training and operational readiness by supporting the development, maintenance, and operational enhancements of the JTLS-GO software, which is crucial for multi-level training and analysis for U.S. military personnel and coalition partners. Interested parties must possess a TS-SCI security clearance and are invited to submit their capabilities, experience, and personnel qualifications by April 28, 2025, as part of this Request for Information. For further inquiries, potential respondents can contact Martyn Piggott at martyn.t.piggott.civ@us.navy.mil.

Point(s) of Contact
Files
Title
Posted
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.
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.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
Undergraduate Jet Training System (UJTS) Request for Information March 2025
Buyer not available
The Department of Defense, through the Naval Air Systems Command, is conducting a Request for Information (RFI) regarding the Undergraduate Jet Training System (UJTS), aimed at enhancing training for U.S. Navy and Marine Corps jet aviators. This initiative seeks to gather market insights to support the development of a new training system that will replace the T-45 Combined Multi-Service Pilot Training System, with a focus on achieving Initial Operational Capability (IOC) and maintaining high training quality. The RFI includes detailed mission profiles, curriculum guides, and training requirements, emphasizing the structured approach necessary for effective military aviation training. Interested parties are encouraged to submit their responses by April 30, 2025, and may contact Thomas Conrow or Erin Allison for further information regarding the RFI and access to controlled unclassified information.
NAVIGATION, SEAMANSHIP, AND SHIPHANDLING TRAINERS (NSST) MODELING AND MODIFICATIONS
Buyer not available
The Department of Defense, through the Naval Air Warfare Center Training Systems Division (NAWCTSD), is seeking sources for modifications to the Navigation, Seamanship, and Shiphandling Trainers (NSST) Baseline 1 systems. The primary objective is to develop a new Ownship model and modify ship-to-ship physics interactions while ensuring that existing functionalities remain intact. This initiative is crucial for enhancing training systems that utilize proprietary VirtualShip technology, originally developed by General Dynamics Information Technology (GDIT). Interested parties must submit their technical capabilities, including company information and cost estimates, by 1 p.m. EST on April 21, 2025, to Mr. Mark Johnson at mark.e.johnson106.civ@us.navy.mil, with a copy to Mr. Issa Malki at issa.j.malki.civ@us.navy.mil. Note that this is a sources sought notice and not a request for proposals.
Joint Light Tactical Vehicle Competitive Initiative (JLTVCI) Successor Project
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA), is initiating the Joint Light Tactical Vehicle Competitive Initiative (JLTVCI) Successor Project, which will establish a five-year Multiple Award Contract (MAC) for a wide range of Joint Light Tactical Vehicles (JLTV). This contract aims to procure items necessary for the production, repair, or replacement of components used in various JLTV systems, including those utilized by the Army and Marine Corps, with a total of 7210 National Stock Numbers (NSNs) currently identified for potential ordering. Interested suppliers are encouraged to review the attached NSN listing and respond to the Market Survey Questionnaire, with proposals due following the solicitation's release on or about September 2, 2025. For further inquiries, contact Bret Griffin at bret.griffin@dla.mil or Robert Harris at Robert.Harris@dla.mil.
Journey to Leadership (JTL) Training Services
Buyer not available
The Department of Defense, specifically the U.S. Army Sustainment Command, is seeking qualified contractors to provide Journey to Leadership (JTL) Training Services as part of a leadership development initiative. The program aims to enhance leadership competencies among current and future Army leaders through a structured, multi-tiered training approach, which includes interactive sessions, networking opportunities, and assessments tailored to various leadership levels. This procurement is established as a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract, set aside for small businesses, with proposals due by April 11, 2025. Interested parties should direct inquiries to Angela Venes at angela.m.venes.civ@army.mil or Meghan Overton at meghan.a.overton.civ@army.mil for further details.
Enterprise Systems Security Support Services
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP FLT LOG CTR NORFOLK, is seeking qualified sources for Enterprise Systems Security Support Services to ensure the integrity and availability of Precise Time and Astrometry (PTA) systems critical for Department of Defense operations, including GPS. The procurement aims to establish a robust security framework that includes infrastructure and personnel, such as transport engineers and cyber security operators, to maintain system functionality with an uptime exceeding 99.999%. This initiative is vital for the reliability of PTA data products, which are essential for navigation across various DoD systems. Interested parties must submit their responses to the Request for Information (RFI) by 12:00 PM EST on April 24, 2025, to the primary contact, Gil Dobison, at gilbert.k.dobison.civ@us.navy.mil. The anticipated contract will be a Firm Fixed Price Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract, with a base period from April 6, 2026, to April 5, 2027, and four option periods.
IT Services RFI
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking capable sources for IT services through a Request for Information (RFI) related to the Joint Warfare Analysis Center (JWAC) IT Services (JITS) Indefinite Delivery Indefinite Quantity (IDIQ) contract at Dahlgren Naval Base, Virginia. The procurement aims to identify qualified vendors who can provide comprehensive IT support, including system administration, cybersecurity, software development, and application management, with a focus on maintaining operational integrity in classified environments. This initiative is crucial for enhancing the JWAC's capabilities in supporting U.S. national security objectives through advanced technological solutions. Interested parties must submit capability statements and responses to specific questions by April 18, 2025, with inquiries due by April 7, 2025. For further information, potential vendors can contact Kadra Martz at kadra.martz@us.af.mil or Roy Thompson at roy.w.thompson6.civ@mail.mil.
Protected Tactical Enterprise Service (PTES) Protected Tactical Waveform (PTW) over Protected Tactical SATCOM-Global (PTS-G) Joint Hub Variant (JHV) Technical Capability Sources Sought Request for Information (RFI)
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking information from qualified contractors regarding the Protected Tactical Enterprise Service (PTES) and its Joint Hub Variant (JHV) for the Protected Tactical SATCOM-Global (PTS-G) system. The objective of this Request for Information (RFI) is to gather insights on the cost, schedule, and effort required to modify the existing Wideband Global SATCOM (WGS) Joint Hub design for use at commercial GEO gateways, enhancing capabilities for tactical warfighters. The PTES is crucial for providing anti-jam wideband satellite communications, and the successful contractor will be responsible for various tasks, including system design, software upgrades, and compliance with cybersecurity standards as outlined in relevant documents such as MIL-STD-188-164C and NIST SP 800-53. Interested parties must submit their responses by 12:00 PM Pacific Time on April 21, 2025, to Scott Lucas at scott.lucas.1@spaceforce.mil, and are encouraged to include their experience and technical competencies related to SATCOM systems.
Training and Readiness Accelerator (TReX II) Other Transaction Agreement (OTA) Request for Solutions (RFS): TReXII-25-05 MOD-008: Role 4 (Definitive Care) Modeling and Simulation Tool Prototype Project
Buyer not available
The Department of Defense, specifically the Department of the Army, is issuing a Request for Solutions (RFS) for the Training and Readiness Accelerator (TReX II) Other Transaction Agreement (OTA) focused on the Role 4 (Definitive Care) Modeling and Simulation Tool Prototype Project. This initiative aims to foster innovative development and expedited delivery of prototypes that enhance Warfighter readiness through modeling, simulation, and training, directly supporting the Defense Health Agency's Medical Simulation and Training Program. Interested parties must be members of the TReX II consortium to respond to the solicitation, and further details can be found at https://www.trexii.org/. For inquiries, contact Jessica Wasser at jessica.l.wasser.civ@army.mil or Monica J Escalante at monica.j.escalante.civ@army.mil.
RTI SW
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center (NSWC) Dahlgren Division, is soliciting quotes for specific software products, including the RTI Connext DDS Secure and the RTI CORBA Compatibility Kit, under the combined synopsis/solicitation N0017825Q6734. The procurement aims to acquire essential software licenses that are critical for the development, testing, and delivery of key components within the LCS SUW MP, with a focus on ensuring compatibility with existing systems. Interested vendors must submit their quotations by April 21, 2025, with the anticipated award date in May 2025; all submissions should be directed to Keith Aubert at keith.m.aubert2.civ@us.navy.mil or by phone at 540-742-8886. This opportunity is not set aside for small businesses, and firms must be registered in the System for Award Management (SAM) to be eligible for award.
Fire Arms Training Simulator (FATS) and Small Arms Weapon Simulator (SAWS) Maintenance Warranty Support Services
Buyer not available
The Department of Defense, specifically the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking to procure maintenance warranty support services for Fire Arms Training Simulator (FATS) and Small Arms Weapon Simulator (SAWS) in support of Naval Construction Group One and Two. This procurement aims to ensure the operational readiness of ten different types of weapon simulators, which are critical for training and operational effectiveness within the Navy Expeditionary Combat Command. The solicitation for this Firm Fixed Price contract is expected to be available around June 30, 2025, and will be conducted under full and open competition, adhering to FAR Part 12 and FAR Subpart 13.5 guidelines. Interested contractors must ensure they are registered in the System for Award Management (SAM) database and can direct inquiries to Sherell Brown at sherell.g.brown.civ@us.navy.mil or Morgan Olszak at morgan.e.olszak.civ@us.navy.mil.