Virtual Air Threats (VATS) Agile Delivery Order (VADOR) Bridge
ID: FA8684-24-F-4112Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8621 AFLCMC WNSK SIMSWRIGHT PATTERSON AFB, OH, 45433-7249, USA

NAICS

Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology) (541715)

PSC

NATIONAL DEFENSE R&D SERVICES; DEPARTMENT OF DEFENSE - MILITARY; EXPERIMENTAL DEVELOPMENT (AC13)

Set Aside

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

    The Department of Defense, specifically the Department of the Air Force, is seeking responses to a Request for Information (RFI) regarding the Virtual Air Threat System Agile Delivery Order (VADOR) Bridge. This procurement aims to identify capable companies for agile software development and integration services related to the Virtual Air Threat System, which is essential for high-fidelity simulations and Joint Simulation Environment operations at various Air Force Bases. The existing contract is set to expire on November 13, 2025, and the RFI is part of the preparation for subsequent task orders under the Training Systems Acquisition IV ID/IQ contract, emphasizing the importance of maintaining a modernized aerial threat simulation training capability. Interested U.S.-based companies must submit their capabilities and team structures by April 11, 2025, and can direct inquiries to Steven E. Godby at steven.godby@us.af.mil or by phone at 937-713-2731.

    Point(s) of Contact
    Files
    Title
    Posted
    The Request for Information (RFI) outlines the Air Force's needs for a Virtual Air Threat System (VATS) under an Agile Delivery Order (VADOR) Bridge, intended to gather market insights to identify proficient companies for software development and integration. The VATS enables high-fidelity simulations using updated threat models from the National Air and Space Intelligence Center (NASIC) and is crucial for Joint Simulation Environment (JSE) operations at various Air Force Bases. Key responsibilities for contractors include agile software development, program management, cybersecurity, and integration support, with a focus on continuous improvements and system updates. The existing contract is set to end on November 13, 2025, and the RFI aims to prepare for subsequent task orders through competitive selection. Notably, U.S.-based businesses are eligible to respond, and participation does not guarantee future awards. Submissions are due by April 11, 2025, and must include detailed company capabilities and team structures, alongside security clearance preparations. This procurement initiative emphasizes the Air Force's commitment to maintaining a robust and modernized aerial threat simulation training capability while adhering to cybersecurity standards and regulatory compliance.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    Request for Information (RFI) for Passive Defense Solutions
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, has issued a Request for Information (RFI) for passive defense solutions aimed at countering threats posed by Group 1-3 Unmanned Aerial Systems (UAS) to USAF assets. The Air Force is seeking industry input on solutions that utilize Camouflage, Concealment, Deception, and Hardening (CC&D+H) measures, with an emphasis on low-cost, user-friendly, and rapidly deployable options that can integrate with existing systems. These solutions are critical for enhancing the protection of Air Force assets by reducing spectral and visual signatures while ensuring operational continuity. Interested vendors are required to submit a five-page response detailing their company overview, proposed solutions, technical approaches, performance data, and cost/schedule by December 22, 2025, at 1600 EST. For further inquiries, vendors may contact Timothy Overby at timothy.overby.1@us.af.mil or Jennifer Judkins at jennifer.judkins@us.af.mil.
    Spatial Disorientation CLS
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking Contractor Logistics Support (CLS) for the Spatial Disorientation (SD) training systems utilized in pilot training across multiple Air Force bases. The procurement aims to sustain and enhance the functionality of five existing Gyro Integrated Physiological Trainer (IPT) devices, which are critical for training pilots to recognize and manage spatial disorientation during flight. This training is essential for ensuring pilot safety and operational effectiveness, as it exposes them to typical vestibular and visual illusions encountered in aviation. Interested parties should note that responses to the Request for Information (RFI) are due by January 16, 2026, with the anticipated contract starting in January 2027, structured as a Firm Fixed Price for a base year and five option years. For further inquiries, contact Pamela K. Randall at pamela.randall.1@us.af.mil or John Bowers at john.bowers.7@us.af.mil.
    F-35 VDATS NAI API
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for the procurement of the F-35 VDATS NAI API, with a focus on small businesses as this opportunity is set aside for total small business participation. The procurement involves a firm fixed-price contract for specific equipment, including instrument simulators and position indicators, with a delivery timeline not exceeding 120 days after receipt of order (ARO). This equipment is critical for maintaining and supporting the operational capabilities of the F-35 aircraft. Interested vendors should contact Fernando Orozco at 801-777-1625 or via email at fernando.orozco.1@us.af.mil, or Lasonia Anderson at 478-926-9510 or lasonia.anderson@us.af.mil for further details.
    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.
    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.
    Theater Air Planning System of Sytems Dynamic Mission Replanning (TAP SoS DMR)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking industry solutions for the Theater Air Planning System of Systems Dynamic Mission Replanning (TAP SoS DMR) initiative. The primary objective is to automate the identification of Courses of Action (CoAs) for air operations replanning, enhancing the speed and effectiveness of mission execution by reducing reliance on human interactions. This initiative is critical as it addresses the complexities of modern battlespaces, enabling joint and coalition forces to operate seamlessly across multiple domains. Interested parties are invited to an Industry Day on June 16-17, 2025, at Hanscom AFB, MA, with responses to the Request for Information (RFI) due by June 30, 2025, at 5:00 PM ET. For further inquiries, contact Cody Sheehan at cody.sheehan@us.af.mil.
    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.
    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.
    Q&A Responses for Software - Small Uncrewed Aerial System (sUAS) Capabilities
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking industry feedback through a Q&A session related to the development of software for Small Uncrewed Aerial Systems (sUAS) capabilities. This initiative aims to integrate a software stack via a Software Development Kit (SDK) into sUAS platforms, with a focus on establishing a standard interface protocol for autopilot and autonomy integrations while adhering to domestic sourcing requirements aligned with the DoD's "Buy American" initiatives. The Air Force will provide Concepts of Operation (CONOPS) and Interface Control Documents (ICDs) in future solicitations, which will allow for innovation within American sourcing constraints, and emphasizes the importance of anti-tamper measures. Interested parties can reach out to Marissa Greenleaf at marissa.greenleaf@us.af.mil or Jesse Cooley at jesse.cooley.1@us.af.mil for further information.