Visual Interactive Simulation Training Application (VISTA)
ID: N00178-25-Q-4226Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC DAHLGRENDAHLGREN, VA, 22448-5154, USA

NAICS

Engineering Services (541330)

PSC

EDUCATION/TRAINING- TRAINING/CURRICULUM DEVELOPMENT (U008)
Timeline
  1. 1
    Posted Mar 21, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 21, 2025, 12:00 AM UTC
  3. 3
    Due Apr 11, 2025, 4:30 PM UTC
Description

The Department of Defense, specifically the Naval Surface Warfare Center Dahlgren Division, is seeking to negotiate a follow-on sole source contract for the Visual Interactive Simulation Training Application (VISTA) to be executed by the Canadian Commercial Corporation on behalf of Lockheed Martin Canada. This contract, structured as a Cost Plus Fixed Fee (CPFF) Indefinite Delivery Indefinite Quantity (IDIQ) award, aims to provide modernization, maintenance, and upgrades of computer-based equipment simulations that support technician training through simulated technical training equipment. The Synthetic Maintenance Trainers (SMTs) will replicate fault scenarios akin to those encountered on actual equipment, enhancing the training experience for personnel. Interested parties can reach out to Nia Howell at nia.b.howell.civ@us.navy.mil or Michael T. Price at michael.price3@navy.mil for further details, with the procurement process being guided by the authority of 10 U.S.C. 2304 (c) (1) and FAR Part 6.302-1 (a) (2) (iii).

Files
No associated files provided.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
69--C-130T Operational Flight Trainer (OFT) Device 2F152 Visual System Upgrade and Resolution of Hardware Obsolescence
Buyer not available
Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a C-130T Operational Flight Trainer (OFT) Device 2F152 Visual System Upgrade and Resolution of Hardware Obsolescence. This service/item is typically used for training purposes in the aviation industry. The contract action is being conducted under the Training Systems Contract III (TSC III) LOT II, and only TSC III LOT II Prime Contractors are considered interested parties. A Pre-Solicitation Conference and Site Visit will be held for interested contractors at JB Fort Dix in Fort Dix, NJ on January 12, 2016. Interested subcontractors should contact the Prime Contractor for consideration. The final solicitation will be posted on the Navy Electronic Commerce Online (NECO) website and the Federal Business Opportunities (FBO) website on or about February 4, 2015.
69--Sole Source Intent Notification - F/A-18C/D Tactical Operational Flight Trainers (TOFTs) Upgrade and Relocation
Buyer not available
Presolicitation notice from the Department of Defense, Department of the Navy, for the procurement of F/A-18C/D Tactical Operational Flight Trainers (TOFTs) Upgrade and Relocation. The Naval Air Warfare Center Training Systems Division (NAWCTSD) intends to award a modification to a delivery order under Basic Ordering Agreement (BOA) N61340-12-G-0001 to L-3 Communications Corporation, Link Simulation and Training Division (L-3) Company. The procurement includes the upgrade and relocation of F/A-18C/D Storage Area Network (SAN) Configuration for TOFTs, Device 2F193 (Serial Numbers 25/26/27) from NAS Lemoore, CA to Marine Corps Air Station (MCAS) Iwakuni, Japan, Technical Product Office (TPO) Naval Air Station (NAS) China Lake, CA, and L-3 Facility Arlington, TX. The procurement also involves the removal and delivery of existing Brief/Debrief Station (BDS) currently at NAS Lemoore to MCAS Iwakuni. This sole source procurement is pursued under statutory authority of 10 U.S.C. (c)(1) as implemented by the Federal Acquisition Regulation (FAR) 6.302-1. No solicitation documents are available. For more information, contact Ricardo Elias at 407-380-4101 or Ricardo.L.Elias@navy.mil.
U--DMSS-N training for NAVIFOR
Buyer not available
Presolicitation notice from the Department of Defense, Department of the Navy, NAVSUP Fleet Logistics Center Norfolk, for DMSS-N training for Naval Information Forces (NAVIFOR). The training is intended to be conducted under a Firm Fixed Price contract using the procedures of FAR part 13. The requirement is brand-specific and will be solicited with Other Than Full and Open Competition. The resulting contract will be for a one-year period, starting on September 20, 2019, and ending on September 19, 2020. The NAICS code for this acquisition is 611420 with a size standard of $12 million. The complete RFP package will be available for download on or about September 5, 2019, on the NECO Website. Contractors must be registered in the System for Award Management (SAM) database to be eligible for award. For more information, contact the POC identified in the synopsis.
Firearm Simulator
Buyer not available
The Department of Defense, specifically the U.S. Air Force, is seeking proposals for the procurement of a Firearm Simulator, equivalent to the InVeris FATS 100MIL-USAF, under solicitation number FA301025Q0015. The requirements include a scalable training system capable of accommodating small and large groups, supporting various training scenarios, and ensuring compliance with military training standards. This simulator is crucial for enhancing force protection capabilities within military contexts, providing realistic training experiences for personnel. Interested vendors must ensure delivery by June 30, 2025, and adhere to federal acquisition regulations, with a focus on supporting small businesses, including Women-Owned and Economically Disadvantaged Women-Owned Small Businesses. For further inquiries, potential bidders can contact Ian Smith at ian.smith.33@us.af.mil or Kimberley L. Alvarez at kimberley.alvarez.1@us.af.mil.
Aircraft Ship Integrated Securing and Traversing (ASIST) System
Buyer not available
The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), intends to enter into a sole-source firm-fixed price Indefinite Delivery Indefinite Quantity (IDIQ) contract with the Canadian Commercial Corporation (CCC) for the production of the Aircraft Ship Integrated Securing and Traversing (ASIST) System. This procurement aims to fulfill specific requirements for the ASIST System, which is designed and developed by Curtiss-Wright Indal Technologies, Inc. (INDAL), the Original Equipment Manufacturer (OEM). The ASIST System is crucial for enhancing aircraft landing equipment capabilities, ensuring operational efficiency and safety. Interested parties are encouraged to submit responses to this presolicitation notice within 15 days, referencing N68335-25-Q-0231, and may contact Joshua D. Swindell at joshua.d.swindell.civ@us.navy.mil or 240-587-2822 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.
25-SIMACQ-D30-0026 Learning Center IT Equipment
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center at Port Hueneme, California, is conducting a Sources Sought Notice to identify potential vendors for the procurement of various IT equipment, including keyboard-mouse combos, studio headphones, power strips, UPS systems, and hard drives. This initiative aims to assess market capacity for these commercial items, which are crucial for enhancing operational capabilities within the Navy's learning centers. Interested parties are invited to submit their company information, capabilities, and cost estimates by 3:00 PM Pacific Time on April 29, 2025, via email to the primary contact, Jorge Ortiz, at jorge.u.ortiz.civ@us.navy.mil, or to the secondary contact, Brian Carpenter, at brian.a.carpenter14.civ@us.navy.mil. This notice serves as a preliminary information-gathering effort and does not guarantee contract awards or reimbursement for responses.
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.
Repair of Blackhawk UH-60A Helicopter Cabin Simulator
Buyer not available
The Department of Defense, specifically the Medical Readiness Contracting Office - West, intends to award a sole source contract to Newton Designs for the repair of the Blackhawk UH-60A Helicopter Cabin Simulator, which is crucial for the Army Critical Care Paramedic Program (CCPP) training. This one-time requirement supports the training of Army Critical Care Paramedics at the Army Medical Center of Excellence located at Fort Sam Houston, Texas. The contract is expected to be awarded around May 1, 2025, with a primary NAICS code of 811210 for Other Electronic and Precision Equipment Repair and Maintenance, and a business size standard of $30 million. Interested vendors are encouraged to respond to this notice by April 10, 2025, at 10:00 AM CST, and should direct inquiries to Derrick J Johnson at derrick.j.johnson2.civ@health.mil.
ACC-APG Natick Division FY25 Upcoming Aquisitions
Buyer not available
The Department of Defense, specifically the ACC-APG Natick Division, is preparing to release a Request for Proposal (RFP) for the maintenance of Storyline 360, a software tool critical for enhancing combat readiness. This procurement, valued at approximately $21,000, is currently in the pre-award/package development stage, with an estimated solicitation release planned for May 2025, and will be awarded on a competitive basis under a Firm-Fixed-Price (FFP) contract for a one-year period. The initiative underscores the government's commitment to utilizing updated software solutions to support military operations effectively. Interested vendors can reach out to the Natick Division at usarmy.natick.acc-micc.mbx.ncd-internal-tasker@army.mil for further information.