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

Buyer

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

NAICS

Engineering Services (541330)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SUPPORT SERVICES (LABOR) (DA01)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through the Department of the Navy, is soliciting proposals for the Joint Theater Level Simulation - Global Operations (JTLS-GO) support services, aimed at enhancing joint training simulations and tools for military operations. The procurement requires comprehensive operation, maintenance, technical, engineering, and research, development, test, and evaluation (RDT&E) support to the Joint Staff's Deputy Directorate for Joint Training, focusing on software updates, technical support, cybersecurity compliance, and ongoing improvements to JTLS-GO capabilities. This initiative underscores the government's commitment to advancing military training readiness through sophisticated simulations and secure platforms. Proposals are due by July 24, 2025, and interested parties should direct inquiries to Martyn Piggott at martyn.t.piggott.civ@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Joint Staff, J7 (JS J7) is seeking to procure operations and maintenance (O&M) and research, development, test and evaluation (RDT&E) support services for the Joint Theater Level Simulation-Global Operations (JTLS-GO) combat simulation software. This procurement, intended for sole-source contracting with Valkyrie Enterprises, LLC, is justified under 10 U.S.C. 3204(a)(1) due to the highly specialized nature of the services, where alternative sourcing could lead to higher costs or delays. The contract is expected to include a twelve-month base period with two twelve-month options, extending until September 2028, and is slated for award on September 19, 2025. Work will be conducted primarily at Valkyrie’s facility in California and the JS J7 facility in Suffolk, Virginia, with some tasks at various government-approved sites. Interested parties must monitor the System for Award Management (SAM) website for the solicitation, which will be available electronically. Contractors must be registered in SAM and complete necessary representations prior to proposal submission. The point of contact for this procurement is Martyn Piggott at NAVSUP FLC Norfolk. This initiative emphasizes government adherence to procurement regulations while addressing the specific operational needs of defense simulations.
    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.
    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.
    The document outlines a Request for Proposal (RFP) for Joint Theater Level Simulation – Global Operations (JTLS-GO) support services for the U.S. Navy. Proposals are due by July 24, 2025, with a primary contact, Martyn Piggott, tasked with managing inquiries. This procurement is designated as a sole-source action to Valkyrie Enterprises, the parent company of Rolands & Associates, based on their unique capability to satisfy the requirements. The program aims to enhance joint training simulations and tools for military operations with a focus on sustained support, operations, and maintenance. Tasks include software updates, technical support, cybersecurity compliance, and conducting research and development to improve JTLS-GO capabilities. The contractor will be responsible for delivering specific documentation, such as monthly status reports and test plans, while adhering to security protocols. Project requirements will evolve based on ongoing training needs and the integration of new technology. The proposed plan emphasizes operational efficiency, risk mitigation, and collaboration with existing contractors to ensure seamless enhancements. This initiative reflects the government's ongoing commitment to improving military training readiness through advanced simulations and secure platforms.
    Similar Opportunities
    This requirement is to provide the JS, J7 Joint Education and Doctrine Division (JEDD) with planning and operations support to execute up to four (4) Disruptive Technical Courses (DTCs) per Fiscal Year.
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Norfolk, is seeking sources to provide planning and operations support for the Joint Staff (JS), J7 Joint Education and Doctrine Division (JEDD) to execute up to four Disruptive Technical Courses (DTCs) annually. The contractor will be responsible for program management, curriculum development, and coordination of speakers, including six Senior Fellows and up to twenty-four Subject Matter Experts (SMEs) per course, emphasizing high performance standards and compliance with security requirements. This initiative is crucial for enhancing the educational framework within the Department of Defense, with services expected to commence on July 1, 2026, following an anticipated award in the fourth quarter of FY26. Interested parties should submit a tailored executive summary by January 5, 2026, to Jaime Verdi at jaime.verdi@navy.mil, and the applicable NAICS code for this opportunity is 611430, with a size standard of $15 million.
    Tower Simulation System (TSS) Tech Refresh
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's NAWC Training Systems Division, is seeking information from potential vendors regarding the Tower Simulation System (TSS) Tech Refresh. This Sources Sought notice aims to identify capabilities and solutions for refreshing the TSS, which is critical for training and operational readiness within naval operations. The procurement is focused on enhancing the existing training aids, classified under PSC code 6910, to ensure they meet current technological standards and operational requirements. Interested parties are encouraged to reach out to Wyatt Nunes at wyatt.k.nunes2.civ@us.navy.mil or 407-380-8172, or Allison Laera at allison.m.laera.civ@us.navy.mil or 407-380-4659 for further details and to express their interest in this opportunity.
    Joint Tactical Terminal – Transceiver (JTT-X)
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), is seeking proposals for the procurement of Joint Tactical Terminal – Transceiver (JTT-X) production units and aircraft integration support. The JTT-X is a Software Defined Radio (SDR) that includes an internal High Assurance Internet Protocol Encryptor (HAIPE) solution, with an anticipated contract covering the production of 455 units over a base year and four option years. This procurement is critical for enhancing airborne radio navigation capabilities and will proceed as a full and open competition, with a formal solicitation expected to be released in the second quarter of Fiscal Year 2026. Interested parties must ensure their assembly facilities have current COMSEC clearance and submit a Technical Library Access Request to obtain necessary specifications, with contact inquiries directed to Ryan Lysaght or Jessica Myers via their provided emails.
    Bridge to Evolution STE TESS (BEST) Multi Award Contract (MAC)
    Dept Of Defense
    The Department of Defense is seeking innovative approaches for its Bridge to Evolution STE TESS (BEST) Multi-Award Contract (MAC). The objective is to enhance and extend the functionality of the Army's tactical engagement simulation systems (TESS), aligning them with evolving training requirements. This procurement is divided into two lots. Lot 1 involves modifying existing TESS equipment to meet updated Army specifications, focusing on adaptability and future expansion. Lot 2 centers on developing and producing new TESS solutions, including dismounted, vehicle-mounted, and shoulder-launched munition systems. The government seeks to integrate emerging STE LTS TESS technology with the existing MILES TESS ecosystem, encouraging vendors to propose adaptable procedures and processes. The scope of work encompasses software and hardware modifications, production and delivery of TESS kits, and integration with the STE LTS TESS platform. The government aims to foster competition by avoiding solution-specific proposals and encouraging creativity in meeting the outlined objectives. Potential offerors are invited to provide feedback on the Draft Request for Proposal (DRFP), which outlines the requirements, Statement of Work (SOW), and evaluation criteria. The government seeks to revise and finalize the RFP based on industry responses, emphasizing efficiency and the removal of unnecessary requirements. Offerors should possess the capabilities and expertise to modify and produce TESS solutions, with a focus on past performance and technical merit. The contract is anticipated to be an Indefinite Delivery/Indefinite Quantity (ID/IQ) vehicle, attracting multiple awardees. The primary contact for this opportunity is Gloria Susie Hoybach, with additional inquiries directed to Roberto J. Gotay and Rafael A. Manzano. The deadline for feedback submission is 12:00 PM EST on 3rd June 2024, with the government aiming to release the final RFP shortly afterward. For this BEST MAC initiative, the Army seeks adaptable and cost-effective TESS solutions, leveraging industry feedback to shape the acquisition process.
    U.S. Navy (USN) Tactical Combat Training System Increment II (TCTS II) and United States Air Force (USAF) equivalent P6 Combat Training System (P6CTS)
    Dept Of Defense
    The Department of Defense, specifically the U.S. Navy, is seeking proposals for the Tactical Combat Training System Increment II (TCTS II) and the United States Air Force's equivalent P6 Combat Training System (P6CTS). This procurement involves a comprehensive Request for Proposal (RFP) that outlines various Contract Line Item Numbers (CLINs) for airborne and ground subsystems, ancillary mission equipment, and related support services, which are critical for enhancing military training capabilities. The contract will cover essential components such as program management, systems engineering, cyber engineering, logistics, and technical data packages, with performance expected in Orlando, Florida, over multiple fiscal years from FY26 to FY30. Interested parties should contact Kurt Susnis at kurt.a.susnis.civ@us.navy.mil or Andrea Gordon-Eubanks at andrea.l.gordoneubanks.civ@us.navy.mil for further details and to ensure compliance with the submission requirements.
    Final Request for Proposal under FTSS V MAC Lot 1
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Training Systems Division (NAWCTSD), is issuing a Final Request for Proposal under the Fielded Training Systems Support (FTSS) Multiple Award Contract (MAC) V Lot 1 for Contractor Instructional Services for Naval Air Forces Atlantic Fleet (CISLANT). This procurement aims to support training devices at various sites, including NS Norfolk, NAS Oceana, NAS Jacksonville, and NS Mayport, with a performance period of 60 months, starting with mobilization on July 1, 2026. The selected contractor will provide essential instructional services for military training, ensuring the effective operation and maintenance of critical training aids and devices. Interested FTSS V MAC holders must contact Lynn Carlson at lynn.a.carlson4.civ@us.navy.mil or call 407-694-6394 to access the necessary documents and further details regarding the proposal.
    A-- NAWCTSD R&D Broad Agency Announcement
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Training Systems Division (NAWCTSD), is soliciting research and development proposals under the Broad Agency Announcement (BAA) N61340-21-R-0045, aimed at enhancing simulation and training technologies. The BAA seeks innovative approaches to improve training methodologies, focusing on areas such as adaptive training, advanced instructional technology, and distance learning, with an emphasis on collaboration between educational institutions, nonprofits, and industry. This initiative is critical for advancing military training effectiveness and readiness, allowing for continuous proposal submissions until January 25, 2026. Interested parties can reach out to Wyatt Nunes at wyatt.k.nunes2.civ@us.navy.mil or Allison Laera at allison.laera@navy.mil for further details.
    CNATRA COMS Notice of Tentative Acquisition Strategy under FTSS V MAC Lot I and DRAFT RFP
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Training Systems Division (NAWCTSD), is seeking proposals for Contractor Operations and Maintenance Services (COMS) under the Field Training Systems Support (FTSS V) Multiple Award Contract (MAC) for various Naval Air Stations. The procurement aims to provide comprehensive operational and maintenance support for Chief of Naval Air Training (CNATRA) at five locations, including NAS Corpus Christi, TX, and NAS Pensacola, FL, with a performance period of 62 months, starting with a base year and four option years. This contract is crucial for ensuring the effective training and operational readiness of naval aviation personnel. Interested parties should note that the anticipated release date for the Request for Proposal (RFP) is January 5, 2026, with proposals due shortly thereafter, and can contact Janet Fondriest at janet.l.fondriest.civ@us.navy.mil for further information.
    Fielded Training Systems Support V (FTSS V) Submarine Contractor Maintenance Services (SubCMS)
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Training Systems Division (NAWCTSD), is seeking contractors to provide maintenance services under the Fielded Training Systems Support V (FTSS V) Submarine Contractor Maintenance Services (SubCMS) initiative. The objective is to ensure that various training systems and equipment remain in a "ready-for-training" state across six locations, including Groton, CT, Norfolk, VA, Kings Bay, GA, Bangor, WA, San Diego, CA, and Pearl Harbor, HI. This contract, which will be awarded as a Cost Plus Fixed Fee Task Order, is critical for maintaining the operational readiness of submarine training devices and is expected to commence on June 1, 2026, with a total performance period of 60 months. Interested vendors must contact Ms. Valentina Walsh at valentina.p.walsh.civ@us.navy.mil for further details and to obtain necessary RFP attachments, with a pre-proposal conference scheduled for December 5, 2025, and an anticipated award date of April 24, 2026.
    Implementation of Advanced Government Simulation Capabilities (IAGSC)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking industry participation for the Implementation of Advanced Government Simulation Capabilities (IAGSC) through a Sources Sought notice. This initiative aims to acquire non-personal services for software development, modeling and simulation integration, advanced research and development, cybersecurity measures, and lifecycle software testing, all critical for enhancing the capabilities of various DoD systems. The anticipated contract will be a Multiple Award Indefinite Delivery, Indefinite Quantity (IDIQ) with a ceiling of approximately $750 million, and it is expected to span a five-year ordering period with an additional five-year option. Interested parties must submit their responses, including a capabilities white paper and feedback on the draft Performance Work Statement, by March 28, 2025, and are encouraged to participate in an Industry Day scheduled for April 15, 2025, at Wright-Patterson Air Force Base, Ohio. For further inquiries, contact Carmen Mertz at carmen.mertz@us.af.mil or Austin Hurst at austin.hurst.2@us.af.mil.