Firearm Simulator
ID: FA301025Q0015Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA3010 81 CONS CCKEESLER AFB, MS, 39534-2701, USA

NAICS

Small Arms, Ordnance, and Ordnance Accessories Manufacturing (332994)

PSC

ARMAMENT TRAINING DEVICES (6920)

Set Aside

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

    The Department of Defense, specifically the U.S. Air Force, is seeking proposals for the procurement of a Firearm Simulator, equivalent to the InVeris FATS 100MIL-USAF, under solicitation number FA301025Q0015. The requirements include a scalable training system capable of accommodating small and large groups, supporting various training scenarios, and ensuring compliance with military training standards. This simulator is crucial for enhancing force protection capabilities within military contexts, providing realistic training experiences for personnel. Interested vendors must ensure delivery by June 30, 2025, and adhere to federal acquisition regulations, with a focus on supporting small businesses, including Women-Owned and Economically Disadvantaged Women-Owned Small Businesses. For further inquiries, potential bidders can contact Ian Smith at ian.smith.33@us.af.mil or Kimberley L. Alvarez at kimberley.alvarez.1@us.af.mil.

    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) for a firearm simulation system equivalent to the InVeris FATS 100MIL-USAF. Key requirements include a scalable training screen for small and large groups (5-12 lanes), using a 120-volt outlet in a VR/AR lab environment. The system must support diverse training scenarios reflecting real-world situations like active shooter incidents, with adherence to military training standards. It should provide reliable technical support and routine software updates without network connectivity for security reasons. Additionally, it requires the inclusion of five SIG M18 pistols that utilize compressed air, simulating realistic firearm dynamics, and robust construction for frequent use. A compressed air fill station and assembly are also specified, alongside a requirement for minimal maintenance and independent troubleshooting capabilities. Comprehensive instructor training for at least seven faculty members during installation is essential to ensure effective training delivery. Vendors are expected to offer a standard warranty and reliable support throughout the system's lifecycle. Overall, this RFP emphasizes the need for an immersive, effective training tool to enhance force protection capabilities within military contexts.
    This solicitation by the U.S. Air Force outlines the contract for the procurement of a Firearm Simulator, specifically the INVERIS FATS 100MIL-USAF model, under requisition number FA301025Q0015. The solicitation focuses on ensuring that the requirements meet the specific performance characteristics detailed in attachment one and mandates that the contractor comply with federal acquisition regulations. Key elements of the contract include a requirement for delivery no later than June 30, 2025, with inspection and acceptance conducted by the government at the destination. Payment will be managed electronically via the Wide Area Workflow system, with strict adherence to cybersecurity and safety measures outlined in various federal clauses. Notably, the contract includes provisions for small business set-asides, emphasizing support for Women-Owned Small Businesses (WOSB) and Economically Disadvantaged Women-Owned Small Businesses (EDWOSB). This solicitation exemplifies the government's commitment to equitable procurement practices while ensuring the acquisition of necessary training equipment for defense personnel through stringent regulatory compliance and oversight.
    Lifecycle
    Title
    Type
    Firearm Simulator
    Currently viewing
    Solicitation
    Similar Opportunities
    RFI: HAF/A5 Advanced Wargaming and Simulation Technologies for Integrated Force Design
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting a Request for Information (RFI) to identify U.S. vendors capable of providing advanced wargaming and simulation technologies for the Integrated Force Design initiative, known as the WarMatrix Ecosystem. The Air Force aims to transform its current capabilities by developing a digital system that enhances decision-making through advanced software, modeling and simulation (M&S), and Artificial Intelligence (AI), addressing existing challenges with outdated tools and disconnected systems. This initiative is crucial for achieving Decision Superiority and refining force design in future military campaigns. Interested vendors must submit capability briefs by January 9, 2026, at 2:00 PM EST, to Capt Richard Snyder at richard.snyder.12@us.af.mil, detailing their relevant technologies and experience.
    FY26 Drone Course Equipment
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of equipment related to the FY26 Drone Course. This opportunity is a combined synopsis/solicitation for commercial products or services, with a focus on ensuring that all proposals meet specific technical requirements, including the submission of a completed Excel spreadsheet as outlined in the solicitation. The equipment is essential for enhancing training capabilities in drone operations, which are increasingly vital for modern military operations. Interested vendors must submit their proposals through the Procurement Integrated Environment (PIEE) by December 17, 2025, at 10:00 AM CST, and should direct any inquiries to Benton Medcalf at benton.medcalf@us.af.mil.
    F-35 "Lightning II" Training Systems and Simulation
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's NAWC Training Systems Division, is seeking to issue a sole-source Indefinite Delivery Indefinite Quantity (IDIQ) contract for the F-35 "Lightning II" Training Systems and Simulation. This contract aims to provide a comprehensive range of services, including analysis, modeling, simulation, design, development, production, modification, test and evaluation, and product support for F-35 training systems and simulation products, ensuring realistic training events for pilots, aircrew, and maintainers. The integration of these capabilities into the Training Infrastructure System (TIS) Operational Environment is crucial for the effective training of personnel on the complex F-35 air system. Interested parties may respond to the sources sought notice within 15 calendar days to identify their capabilities; however, the government is not obligated to award a contract and will not cover any costs incurred in preparing responses. For further inquiries, contact Tara Malloy-Paull at tara.malloy-paull@jsf.mil or Michael Donaldson at Michael.donaldson2@jsf.mil.
    F-15 SMDC Initiators
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of F-15 SMDC initiators, which are critical components for aircraft egress systems. The solicitation, identified as FA8213-26-R-3002, requires qualified sources to submit a qualification package, with evaluation based on the lowest technically acceptable price. This procurement is vital for ensuring the operational readiness and safety of military personnel, as these initiators play a crucial role in emergency egress systems. Interested parties must submit their proposals by January 2, 2026, and can direct inquiries to Abbigail Clawson at abbigail.clawson@us.af.mil or Cole Sposato at cole.sposato.1@us.af.mil.
    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.
    Small Arms Marksmanship Trainer (SAM-T)
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Training Systems Division (NAWCTSD), is seeking industry input for the Small Arms Marksmanship Trainer (SAM-T) technology refresh of Device No. 3F89, located at the Naval Recruit Training Command (RTC) in Great Lakes, IL. The objective is to gather information on commercially available solutions that can expand the current 60-lane training system to 120 untethered lanes, replicating the M18 service pistol in accordance with PRF 250070, while assessing the need for any facility modifications to support this upgrade. The SAM-T is crucial for Navy recruits to meet their small arms training and qualification requirements. Interested parties are encouraged to provide detailed assessments and scalability information, and can contact Brittney Behr at brittney.n.behr.civ@us.navy.mil or 407-380-4686 for further inquiries.
    Common Armament Tester for Fighter (CAT-F)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is preparing to issue a Request for Proposal (RFP) for the Common Armament Tester for Fighters (CAT-F) project, aimed at designing, developing, manufacturing, and sustaining testing equipment for the F-16, F-15, and A-10 aircraft platforms. This procurement is critical for ensuring effective maintenance capabilities, as the CAT-F will be used to test Preload, Clean Wing, and Fault Isolation Requirements at both Organizational (O-Level) and Intermediate (I-Level) Maintenance levels. The acquisition will follow a Full and Open Competitive Acquisition process, with an anticipated RFP issue date in the third quarter of FY25 and a response deadline of 45 days thereafter. Interested parties can direct inquiries to Oya Harrison at oya.harrison.1@us.af.mil or Alexis Davis at alexis.davis.13@us.af.mil, with the project expected to include a mix of pricing arrangements and a delivery schedule for prototypes beginning 12 months after order placement.
    Simio Software License(s) Hill AFB, UT
    Dept Of Defense
    The Department of Defense, specifically the United States Air Force, is seeking to procure seven (7) Simio RPS Edition Single User Annual Subscription Licenses – Node Locked for use at Hill Air Force Base in Utah. This procurement aims to fulfill a requirement for software that includes technical support and updates, essential for operational efficiency within the Air Force. The licenses are expected to be delivered within 30 days after receipt of order to the designated shipping address at Hill AFB. Interested vendors should contact Kevin Hutchison at kevin.hutchison.2@us.af.mil or Devin Laughter at devin.laughter@us.af.mil for further details and to express their interest in this opportunity.
    Common Armament Tester for Fighter (CAT-F)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the Common Armament Tester for Fighter (CAT-F) program, aimed at developing, manufacturing, and sustaining armament testers for F-16, F-15, and A-10 aircraft. This procurement involves creating a versatile armament tester capable of performing essential maintenance tasks, including Preload, Clean Wing, and Fault Isolation Requirements at both O-Level and I-Level Maintenance. The selected contractors will be responsible for delivering prototypes and subsequent production units, with a total maximum contract value estimated at $420,430,000.00, and the contract period includes a one-year basic term with four one-year options. Interested parties should direct inquiries to Oya Harrison at oya.harrison.1@us.af.mil or Alexis Davis at alexis.davis.13@us.af.mil, noting that the proposal due date is currently indefinite due to a protest, with updates to be provided in forthcoming amendments.
    MAFT (IFT-R)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide initial and seasoning training for rotary wing aircrew, specifically for Bell 206 pilots. The procurement aims to fulfill the training requirements outlined in the Statement of Work (SOW) dated January 27, 2023, ensuring that Air Force pilots receive the necessary education and technical skills for effective operation of the Bell 206 aircraft. This training is crucial for maintaining operational readiness and enhancing the capabilities of Air Force pilots. Interested parties can contact Kodi Davis at kodi.davis@us.af.mil or by phone at 210-625-6904 for further details regarding this opportunity.