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
    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
    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.
    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.
    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.
    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.
    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.
    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.
    Digital Engineering Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to award a sole-source Firm Fixed Price contract for Digital Engineering Services to Dassault Systemes (DS). The procurement aims to secure comprehensive support for the 3D Experience (3DX) application, which includes configuring, customizing, training, and providing full-time equivalent support, essential for advancing digital engineering initiatives and leveraging existing software licenses. The 3DX application serves as a critical product lifecycle management tool that integrates various supporting applications, with a performance period extending from July 2022 to September 2025, funded by RDT&E resources. Interested parties can reach out to Kevin Daigle, Contract Specialist, at kevin.daigle.3@us.af.mil or Melissa Hobley, Contracting Officer, at melissa.hobley@us.af.mil for further inquiries.
    Program Manager Wargaming Capabilities - Software
    Dept Of Defense
    The Department of Defense, specifically the U.S. Marine Corps Program Manager Wargaming Capability (PM WGC), is seeking advanced software solutions for wargaming capabilities to support comprehensive military simulations. The objective is to develop a modular, open-architecture wargaming system that can execute end-to-end workflows—including planning, design, execution, data capture, analysis, and reporting—within a secure Azure cloud environment, addressing all levels of war and various warfighting domains. This initiative is crucial for enhancing military operational planning and analysis through sophisticated simulations. Interested vendors must submit an executive summary detailing their capabilities and technical approaches by January 30, 2026, and can engage further at the 2025 I/ITSEC conference. For inquiries, contact Victoria Downing at victoria.downing@usmc.mil or 703-784-1807.
    Aerospace Readiness Enterprise System (ARES) Notional Schedule Update
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the Aerospace Readiness Enterprise System (ARES) Notional Schedule Update, aimed at enhancing scheduling and training systems within the Operations Enterprise Architecture (OpsEA) Salesforce platform. Vendors are invited to develop solutions that can either utilize Salesforce-native no/low-code development or a prototype-based approach, ensuring integration with existing systems and compliance with security protocols. This initiative is critical for improving operational readiness and efficiency within the Air Force, with a prototype phase funded at $500K per team, lasting three months, and requiring development at an IL4 security level. Key deadlines include the release of the final solution solicitation on December 15, 2025, and the receipt of solutions by January 9, 2026. Interested parties can reach out to Evan Pomfret at evan.pomfret.1@us.af.mil or Lauren Cheslofska at lauren.cheslofska@us.af.mil for further inquiries.
    CDS Sustainment FY32-37
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Systems Command, intends to solicit and negotiate a sole-source contract with Lockheed Martin Aeronautics Company for the CDS Sustainment effort from FY32 to FY37. This contract will provide integrated sustainment support for the Joint Reprogramming Enterprise (JRE), which includes maintaining mission equipment, software tools, and support personnel across various reprogramming labs for the U.S. Air Force, Navy, Marine Corps, and international partners. The work is critical for ensuring the operational readiness and effectiveness of the F-35 aircraft, with the contract expected to span five years, commencing in 2032. Interested parties may submit capability statements or proposals within 15 days of this notice, and inquiries can be directed to Austin Simoni at austin.simoni@jsf.mil or by phone at 757-803-4648.
    NTC Luke AFB Justification- Extension FAR 52.217-8
    General Services Administration
    The General Services Administration (GSA) is seeking to extend a contract for services that support the United States Air Force (USAF) in maintaining the functionality of four flight simulators at Luke Air Force Base (AFB) in Arizona. These simulators are crucial for developing F-16 pilot skills, including flight maneuvers, emergency procedures, and combat skills. The contract extension is justified under FAR 52.217-8, and interested parties can reach out to Alyssa Urquhart at alyssa.urquhart@gsa.gov or by phone at 720-775-0283 for further details.
    ESCAPE SaaS Request for Information (RFI)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting a Request for Information (RFI) to identify potential sources for the Enterprise Supply Chain Analysis Planning & Execution (ESCAPE) Software as a Service (SaaS) Follow-on Contract. The primary objective is to procure a product contract that focuses on providing PTC Service Parts Management (SPM) SaaS capabilities for IL5 and IL6, along with additional services for training, analysis, configuration, and Tier 1-3 help desk support. This initiative is crucial for enhancing the Air Force's supply chain management capabilities and ensuring efficient operations. Interested parties are encouraged to respond by 4:00 PM Central Time on December 19, 2025, and should direct inquiries to Matthew Tonay at matthew.tonay.1@us.af.mil or Megan Donaghe at megan.donaghe@us.af.mil.
    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.
    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.