Tactical Combat Casualty Simulator
ID: N00189QTCCCSimulatorType: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Commercial and Service Industry Machinery Manufacturing (33331)

PSC

TRAINING AIDS (6910)
Timeline
    Description

    The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center Norfolk, is seeking proposals for the procurement of Tactical Combat Casualty Simulators to enhance training capabilities for Tactical Combat Casualty Care (TCCC). The requirement includes various simulators and training kits, such as the Simulator-TCCCMan and TCCC Skill Set All-Combatant System, designed to provide realistic training scenarios for military personnel in critical trauma situations. The simulators will feature advanced capabilities, including remote-controlled bleeding management and robust construction for use in austere environments, with delivery expected within 60 days post-award to a location in Norfolk, Virginia. Interested vendors can contact Charles D. Bell at 757-443-1856 or via email at charles.d.bell2@navy.mil for further details and must adhere to the outlined provisions and clauses in the solicitation documents.

    Point(s) of Contact
    Telephone: 757-443-1856
    charles.d.bell2@navy.mil
    Files
    Title
    Posted
    The document outlines the clauses and provisions related to telecommunications and video surveillance services or equipment in federal contracts. It emphasizes compliance with the John S. McCain National Defense Authorization Act, specifically prohibiting agencies from procuring equipment or services utilizing covered telecommunications equipment from certain foreign entities, including notable companies like Huawei and ZTE. Offerors must represent whether they provide or use such covered equipment and disclose specific details if applicable. The clauses also encompass representations regarding delinquent tax liabilities and felony convictions, stipulating that corporations with these issues cannot contract with the government. Moreover, the document necessitates offers to affirm their product's country of manufacture under the Buy American Act, evaluating whether products are primarily produced in the U.S. or abroad. Overall, the document aims to ensure that federal contracts adhere to national security, fiscal compliance, and domestic procurement standards.
    The document outlines a combined synopsis and solicitation for the procurement of a Tactical Casualty Combat Simulator (N0018925QTCCCSimulator) as part of the federal government's efforts to provide commercial items. The government seeks to purchase this simulator at a firm fixed price, with the associated NAICS code being 333310, allowing for proposals from all responsible sources. The primary purpose of the simulator is to assist in Tactical Combat Casualty Care (TCCC) for the Commander Naval Beach Group Two. Key features of the simulator include remote-controlled bleeding capabilities, extensive environmental durability, a communication link requiring no Wi-Fi or Bluetooth, a three-year warranty, and various training components. The delivery of the simulator is required within 60 days after the award, to be delivered to a specified location in Virginia. The document specifies necessary proposal submissions and evaluation criteria, indicating that quotes should be submitted electronically. Relevant provisions and clauses—including those concerning contract terms, representations, and certifications—are incorporated in attachments. The Defense Priorities and Allocations System rating does not apply to this acquisition. Overall, the synopsis serves as a formal request for quotations in a military context, reflecting the government's commitment to enhancing training capabilities in tactical medical care.
    The document outlines the contract clauses applicable to RFPs and federal grants, detailing the legal requirements and certifications necessary for contractors engaging in federal procurements. Key clauses address aspects such as the System for Award Management, safeguarding information systems, and prohibitions on specific telecommunications equipment linked to national security concerns. It emphasizes compliance with laws regarding small businesses, including guidelines for economically disadvantaged and veteran-owned firms. The evaluation criteria for bids are highlighted, prioritizing factors like price and past performance. Additionally, contractors are instructed on their responsibilities concerning labor standards, whistleblower rights, and the handling of sensitive information. Overall, the document serves as a comprehensive guide for entities responding to federal solicitations, ensuring that they understand the regulatory framework governing their participation in government contracts, promoting transparency and accountability within federal procurement processes. The importance of safeguarding federal information and promoting small business participation is also underscored.
    The document presents specifications for a portable medical device designed for effective hemorrhage control in various austere environments. Key features include remote-controlled bleeding management from multiple sites, rapid exchange capability with a lithium-ion battery, a large capacity bleeding bag, and robust construction to endure challenging conditions like rain and sand. The device can control arterial and venous bleeding, apply tourniquets, and conduct airway management, making it suitable for critical trauma situations such as gunshot wounds and pelvic injuries. It is equipped with a proprietary communication link that operates independently of Wi-Fi or Bluetooth, enhancing its usability in remote areas. The package includes essential training tools like a remote instructor tablet and a training IFAK, among other support items. This information aligns with Developmental Testing Directorate standards and indicates that the device comes with a 3-year manufacturer warranty, ensuring reliability for end-users. Overall, the document serves to outline requirements for potential vendors responding to a federal request for proposals related to emergency medical equipment.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    U.S. Navy (USN) Tactical Combat Training System Increment II (TCTS II) and United States Air Force (USAF) equivalent P6 Combat Training System (P6CTS)
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Training Systems Division (NAWCTSD), is seeking procurement of supplies and services to support the U.S. Navy's Tactical Combat Training System Increment II (TCTS II) and the United States Air Force's equivalent P6 Combat Training System (P6CTS). This initiative aims to provide advanced air combat training capabilities, including secure air-to-air and air-to-ground data links, with features such as encryption and enhanced threat environments for various aircraft types. The TCTS II system is designed for both range-tethered and untethered training, ensuring interoperability with existing infrastructure and previous TCTS variants. Interested parties should note the tentative schedule, with a draft RFP expected on January 16, 2026, an RFP release on February 4, 2026, and a contract award anticipated by September 24, 2026. For further inquiries, contact Kurt Susnis at kurt.susnis@navy.mil or Andrea Gordon-Eubanks at andrea.l.gordoneubanks.civ@us.navy.mil.
    6515--EndoSuite Simulator
    Buyer not available
    The Department of Veterans Affairs is seeking information from potential sources for the procurement of an EndoSuite Simulator and its components for the Tibor Rubin VA Medical Center located in Long Beach, California. The simulator must meet specific salient characteristics, including features such as interchangeable cartridges, a 27-inch touchscreen, power foot switches, various scope types, and a comprehensive set of basic and advanced endoscopy modules for SAGES Fundamentals of Endoscopic Surgery (FES) testing. This procurement is crucial for enhancing the training and operational capabilities of medical staff, ensuring they are equipped with the latest technology for endoscopic procedures. Interested parties are encouraged to submit their capabilities and relevant information by December 19, 2025, at 12:00 PM PDT, to the primary contact, Israel Garcia, via email at Israel.Garcia2@va.gov.
    COMMAND AIRCRAFT CREW TRAINING (CACT) PROGRAM FOR ACADEMIC AND SIMULATOR TRAINING ON THE UC-35D AIRCRAFT
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Orlando Training Systems Division (NAWCTSD), is seeking qualified contractors to provide academic and simulator training for the Navy's Command Aircraft Crew Training (CACT) Program on the UC-35D aircraft. The procurement involves a Firm Fixed Price (FFP) Requirements contract anticipated to span 60 months, commencing on or about October 30, 2026, and aims to fulfill comprehensive training requirements, including Pilot Initial and Recurrent Training, as well as International Procedures Training. This training is critical for ensuring military aviators are proficient in operating the UC-35D aircraft, which is vital for various Navy operations. Interested parties must submit their capabilities statements by 2 PM EST on January 7, 2026, and can direct inquiries to Joseph Willdigg at joseph.willdigg.civ@us.navy.mil or Audrey Rolland at audrey.rolland@navy.mil.
    F-35 "Lightning II" Training Systems and Simulation
    Buyer not available
    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.
    LEFT TRAINING HDL
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the procurement of LEFT TRAINING HDL, a marine hardware item classified under NAICS code 336612. The contract requires the manufacture and supply of this item, with specific quality assurance and inspection standards outlined, including compliance with MIL-STD-130 and MIL-I-45208. This procurement is critical for maintaining operational readiness and support for naval operations, with quantities specified for delivery to designated freight addresses in Norfolk, VA, and San Diego, CA. Interested vendors should contact James B. Burnett at 717-605-8656 or via email at JAMES.B.BURNETT1.CIV@US.NAVY.MIL for further details and to submit their proposals.
    Final Request for Proposal under FTSS V MAC Lot 1
    Buyer not available
    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.
    Sources Sought for EXU-1 Medical & Shooting Training
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking sources for Tactical Firearms Training and Combat Medical Care training for personnel of the Expeditionary Exploitation Unit ONE (EXU-1). The training requirements include three-day tactical shooting courses for up to 15 students, a one-day firearms course for Battalion Staff, and a three-day Tactical Combat Medical (TCM) training session for ten students, focusing on shooting fundamentals, combat mindset, and battlefield medical care. Interested vendors must submit a company brochure, capabilities, and relevant information by December 11, 2025, to Lisa Curtis at lisa.m.curtis29.civ@us.navy.mil, with the understanding that this is a Sources Sought Notice and not a formal solicitation.
    Notice of Intent to Sole Source Virtual Reality Simulator Eyesi Surgical Complete System for Naval Medical Center San Diego
    Buyer not available
    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.
    Fielded Training Systems Support V (FTSS V) Submarine Contractor Maintenance Services (SubCMS)
    Buyer not available
    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.
    Conflict Kinetics Synthetic Weapons Annual Maintenance
    Buyer not available
    The Department of Defense, specifically the Naval Supply Systems Command Fleet Logistics Center Norfolk, is seeking to award a sole source firm-fixed price Indefinite Delivery/Indefinite Quantity (IDIQ) contract for the annual maintenance of synthetic weapons to Conflict Kinetics Corporation. This procurement is justified under the authority of Other Than Full and Open Competition due to the unique capabilities of Conflict Kinetics Corporation, which is the only responsible source that can meet the agency's requirements for maintenance and repair of these specialized equipment. The contract will be performed in Virginia Beach, VA, and interested parties can reach out to Jill Joscelyn at JILL.JOSCELYN@NAVY.MIL or by phone at 757-443-1219 for further details.