Augmented Reality M4A1/M18 Weapons Training System
ID: W50S8425Q0003Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7NF USPFO ACTIVITY MIANG 110BATTLE CREEK, MI, 49015-5515, USA

NAICS

Commercial and Service Industry Machinery Manufacturing (333310)

PSC

TRAINING AIDS (6910)

Set Aside

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

    The Department of Defense, specifically the Department of the Army, is seeking quotes for the procurement of an Augmented Reality M4A1/M18 Weapons Training System at the Battle Creek Air National Guard Base in Michigan. This Request for Quote (RFQ) aims to acquire a comprehensive training system that includes all necessary equipment, hardware, and software to facilitate realistic military training for personnel, supporting up to four trainees in both real and augmented environments. The selected system will enhance training effectiveness through advanced simulation technologies, ensuring a safe and immersive learning experience. Interested small businesses must submit their quotations by July 9, 2025, and are encouraged to direct any inquiries to SSgt Joseph Bryant at joseph.bryant.14@us.af.mil or MSgt Michael Solo at michael.solo.4@us.af.mil, noting that funding for this contract is currently not available and contingent upon future appropriations.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) for an Augmented Reality M4A1/M18 Weapons Training System, specifically from InVeris Training Solutions. It specifies the need for a training system that includes all necessary equipment, hardware, and software for operating a simulator, along with on-site setup, installation, and initial familiarization training. The system is to support up to four trainees in both real and 3D augmented environments, ensuring visibility of physical features and training partners. Key features include customizable avatars, extensive room scanning capability, real-time action reviews, communication systems, and high-fidelity training weapons. Additionally, it emphasizes that duty-issued weapons must not be retrofitted for this training. The purpose of this RFP is to enhance military personnel training through advanced simulation technologies, ensuring a realistic and safe learning environment.
    The document outlines the requirements and clauses incorporated by reference in a federal government contract (RFP W50S8425Q0003). It emphasizes compliance with various federal regulations relating to former Department of Defense (DoD) officials' compensation, employee whistleblower rights, and the acquisition of telecommunications equipment. Additionally, the document addresses procurement guidelines related to defense commodities, specifically prohibitions and representations concerning countries associated with certain regimes, notably the Maduro regime and the Xinjiang Uyghur Autonomous Region. Key clauses include stipulations on unique item identification for delivered items, electronic payment submission through Wide Area Workflow (WAWF), and the necessity for offerors to maintain updated representations and certifications in the System for Award Management (SAM). The overarching goal is to ensure transparency, compliance, and security in federal contracting while safeguarding U.S. economic and national interests. The comprehensive nature of this RFP demonstrates the federal government's commitment to adhering to regulatory standards while fostering accountability in procurement processes.
    The document outlines the government's strategies to enhance competition in future acquisitions by assessing existing barriers. Specifically, it mentions a review process for requirements to integrate any new commercial or joint solutions approved at the enterprise level. This proactive approach aims to adjust requirements and conduct thorough market research to ensure more competitive bidding opportunities. The file is signed by MSgt Michael J. Solo, indicating its official nature and the importance of addressing these competitive barriers in federal RFPs and grants. Overall, the document underscores the government's commitment to fostering an open and competitive marketplace for its future contracts.
    This document outlines a Request for Quote (RFQ) for the procurement of a specified commercial item, the InVeris FATS AR System, by the National Guard at the Battle Creek Air National Guard Base, MI. The solicitation number is W50S84-25-Q-0003, and it was posted on June 9, 2025, under NAICS code 333310, with a firm-fixed price contract expected. Quotations are to be submitted via email by July 9, 2025, including essential company information and an itemized pricing table. Key factors for evaluation include price, product characteristics, delivery schedule, and warranty terms. The funding to support this contract is not yet available, as stated in the document. The delivery terms require that the items be shipped FOB Destination to the specified base within 60 days after the contract is awarded, with an alternate proposal for up to 120 days if needed. Additionally, the document emphasizes the importance of registration with the System for Award Management (SAM) for eligibility in the bidding process. Any protests regarding this procurement can be filed through the National Guard Agency's Protest Program, offering a streamlined resolution process. Overall, this RFQ is a structured request aimed at obtaining a specific item while following established government procurement procedures.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    J&A
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W4GG HQ US Army TACOM, is issuing a Justification and Approval (J&A) for Contract W56HZV-18-D-0004 P00006. This procurement relates to armament training devices, which are critical for military training and operational readiness. The J&A document outlines the necessity for these devices to ensure effective training programs for military personnel. Interested parties can reach out to Mark Hilson at mark.d.hilson.civ@army.mil or Patricia Pierce at patricia.pierce3.civ@army.mil for further details regarding this opportunity.
    M4 Rifle and Parts (5.56x45mm NATO)
    Homeland Security, Department Of
    The Department of Homeland Security, through U.S. Customs and Border Protection (CBP), is seeking information from manufacturers and distributors regarding the procurement of M4-style rifles, parts, and accessories, as well as armorer training. The objective is to establish an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to augment or replace existing rifles used for duty and training, ensuring compatibility with MILSPEC standards and addressing specific performance requirements outlined in the draft Statement of Work. These rifles and parts are critical for law enforcement operations, and the contract may also be utilized by other federal agencies. Interested parties should direct inquiries to John Crockett at JOHN.T.CROCKETT@cbp.dhs.gov, and note that this Request for Information (RFI) is for planning purposes only, with no commitment to issue a Request for Proposal (RFP) at this time.
    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.
    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.
    Foreign Military Sales (FMS) Requirement for Qty 100 Smart Thor HD 384 Thermal Sights
    Dept Of Defense
    The Department of Defense, through the U.S. Army Contracting Command-Aberdeen Proving Ground, is seeking proposals for the procurement of 100 Smart Thor HD 384 Thermal Sights as part of a Foreign Military Sales initiative for Tunisia. This requirement includes specific technical specifications such as a Focal Point Array size not larger than 640x512, a 384x288 sensor, and a magnification range of 4.5-18x, with a human detection range of up to 1500 meters. The contract is a total small business set-aside under NAICS Code 334511, emphasizing the importance of these thermal sights for military operations. Interested contractors must submit their quotes by 10:00 AM EST on December 18, 2025, and are encouraged to direct any inquiries to Charrissa Stancell at charrissa.m.stancell.civ@army.mil before the deadline for questions on December 11, 2025.
    10--ARM,SIGHT EXTENSION
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of Arm Sight Extensions, specifically NSN 1015009087342. The contract will involve an Indefinite Delivery Contract (IDC) with an estimated quantity of four units to be delivered within 140 days after order placement, with a total order value not exceeding $350,000 over the contract's one-year term. These items are critical for military operations, ensuring the effectiveness and reliability of weapon systems. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    Mortar Fire Control Systems (MFCS) Hardware and Operator New Equipment Training and Maintainer New Equipment Trainng (OPNET/MNET) Services
    Dept Of Defense
    The Department of Defense, through the U.S. Army Contracting Command–New Jersey, is seeking to extend the ordering period for the Mortar Fire Control Systems (MFCS) Hardware and Operator New Equipment Training and Maintainer New Equipment Training (OPNET/MNET) Services. This procurement involves a modification to Contract W15QKKN-17-D-0007, which will extend the ordering period by one year and increase the maximum contract value to facilitate the production, kitting, delivery, fielding, testing, and training associated with the Mortar Fire Control Systems. These systems are critical for enhancing the operational capabilities of U.S. Army units. Interested parties can reach out to Michael Samra at michael.w.samra.civ@army.mil or by phone at 973-724-3965, or contact Amy Sentner at amy.sentner.civ@army.mil or 609-562-5649 for further details.
    Army Targetry Systems (ATS) III, Multiple Award (MA), Indefinite- Delivery Indefinite-Quantity (IDIQ) base contracts
    Dept Of Defense
    The Department of Defense, through the Army, is seeking contractors for the Army Targetry Systems (ATS) III, which involves Multiple Award Indefinite-Delivery Indefinite-Quantity (IDIQ) base contracts. This procurement aims to support the development and provision of armament training devices, which are critical for military training and operational readiness. The contract, identified as W56HZV-18-D-0001, has been modified to enhance the capabilities of the ATS III program, ensuring that the Army has access to the necessary training systems. Interested parties can reach out to Delaney Tepel at delaney.e.tepel.civ@army.mil or Patricia Pierce at patricia.pierce3.civ@army.mil for further information regarding this opportunity.
    sUAS Group 1
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals from qualified small businesses for the procurement of a Small Unmanned Aerial System (sUAS) Group 1, as outlined in a combined synopsis/solicitation. The required specifications for the quadcopter drone include a minimum range of 3 kilometers, a flight time of at least 30 minutes, a minimum propeller size of 8 inches, and the inclusion of a remote control, rechargeable batteries, and Wi-Fi connectivity. This procurement is critical for enhancing operational capabilities within various government applications, and interested vendors must submit their quotes by December 17, 2025, with questions due by August 25, 2025. For further inquiries, potential bidders can contact Cory Palletti at cory.b.palletti2.mil@army.mil or Justin C. Gould at justin.c.gould5.mil@army.mil.
    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.