Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 17, 2025 SAM #8665
SOURCES SOUGHT

99 -- Virtual reality (VR) Joint Terminal Attack Controller (JTAC) simulator training systems

Notice Date
8/15/2025 7:52:49 AM
 
Notice Type
Sources Sought
 
Contracting Office
FA8637 AFLCMC WID ATTACK SYSTEMS WRIGHT PATTERSON AFB OH 45433-7148 USA
 
ZIP Code
45433-7148
 
Solicitation Number
FA8629-25-R-5049
 
Response Due
9/17/2025 10:00:00 AM
 
Archive Date
09/18/2025
 
Point of Contact
Emmeline Spaulding, Phone: 937-255-4186, Kirby Williams, Phone: 9376569817
 
E-Mail Address
emmeline.spaulding@us.af.mil, kirby.williams.1@us.af.mil
(emmeline.spaulding@us.af.mil, kirby.williams.1@us.af.mil)
 
Description
SUBJECT: Request for Information (RFI) � Virtual reality (VR) Joint Terminal Attack Controller (JTAC) simulator training systems. 1. NOTICE This Sources Sought Synopsis (SSS)/Request for Information (RFI) is issued for informational purposes and market research only; it does not constitute a solicitation. The Government will not reimburse any company or individual for any expenses associated with preparing/submitting information in response to this posting. The information provided may be used by the Government in developing its acquisition strategy, statement of work/statement of objectives, and/or performance specifications. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained within their response as instructed later in this posting. 2. BACKGROUND AND SCOPE The United States (US) Air Force Life Cycle Management Center (AFLCMC), Intelligence, Surveillance and Reconnaissance & Special Operations Forces (ISR & SOF) Directorate, Foreign Military Sales New Business (NBO) Program Office (AFLCMC/WIDN) is conducting market research to identify systems capable of providing a fully portable virtual reality (VR) simulator training system to allow Joint Terminal Attack Controller (JTAC) trainees a system to get realistic operational use of Video Data Link equipment and communication procedures in a virtual combat scenario. 3. CAPABILITY The FMS partner requires a portable virtual training JTAC system to establish and maintain required JTAC training levels for peacetime and wartime commitments. Key System Attributes (KSAs) 1.1 KSA: System shall be self-contained. Self-contained is all necessary components (cables, processing, etc.) to function independently without relying on external infrastructure beyond, perhaps, a power source. 1.1.1 KSA: System components shall fit in ruggedized case 1.1.2 KSA: System shall provide portable computer(s), multiple monitors, and have mouse capabilities 1.1.3 KSA: System shall provide tablet capable of operating ATAK software 1.1.4 KSA: System shall provide virtual reality headset(s) for operator use 1.1.5 KSA: System shall provide headset for trainer use 1.1.6 KSA: System shall be compatible with European standard 230V/50Hz and type C/F electrical standards 1.2 KSA: System shall be compatible with Virtual BattlespaceS-4 simulations equipment Key Performance Parameters (KPPs) 1.1 KPP: Training of system shall provide fully accredited certification acknowledged by both NATO and US Joint Fires Executive Steering Committee. QUESTIONS TO RESPONDENTS: 1. Describe what standards from MIL-STD-810H your product was tested to and the results What ruggedization requirements has your system been tested to meet? As a minimum, specify immersion/water resistance, shock/vibe, dust and temperature limits (operating and storage)). 2. What is your system�s maximum operator user limit? 3. What training comes with your product?�, �Is this training included in the price or include the cost and details for training (e.g., number of students, cost of travel to training location, number of instructors, train-the-trainer availability, etc.) 4. How are updates for system sent out? Is there a cost for updates? If the update has significant changes is retraining required? Is there a cost to this additional training or is that included in the product purchase? DoD Customer history What systems have been sold to Foreign Military Sales Customers? Do you have any active contracts for purchase of these systems within DoD? 4. INSTRUCTION TO POTENTIAL RESPONDENTS Interested parties who desire to participate in this SSS/RFI are encouraged to submit responses that demonstrate they presently have the technology and qualifications to provide the system described above. Responses shall also include the following information: a. Respondent Data: Company/Institute Name Address Point of Contact (to include phone number and email address) CAGE Code Web Page URL Suggested NAICS Code 541512 Computer Systems and Design Services, if you have a different solution under a different NAICS please provide your suggested NAICS along with justification. State whether the company is: � Small Business: (Yes / No) Self Certified or Third Party � Women-Owned Small Business (Yes / No) Self Certified or Third Party � Certified Economically Disadvantaged (Yes / No) Self Certified or Third Party Women-Owned Small Business � HUBZone Certified (Yes / No) Self Certified or Third Party � Certified Veteran Owned Small Business (Yes / No) Self Certified or Third Party � Certified Service-Disabled Veteran (Yes / No) Self Certified or Third Party Owned Small Business � 8(a) Certified (Yes / No) Self Certified or Third Party Certified SBA Certification Date: SBA Graduation Date: State whether the company is domestically or foreign owned (if foreign, indicate the country of ownership). State whether the respondent is interested in being a prime or subcontractor for this requirement. b. Describe the capability of your product or products and provide product information and specifications. Additionally, describe the capability of your product(s) to meet the desired performance requirements listed below. If you are proposing development to integrate existing or new subsystems, clearly describe your approach. c. Responses may include but are not limited to: 1) Pictures 2) Drawings 3) Associations or connectivity with other end items/systems 4) Test results to support meeting threshold and objective requirements 5) Ability to deliver systems within 6 months after receipt of order d. Rough cost estimate (i.e. rough order of magnitude (ROM)) based on an optimum or varied pricing quantities (this is for Government budget planning purposes and will not be considered a bid or binding in any manner). e. Indicate whether the company is currently performing this type of work/whether the capability can be obtained under an existing Government contract. Provide the contract number(s) and Government points of contact accordingly. f. Please include product warranty terms as applicable, along with any warranty limitations. If product warranty terms are not applicable, please include N/A. g. Include any spare parts that would potentially be included. h. Provide the details of NET training including process and cost. i. Describe any possible product improvements that could be made or are planned for the future for the solution. j. Describe any risks associated with the fulfillment of this projected requirement. This can include technical, or schedule risks associated with development, key performance parameters, etc. k. Please provide specific details and rationale as to how compliance with FAR 52.219-14, Limitations on Subcontracting, and FAR 52.219-33, Non-Manufacturer Rule, would be achieved in the event the Government sets this requirement aside for small business. Include specific details regarding teaming arrangements, etc. If subcontracts are to be used, provide the anticipated percentage of effort to be subcontracted and whether small or large businesses, including foreign, will be used. If this effort is not set aside for small business, small business utilization will be considered. Large and small businesses should provide a reasonable expectation for small business utilization as a percentage of total contract value as well as supporting rationale for the recommended percentage. 5. RESPONSES, COMMUNICATIONS, AND ADDITIONAL CONSIDERATIONS: a. The Government may contact respondents to obtain additional information or clarification in order to fully understand a company's response. This may include discussions, site visits, demonstrations, etc. to further the Government's understanding of a proposed solution, as well as a company's understanding of the Government's requirements. b. Responses shall not exceed 15 pages (including cover page). Include technical and descriptive text and photographs/illustrations to provide sufficient detail. The submitted documentation becomes the property of the United States Government and will not be returned. c. Respondents shall clearly mark proprietary data with the appropriate markings. Any proprietary information received in response to this request will be properly protected from any unauthorized disclosure. Any material that is not marked will be considered publicly releasable. d. Government-contracted contractor support personnel may handle proprietary data submitted in response to this RFI. These support personnel will have signed the same Non-Disclosure Agreements (NDAs) as Government personnel. e. If you are currently providing your proposed capability on an existing government contract, please identify the contract and a government POC. f. Broad industry participation for this RFI is encouraged. U.S. and non-U.S. firms are permitted to respond. g. Please note that prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DOD contract; the NAICS code for this requirement, if applicable to the company�s capabilities, should be included in the company�s NAICS code listing in SAM. To learn more about this SAM requirement and how to register, please visit the SAM website at: https://www.sam.gov/portal/SAM h. Responses are due electronically by 1:00PM Eastern time on 17 Sept 2025 via email. i. This notice may be updated as additional information becomes available. Questions regarding this announcement shall be submitted in writing by email to the Contracting Officer identified above, with the other individuals identified above copied as a courtesy. This is a Request for Information (RFI) only to identify potential sources for the solution. The information provided in the RFI is subject to change and is not binding on the Government. The Government has not made a commitment to procure any of the items discussed, and release of this RFI should not be construed as creating such a commitment or as an authorization to incur cost for which reimbursement would be required or sought.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1d2f9698a59d40239a3fd7fede04ef41/view)
 
Place of Performance
Address: Wright Patterson AFB, OH 45433, USA
Zip Code: 45433
Country: USA
 
Record
SN07553808-F 20250817/250815230050 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.