MVR Simulation Virtual Reality Scene Generator (VRSG) renewals
ID: PANRSA-26-P-030736Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYACC

NAICS

Software Publishers (513210)
Timeline
    Description

    The Department of Defense, specifically the Combat Capabilities Development Command (DEVCOM) Aviation and Missile Center (AvMC), is seeking to procure thirty-two (32) renewals of the MVR Simulation Virtual Reality Scene Generator (VRSG) under a sole-source contract. This procurement is essential for maintaining the Joint Simulation Interoperability Lab (JSIL)'s MUSE/AFSERS training system, which relies on VRSG to create realistic 3D environments and sensor simulations for Unmanned Aircraft Systems (UAS) and Remotely Piloted Aircraft (RPA) training. The requirement is justified under FAR 16.505(b)(2)(i)(B), and neglecting the maintenance of VRSG could jeopardize military readiness and increase cyber risks. Interested parties may contact Shanika Hamilton at shanika.l.hamilton.civ@army.mil or Dianna Cooper at dianna.cooper2.civ@army.mil for further information, with responses from capable sources being considered within 7 days of the notice publication.

    Point(s) of Contact
    Files
    Title
    Posted
    The Combat Capabilities Development Command (DEVCOM), Aviation and Missile Center (AvMC), Software Simulation Systems Engineering and Integration Directorate (S3I) requires 32 MVR Simulation Virtual Reality Scene Generator (VRSG) renewals. This sole-source purchase order, justified under FAR 16.505(b)(2)(i)(B), is critical for the Joint Simulation Interoperability Lab (JSIL)'s MUSE/AFSERS training system, which relies on VRSG for realistic 3D virtual environments and sensor simulations for Unmanned Aircraft Systems (UAS) and Remotely Piloted Aircraft (RPA) training. Market research identified Bohemia Interactive Simulation's VBS Blue IG as an alternative, but it lacked crucial features such as concurrent multi-viewport, key API functionalities, video streaming, KLV metadata, and integrated radar simulation. Neglecting VRSG maintenance would jeopardize military readiness, incur financial penalties, and increase cyber risks by rendering training scenarios outdated. This brand-name restriction, exceeding $25K but below the simplified acquisition threshold, will be publicly posted with redactions, citing an exception under FAR 16.505(a)(4)(iii)(C).
    Lifecycle
    Title
    Type
    Similar Opportunities
    MAK VT SWM
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is seeking proposals for software and maintenance services under the solicitation N0017826Q6657. The procurement focuses on obtaining maintenance renewals for VR-Link Run-Time, VR-Vantage, and SensorFX software, which are critical for ensuring compatibility with existing shipboard systems and minimizing procurement delays. This opportunity is not set aside for small businesses, and only authorized resellers are eligible to submit quotes, with a firm fixed-price contract anticipated to be awarded by February 6, 2026. Interested parties must submit their proposals by January 6, 2026, and can direct inquiries to Jessica Gallagher at jessica.b.gallagher2.civ@us.navy.mil or by phone at 540-742-4098.
    Notice of Intent to Sole Source Virtual Reality Simulator Eyesi Surgical Complete System for Naval Medical Center San Diego
    Dept Of Defense
    The Defense Health Agency (DHA) intends to award a sole source contract to Haag-Streit USA, Inc. for the procurement of a Virtual Reality Simulator Eyesi Surgical Complete System for the Ophthalmology and Refractive Surgery Department at Naval Medical Center San Diego (NMCSD). This acquisition aims to replace a non-functional simulator that is critical for Graduate Medical Education (GME) and patient safety, allowing residents to practice microsurgical skills in a controlled environment, thereby reducing risks associated with live surgeries. The Eyesi simulator is uniquely validated for cataract and vitreoretinal surgeries and includes a curriculum aligned with GME standards, ensuring residents receive adequate training before performing surgeries on actual patients. Interested parties may submit capability statements by January 21, 2025, with the delivery of the simulator required by March 1, 2025. For further inquiries, contact Jennifer Collins at jennifer.e.collins23.civ@health.mil or Kennette Esguerra at kennette.m.esguerra.civ@health.mil.
    Synopsis- AMSO M&S Support Services
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command Detroit-Arsenal (ACC-DTA), intends to award a sole source contract to Trideum Corporation for Modeling and Simulation (M&S) support services at the U.S. Army Center for Army Analysis. This contract will provide continuous M&S services in support of the Strategy and Resources and Simulation Proponent and School Branches of the Army Modeling and Simulation Office (AMSO), utilizing the Department of Defense's Employee Stock Ownership Plan (ESOP) Pilot Program. The solicitation for this opportunity will be posted on SAM.gov approximately 15 days from the date of this notice, and while the award is intended to be sole source, other interested parties may submit a capabilities statement for consideration. For further inquiries, interested parties can contact Kelsey Greenwell at kelsey.d.greenwell.civ@army.mil or by phone at 571-588-8898.
    Sole Source Justification Aviation Command & Control Simulations-Plexsys Interface Products, Inc
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking to procure Aviation Command & Control Simulations from Plexsys Interface Products, Inc. This sole source justification is aimed at supporting the 2023 MACG-18 MISTEX exercise, highlighting the critical need for specialized training aids and devices in military operations. The procurement is classified under the PSC code W069, which pertains to the lease or rental of equipment for training purposes. Interested parties can reach out to Adrian P. Powell at adrian.p.powell@usmc.mil or call 315-645-4637 for further details regarding this opportunity.
    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.
    Mastercam Software Subscription Maintenance Renewal
    Dept Of Defense
    The Department of Defense, specifically the 502d Contracting Squadron at Joint Base San Antonio-Randolph, Texas, intends to award a firm-fixed-price purchase order for the renewal of Mastercam Software Subscription Maintenance. This procurement involves the renewal of annual software maintenance and support for eight licenses of Mastercam CAD/CAM software, which is critical for fabricating parts using Computer Numerically Controlled (CNC) equipment and is considered an industry standard. The justification for a sole source procurement highlights the significant past investments in the software and the extensive training of personnel, emphasizing that failure to renew would severely impact production and mission success. Interested parties may submit their qualifications to Vivian Fisher at vivian.fisher@us.af.mil and Catherine Hardy at catherine.hardy@us.af.mil by December 26, 2025, at 1:00 PM Central Time.
    Mission Video Distribution System (MVDS) Services
    Dept Of Defense
    The Department of Defense, specifically the Air Combat Command (ACC), is seeking industry sources for the Mission Video Distribution System (MVDS) Services, with a focus on providing engineering and technical support for the HQ 9th Air Force (Air Forces Central). The procurement aims to ensure the availability and operational support of the MVDS, which is critical for military operations within the United States Central Command (USCENTCOM) Area of Responsibility, including on-site support at Shaw Air Force Base in South Carolina and Al Udeid Air Base in Qatar. Interested parties must demonstrate their capability to meet the requirements, including software development, system engineering, and compliance with security standards, while adhering to government regulations. Responses are due by January 6, 2026, at 2:00 PM EST, and inquiries should be directed to Scott D. Bedford or Nicholas Bachman via email.
    BroadSim Upgrade
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force, is seeking to procure upgrades for the BroadSim Signal Generator software through a non-competitive process. The procurement is aimed at acquiring proprietary software upgrades from Orolia/Talen-X, which are essential for maintaining compatibility and interoperability with the existing BroadSim Signal Generator equipment used by the Joint Navigation Warfare Center (JNWC). This upgrade is critical as it ensures the continued operational effectiveness of the navigation warfare capabilities without replacing the current inventory of equipment. Interested parties can reach out to Shawn Hires at shawn.hires.1@us.af.mil or by phone at 402-294-2455 for further information regarding this opportunity.
    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.
    C130J Digital Heads Up Display Enhanced Vision System Demonstration
    Dept Of Defense
    The Department of Defense, specifically the Air Force, is seeking to procure a T-2 demonstration of an Enhanced Vision System (EVS) for the C-130J Digital Heads-Up Display (DHUD) under a delivery order against the GSA OASIS IDIQ contract. This procurement aims to enhance operational capabilities during the Air National Guard's firefighting season by demonstrating the EVS in challenging weather conditions such as fog, smoke, and heavy rain. The contract, valued at approximately $10 million over 14 months, has been justified under FAR 16.505(b)(2)(i)(B), indicating that only Raytheon Technologies' Collins division can meet the unique requirements due to their extensive experience and compatibility with existing systems. Interested parties can contact Kortney M. Coalt at kortney.coalt@us.af.mil or Justin Stanfill at justin.stanfill@us.af.mil for further information.