Implementation of Advanced Government Simulation Capabilites
ID: FA822225RB001Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8222 AFSC PZIEHILL AFB, UT, 84056-5805, USA

NAICS

Custom Computer Programming Services (541511)

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)
Timeline
  1. 1
    Posted Mar 17, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 17, 2025, 12:00 AM UTC
  3. 3
    Due Apr 5, 2025, 11:00 PM UTC
Description

The Department of Defense, specifically the Department of the Air Force, is seeking contractors to provide non-personal services for the Implementation of Advanced Government Simulation Capabilities. The procurement focuses on software development and integration, advanced capabilities research and development, cybersecurity measures, and comprehensive software testing, all aimed at enhancing the operational effectiveness of various DoD systems. This initiative is critical for improving modeling and simulation capabilities, ensuring cybersecurity throughout the development lifecycle, and integrating threat representation enhancements. Interested parties can find further details under posting FA8222-25-R-IAGSC on SAM.gov, with the contract expected to run from March 18, 2025, to September 17, 2027. For inquiries, contact Austin Hurst at austin.hurst.2@us.af.mil or Carmen M Mertz at carmen.mertz@us.af.mil.

Point(s) of Contact
Files
Title
Posted
Mar 17, 2025, 10:05 PM UTC
The document is an error message indicating that the PDF viewer is unable to display the contents of a government file related to federal RFPs, grants, and state/local RFPs. It suggests upgrading to the latest version of Adobe Reader for proper access and provides links for assistance with the software. It briefly mentions that Windows, Mac, and Linux are registered trademarks associated with Microsoft Corporation, Apple Inc., and Linus Torvalds, respectively. The main purpose of the document is to inform users about potential technical issues with viewing government files and guide them on resolving these issues for proper access to information on federal grants and RFPs. However, due to the lack of substantive content in the message, no further details or key ideas can be extracted or summarized.
Mar 17, 2025, 10:05 PM UTC
The document details the Contract Data Requirements List (CDRL) as outlined by the DD Form 1423-1 and pertains to various contractual obligations and data submissions under specific government contracts. It outlines the requirements and procedures for data item submissions associated with various data items like reports, management documents, or training material required by the Air Force Systems Command (AFSC/SWX). Each entry, marked by a unique Data Item Number, specifies the title, authority, frequency of submission, distribution, and requirements for inspection and approval. Key data items include monthly status reports, contract invoicing, software sustainability packages, cybersecurity reports, and accident reports. These submissions aim to ensure compliance with governmental regulations, maintain operational safety, and facilitate effective project management. The document serves as a guide for government officials and contractors, emphasizing the structure and timeliness of data reporting to support the contractual agreement. It reflects a commitment to transparency and accountability within federal and defense contracts, indicating the various responsibilities and timelines associated with contractor performance.
Mar 17, 2025, 10:05 PM UTC
The document outlines a Justification and Approval (J&A) for a sole source contract awarded to Modern Technology Solutions Inc. (MTSI) to provide continued software development and support for the Air Force Sustainment Center's Experimentation Division, due to the inability to secure a bridge contract following the expiration of a previous GSA vehicle. This acquisition is justified under 10 U.S.C. 3204(a)(1), emphasizing the necessity to avoid a break in service which would significantly disrupt critical programs, with an estimated performance period from March 2025 to March 2027. Market research indicated that, despite 33 vendor responses, only MTSI was uniquely qualified to meet the specific and urgent requirements without causing interruptions in service.
The Performance Work Statement (PWS) outlines tasks for the Implementation of Advanced Government Simulation Architectures (IAGSC) within the Air Force Sustainment Center (AFSC), specifically targeting software development and integration for various Department of Defense (DoD) systems. The document aims to enhance warfighter effectiveness through innovation and system capabilities. Services include program management, software engineering, cybersecurity, system administration, and training support, with a heavy focus on collaboration with government personnel. Key requirements entail monthly and quarterly status updates, adherence to cybersecurity protocols, and compliance with health and safety standards. Performance metrics establish expectations for reporting, quality control, and personnel management, ensuring contractor activities align with government oversight. The PWS emphasizes the importance of quality assurance, safety, and environmental compliance, detailing necessary procedures for accident reporting and hazard communication. Additionally, it mandates contractor personnel to possess appropriate security clearances and adhere to security protocols while working in sensitive environments. Overall, this PWS serves as a foundational guideline for contractors involved in delivering crucial technological advancements to military platforms, underscoring the government's commitment to maintaining high operational standards and addressing cybersecurity threats.
Mar 17, 2025, 10:05 PM UTC
The document outlines a Request for Proposal (RFP) for a government contract involving the Implementation of Advanced Government Simulation Capabilities. The primary purpose of this contract is to provide non-personal services related to software development and integration of advanced technologies for the Department of Defense (DoD). Key tasks include software engineering, cybersecurity, program management, and training as specified in various sections of the Performance Work Statement (PWS). The solicitation specifies detailed pricing arrangements, including cost-plus-fixed-fee for most services, alongside firm fixed prices for data delivery. It also outlines delivery schedules running from March 18, 2025, to September 17, 2027, with the opportunity for contract extensions. Included clauses reference federal regulations that govern the contract's execution, such as payment processes, dispute resolution, and contractor responsibilities, ensuring adherence to government standards. The structure of the document includes sections for solicitation details, evaluation factors, representations, contract clauses, and special requirements, presenting a comprehensive framework for potential offerors to follow in their proposals. This contract emphasizes a collaborative approach with government personnel to enhance simulation and cybersecurity capabilities effectively.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
DC3 Cyber Academy Training (CTA) Follow-On
Buyer not available
The Department of Defense, through the Air Force District of Washington (AFDW-PK), is planning to award a Firm-Fixed Price (FFP), Indefinite Delivery/Indefinite Quantity (IDIQ) contract for cyber training services aimed at enhancing the capabilities of U.S. Air Force and Department of Defense (DoD) personnel. This contract will focus on providing specialized training in areas such as digital forensics and malware analysis to support the defense of DoD information systems against illegal and unauthorized activities, serving entities like United States Cyber Command and various military cyber components. The contract will span five years, with five one-year ordering periods starting from July 21, 2025, to July 20, 2030, and interested vendors are encouraged to submit their capabilities in writing by April 30, 2025. For inquiries, vendors may contact Contracting Officer Jesica Hunt or Contract Specialist Parris Kennedy via email.
DMSI Architecture RFI 2025
Buyer not available
The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC), is seeking information from vendors regarding the DMSI Architecture RFI 2025, aimed at supporting the Depot Maintenance Systems Integration (DMSI) systems. The RFI requests capabilities related to software architecture, security frameworks, and experience in Department of Defense environments, with a focus on compatibility and conversion to PHP web frameworks. This initiative is crucial for enhancing the management and inventory systems within DMSI, ensuring ongoing development and support. Interested vendors must submit a comprehensive capability statement by April 21, 2024, and are required to be registered in the System for Award Management (SAM). For further inquiries, vendors can contact Eric Lagasse at eric.lagasse@us.af.mil or Heather Garay at heather.garay.1@us.af.mil.
FAA Tower Simulation System Software - Enhancement Two
Buyer not available
The Federal Aviation Administration (FAA) is seeking qualified vendors to enhance its Tower Simulation System (TSS) software, aimed at improving air traffic controller training capabilities. The procurement focuses on developing, configuring, and managing simulation software that meets specific operational requirements, including the integration of realistic training scenarios and advanced audio-visual outputs. This initiative is critical for ensuring that air traffic controllers are trained effectively in a safe environment, reflecting real-world complexities in air traffic management. Interested vendors must submit their capability statements and responses to specific questions by May 19, 2025, to Manish Patel at manish.patel@faa.gov, with a total submission limit of 25 pages.
Sensor Agnostic Emulator and Trainer (SAET)
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking potential vendors through a Sources Sought notice for the Sensor Agnostic Emulator and Trainer (SAET) project. This initiative aims to support the Distributed Common Ground System (DCGS) for intelligence operations, focusing on the development of a simulation tool for mission training and testing that can manage various intelligence data types, including ELINT and COMINT. The selected contractors will be responsible for program management, agile project management, engineering services, and software development under an Indefinite Delivery, Indefinite Quantity (IDIQ) contract, which is crucial for enhancing the capabilities of Intelligence, Surveillance, and Reconnaissance (ISR) missions. Interested parties must submit their responses, including detailed business information and answers to capability survey questions, by April 24, 2025, to Philip Holt at philip.holt@us.af.mil.
C-40 Flight Simulator Training Follow-on
Buyer not available
The Department of Defense, specifically the Air Force's 763rd Enterprise Sourcing Squadron (763 ESS), is seeking sources for follow-on flight simulator training for the C-40B/C aircraft, which supports executive airlift missions. The procurement requires contractors to provide FAA-approved classroom and simulator training for various pilot courses, including Initial Qualification and Refresher Training, utilizing certified instructors and simulators at an FAA-approved facility. This training is crucial for maintaining pilot readiness and safety standards within the Air Mobility Command and other associated units. Interested businesses, particularly those classified as small disadvantaged, HUBZone, 8(a), Service-Disabled Veteran-Owned, and Woman-Owned Small Businesses, must submit their capabilities and plans for joint ventures by May 6, 2025, to the primary contact, Blake Beckmann, at blake.beckmann@us.af.mil or by phone at 618-256-9951.
Simulation and Advanced Software Services II (SASS II)
Buyer not available
The National Aeronautics and Space Administration (NASA) is seeking qualified contractors for the Simulation and Advanced Software Services II (SASS II) project, aimed at providing specialized simulation services related to space robotics, avionics, vehicle, and graphics simulation. This procurement is critical for supporting various NASA programs, including the International Space Station (ISS), Orion, and Artemis initiatives, and is designated as a total small business set-aside. The contract will be structured as a single Indefinite Delivery Indefinite Quantity (IDIQ) contract, effective from October 1, 2025, to September 30, 2030, with a proposal submission deadline set for 30 days after the final RFP release. Interested parties can reach out to Carlos Roman at carlos.roman@nasa.gov or Yushu Mao at yushu.mao@nasa.gov for further information.
Joint Theater Level Simulation-Global Operations Support
Buyer not available
The Department of Defense, through the NAVSUP Fleet Logistics Center Norfolk, is seeking information from qualified contractors to provide technical and engineering services for the Joint Theater Level Simulation-Global Operations (JTLS-GO) application. The procurement aims to enhance joint military training and operational readiness by supporting the development, maintenance, and operational enhancements of the JTLS-GO software, which is crucial for multi-level training and analysis for U.S. military personnel and coalition partners. Interested parties must possess a TS-SCI security clearance and are invited to submit their capabilities, experience, and personnel qualifications by April 28, 2025, as part of this Request for Information. For further inquiries, potential respondents can contact Martyn Piggott at martyn.t.piggott.civ@us.navy.mil.
Golf Simulator
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a TruGolf Max Golf Simulator Package under solicitation number FA875125Q0817. The procurement requires a comprehensive package that includes a gaming computer with specific hardware specifications, a projector, a touch screen monitor, a launch monitor, and various software components, all to be delivered to Rome, New York. This simulator is intended for use in training and recreational activities, highlighting its importance in enhancing skills and engagement within the Air Force community. Interested small businesses must submit their quotes by 3 PM Eastern Time on November 13, 2024, and can direct inquiries to Tiffany Slopka at tiffany.slopka@us.af.mil or Larry Barto at Larry.Barto.1@us.af.mil.
Control Systems Governance Office Technical and Program Support
Buyer not available
The Department of Defense, specifically the U.S. Army's Control Systems Governance Office (CSGO), is seeking qualified contractors to provide technical and program support services. The procurement focuses on management and professional services, including program support, data integration, and operational technology expertise, aimed at enhancing control systems governance and compliance within the Army. This opportunity is particularly significant as it aims to establish a small business set-aside, contingent upon receiving responses from two or more qualified small businesses, with an anticipated contract duration of one base year and three optional years. Interested parties must submit their capabilities statements by April 14, 2025, and can direct inquiries to Lexus Robinson at lexus.r.robinson2.civ@army.mil or Stephen Fuller at stephen.b.fuller4.civ@army.mil.
Vendor-Specific Supply Chain Risk Information Licenses
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for four licenses of Vendor-Specific Supply Chain Risk Information Software to enhance risk identification and management within supply chains. The software must provide comprehensive data on organizations, including company backgrounds, financial health reports, and risk assessments, to facilitate informed decision-making regarding supply chain risks. This procurement is crucial for ensuring compliance with federal oversight and regulations, with proposals due by 3:00 PM EST on April 28, 2025, and should be submitted via email to the primary contacts, Meredith Setterfield and Lisa Belew. The anticipated award date for the contract is May 5, 2025.