Federal Contract Opportunity

Last Updated on 07 Jul 2025 at 8 PM
Sources Sought
Orlando Florida

N6134025R0062 SOURCES SOUGHT: Aviation Distributed Virtual Training Environment (ADVTE) III and Tactical Environment (Ten) Subsystem - USMC

Details

Solicitation ID N6134025R0062
Posted Date 07 Jul 2025 at 8 PM
Response Date 29 Jul 2025 at 6 PM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Nawc Training Systems Div
Agency Department Of Defense
Location Orlando Florida United states

Possible Bidders

Sign up to access Documents

Signup now

The Naval Air Warfare Center Training Systems Division (NAWCTSD), Procurement Department, at Orlando, FL, announces its intention to procure for the Naval Air Systems Command (NAVAIRSYSCOM), PMA205,  the Aviation Distributed Virtual Training Environment (ADVTE) III which is the United States Marine Corps (USMC) ADVTE and Tactical Environment (Ten) Subsystem combined requirement; henceforth known as ADVTE III.

ADVTE is the Marine Corps Aviation’s currently implemented solution that provides integrated and networked training.  ADVTE, as a persistent and integrated system-of-systems solution, currently has the capability to network various Type/Model/Series (T/M/S) Marine Corps Aviation Training System (MC ATS) training devices located across First (1D), Second (2D), Third (3D), and Fourth (4D) Marine Aircraft Wing (MAW) locations for the purposes of conducting multi-site, multi T/M/S simulated networked training missions to maintain proficiency and enhance aircrew readiness.   

The USMC TEn is a key software and hardware subsystem that is currently installed in nearly every USMC Aviation Training System. The USMC TEn is the current Marine Aviation’s Semi-Automated Force (SAF) / Computer Generated Forces (SAF/CGF) solution and also provides the High Level Architecture interface enabling MC ATS training devices to link with other trainers for distributed mission training. The government is open to a different SAF/CGF solution for providing this capability to meet the needs of the USMC distributed and stand-alone training requirements.

The current ADVTE baseline serves and provides the capability to connect multiple MC ATS training devices together at the following locations: Marine Corps Air Station (MCAS) Camp Pendleton, CA; MCAS Miramar, CA; MCAS Yuma, AZ; Marine Corps Air Ground Combat Center (MCAGCC) Twentynine Palms, CA; Marine Corps Base (MCB) Camp Lejeune, NC; MCAS Cherry Point, NC; MCAS New River, NC; MCAS Beaufort, SC; MCAS Futenma, Japan; MCAS Kaneohe Bay, HI; and Joint Reserve Base (JRB) Fort Worth, TX.  By Light Professional IT Services (formerly known as Veraxx Engineering Corp) delivered the current ADVTE and current Tactical Environment (TEn) baselines.  ADVTE in its current configuration was procured under multiple Delivery Orders under a single awardee indefinite delivery indefinite quantity (IDIQ) contract (N61340-22-D0002) that was competitively awarded.  The current, “as delivered” ADVTE configuration is anticipated to be completed no later than FY2028.

The Tactical Environment configuration and software baseline was procured under a Sole Source IDIQ contract (N61340-22-D0009) that was awarded to By Light Professional IT Services. By Light IT Services was the only company with the highly specialized knowledge and experience with the current TEn software code, and who could modify it without unacceptable delay in meeting the Government’s requirement to provide full-scale integration into USMC trainers and ADVTE infrastructure at the time this IDIQ Contract was awarded. The current TEn hardware baseline is anticipated to be completed no later than FY2028. The current TEn subsystem is integrated into multiple training devices at the following locations:  MCAS Camp Pendleton, CA, MCAS Miramar, CA; MCAS Yuma, AZ; MCAS Cherry Point, NC; MCAS New River, NC: MCAS Futenma, Japan; and MCAS Kaneohe Bay, HI.  In addition, there are Distributed Interactive Simulation Bridges and Navy Aviation Simulation Master Plan (NASMP) bridges used to connect training devices that do not have a TEn subsystem installed to perform distributed training.

ADVTE III periodically is in need of technical upgrades due to obsolescence issues with earlier fielded locations and the TEn software will require updates for functionality improvements such as adding new entities, weapons, players, graphical user interface updates, and sensors.

The anticipated contract action for ADVTE III described herein includes: 1) the technological upgrade of the currently fielded ADVTE equipment to include the TEn Software and hardware baseline or different SAF/CGF solution.  Overall, this effort is considered to be a comprehensive update to continue to modernize existing equipment and update the TEn software baseline or other SAF/CGF solution as required for new capabilities and functionality. If a different SAF/CGF solution is planned to be proposed to meet the requirements in this effort, this solution is required to be non-proprietary and have government purpose rights. The necessary Government Furnished Information (GFI) will be provided to potential offerors in order to be able to bid (to include the TEn executable software code). 

Components of ADVTE III include:

MC ATS training devices. Fielded MC ATS training devices located at USMC Marine Aviation Training System Sites that connect, or are planned to be connected into ADVTE that utilize the USMC Tactical Environment (TEn) as the interoperability solution.

USMC Tactical Environment (TEn) and bridges. The USMC TEn is a key software and hardware subsystem that is installed in nearly every USMC Aviation Training System. The USMC TEn is Marine Aviation’s required Semi-Automated Force (SAF) / Computer Generated Forces (SAF/CGF) solution and also provides the High-Level Architecture interface enabling MC ATS training devices to link with other trainers for distributed mission training. This subsystem facilitates stand-alone (independent) and networked modes of trainer operation with other training systems across the USMC ADVTE.   The ADVTE Navy Aviation Simulation Master Plan (NASMP) bridge is used to connect the F-18 MC ATS training devices to other MC ATS training devices that have a TEn subsystem integrated into them. The ADVTE Distributed Interactive Simulation (DIS) bridges are used to connect MC ATS training devices to other training devices that use DIS for distributed training.  

Network Exercise Control Centers (NECC). Each NECC is a centralized point of connection, control, and coordination for all USMC ATS devices located at each site.  The NECCs support training federations operating simultaneously, and digital recording of missions for playback from selectable audio and video channels to support Joint Brief/De-Brief requirements. They also provide instructor/operator, observer stations, and TEn functionality; 2D/3D visualization from any geographic location or tactical environment entity; simulated tactical radios with the ability to connect to all MC ATS training devices when connected to ADVTE; and (IP-based) Secure Video Teleconferencing (VTC). Each NECC is capable to connect to all other NECCs. NECCs are currently installed at MCAS Camp Pendleton, CA; MCAS Miramar, CA; MCAS Yuma, AZ; MCAS New River, NC; MCAS Futenma, Japan; MCAS Kaneohe Bay, HI. Each NECC is configured per individual site requirements.

ADVTE Point of Presence connections.  ADVTE Point of Presence connections consists of ADVTE equipment to support distributed mission training are located at the MCB Camp Lejeune, NC; MCAS Beaufort, SC; MCAS Cherry Point, NC; BSC Camp Pendleton, CA; JRB Fort Worth, TX; and Marine Corps Air Ground Combat Center (MCAGCC) Twenty-nine Palms, CA. Each site’s point of presence is configured per the individual site requirements.

Common Virtual Training Area (CVTA). CVTA is a MC ATS term and is anticipated to be analogous to a common synthetic visual data base area (or areas).  It is anticipated that the CVTA will be implemented to minimize MC ATS training device visual system correlation issues under this contract action.  There are three CVTA databases that are planned to be delivered by FY2026 for Yuma, AZ; Darwin, Australia; and Luzon, Philippines.  These areas will have been implemented/integrated into the USMC ATS training devices that operate across ADVTE. Additional areas may be procured under this contract action and implementation of these additional areas may drive additional updates to fielded MC ATS training devices, which are anticipated to be accomplished under this contract action. The CVTA will not replace existing visual sensor databases installed in MC ATS training devices.  It is anticipated that all activities necessary to implement any new CVTA databases into MC ATS training devices will be performed under this requirement. 

ADVTE III associated Equipment and materials include:

ADVTE:  This equipment includes encryptors, routers, fiber or other appropriate medium for data transport, and all other equipment and materials needed to protect and facilitate secure transmission/transport data from each ATS training device to the NECC and protect and facilitate secure transmission/transport data from each NECC and point of presence to the corresponding base/activity demarcation point.

Tactical Environment and Bridges:  This equipment includes the updated hardware and associated Operating System (OS) to properly run the Tactical Environment (TEn) and associated software components for either this subsystem or the other proposed solution to include the hardware necessary for the DIS and NASMP bridges.

Local or Wide Area Network Circuits (LAN/WAN).  Currently there are no requirements identified to lease or otherwise procure LAN/WAN circuit service for data transport.

2.0       Anticipated Contract Types

To satisfy the subject requirements, the government anticipates award of a single-award Indefinite Delivery/Indefinite Quantity (ID/IQ) contract to a single contractor with an ordering period of up to sixty (60) months. This ID/IQ is anticipated to result in multiple delivery orders (DO) containing fixed-price contract line items and cost line items.

3.0 Detailed Requirements

Requirements anticipated under this contract include the ADVTE III requirements listed below. Under this effort, the contractor shall be required to analyze and assess requirements, modernize and implement (integrate, install and verify) updated ADVTE III equipment (hardware and software, as applicable) that meets the following:

a) Assess requirements and implement and deliver a technology upgrade to ADVTE equipment currently installed at 1D, 2D, 3D, and 4D MAW and other locations to include: MCAS Camp Pendleton, CA; MCAS Miramar, CA; MCAS Yuma, AZ; Marine Corps Air Ground Combat Center (MCAGCC) Twentynine Palms, CA; Marine Corps Base (MCB) Camp Lejeune, NC; MCAS Cherry Point, NC; MCAS New River, NC; MCAS Beaufort, SC; MCAS Futenma, JA; MCAS Kaneohe Bay, HI; JRB Fort Worth, TX.

b) Implement ADVTE at other locations to be determined to establish an initial ADVTE access/point-of-presence or NECC capability

c) Perform analysis, development, upgrade, installation and delivery, operation, management and sustainment of ADVTE equipment enabling protected, encrypted, and data transport across and between local and wide area network (LAN and WAN) circuits, NECCs, networking equipment, firewalls, and other devices/systems intended to conduct distributed mission training;

d) Assess and analyze requirements, enhance or produce, install and deliver virtual and/or constructive training capability or Part Task Trainers (PTT) for use as virtual/constructive player entities in NECCs;

e) Provide software configuration management and quick response modification and fielding of the USMC TEn software/hardware (or proposed SAF/CGF solution) and ADVTE NASMP and DIS bridge software/hardware subsystems and documentation or other similar system.

f) Perform software/hardware updates to the TEn (or proposed SAF/CGF solution), DIS bridge software/hardware, and ADVTE NASMP bridge software/hardware to MC ATS training devices and other training devices that are interoperable with MC ATS training devices and NECCs resulting from capability gap assessment(s);

g) Perform installation/integration of the upgraded TEn software/hardware (or proposed SAF/CGF solution), ADVTE NASMP/DIS Bridge software/hardware onto/into ADVTE Equipment to include MC ATS training devices and other training devices that are interoperable with MC ATS training devices and NECCS to ensure persistent fully integrated networked training across all Marine Aircraft Wing training locations and other locations conducting training requiring use of ADVTE and USMC ATS training devices;

h) Perform testing and evaluation (T&E) of updates to the TEn software (or other proposed solution), DIS bridge software, and ADVTE NASMP bridge across MC ATS training devices to validate new capabilities and ensure persistent interoperability is retained (e.g., local network events, wide area network events, Distributed Mission Operations (DMOs));

i) Perform the assessment, correction, and integration of TEn software (or other proposed SAF/CGF solution), DIS bridge software, and ADVTE NASMP bridge software deficiencies into/onto ADVTE equipment and MC ATS training devices (e.g., Trainer Engineering Change Requests);

j) Conduct studies, analysis, assessments, and provide reports that identify performance shortfalls and/or seams (gaps) that limit or prevent meeting networked mission training requirements.  Identify courses of action and implement solutions to address ADVTE equipment limitations that drive training shortfalls, limit training, and/or create training seams (gaps).

k) Provide training in the use and operation of ADVTE Equipment including the ADVTE NECC, CVTA, LAN/WAN operation, TEn subsystem (or other SAF/CGF solution), and configuration of bridge(s), and equipment configuration processes used to network and federate MC ATS training devices used to conduct multi-site, multi-device training missions;

l) Assess, procure, and deliver provisioned items (initial spares) to support operation, maintenance, and repair of ADVTE and related equipment per individual Delivery Order requirements;

m) Assess and deliver systems/subsystems that meet USMC ATS Risk Management Framework Cybersecurity Requirements;

n) Produce and deliver ADVTE and the classified and unclassified TEn software baselines source code (or other SAF/CGF software baselines being proposed) and associated technical data and information to include technical data and information for the ADVTE NASMP and DIS bridges per Individual Delivery Order requirements to include High Level Architecture (HLA) and Federation Object Model (FOM)

o) Provide Contractor Field Services and/or Contractor Logistics Support per individual Delivery Order requirements.

p) Provide a simulation database (CDB v1.2) incorporating real world imagery data within 6 months of notification.

4.0       Place of Performance

Activities to address the aforementioned general requirements will be performed within the Continental United States (CONUS) and Outside CONUS (OCONUS).

5.0       Disclaimer

THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT IS A MARKET RESEARCH TOOL BEING USED TO DETERMINE POTENTIAL AND ELIGIBLE VENDORS CAPABLE OF PROVIDING THE PRODUCTS AND SERVICES DESCRIBED HEREIN PRIOR TO DETERMINING THE METHOD OF ACQUISITION. IT DOES NOT CONSTITUTE SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.

6.0       Eligibility

The applicable NAICS code for all requirements under this Contract Actions is 541512, size standard of $34M.  The Product Service Code for this Contract Action is 7B22. 

Companies must identify their size status relative to the $34M size standard, the results of which will be utilized as guidance to determine any potential set-aside basis.

If you are a small business interested in being the prime contractor for this effort, please be advised that the FAR 52.219-14 Limitations on Subcontracting clause has changed. Deviation 2021-O0008, Revision 1 is now in effect which amended its regulations to include certain exclusions to the limitations on subcontracting for services contracts.   These exclusions are addressed in paragraph (e)(1) of the deviation clause. Please read the full text of the clause deviation (52.219-14 Class Deviation 2021-O0008, Revision 1 dated 15 February 2023 at https://www.acq.osd.mil/dpap/policy/policyvault/USA000277-23-DPC.pdf).

To assist in our market research and determination of any applicable small business set-aside opportunities for this effort, if you are a small business interested in priming this effort and plan to utilize “similarly situated entities” to meet the Limitations on Subcontracting, please identify the name & CAGE Code of the specific firm(s) you intend to partner/subcontract with to meet the requirements as well as their SB size status under the NAICS that you as the prime would assign for their workshare. Information regarding any planned similarly situated entity should be included in answering any questions outlined in this Sources Sought Notice in order to assist the Government’s capability determination.

7.0       Submission Details

Capability summaries relevant to this requirement are requested.  If a potential respondent chooses to provide a capabilities summary, the summary provided must demonstrate the firm’s ability to perform the requirements listed above. The capabilities statement should include and clearly identify, at a minimum, the following information:

(1) Name and address of the firm;

(2) Size of business and any applicable Small Business Socio-Economic status (i.e. SDB, WOSB, SDVOSB, HUBZone, etc.);

(3) Ownership;

(4) Year firm established;

(5) Names of two principals to contact, including title and telephone number;

(6) DUNS number, cage code;

(7) Statement regarding capability to obtain the required industrial security clearances for personnel;

(8) Company’s ability to perform at least 50% of the work;

(9) Company’s ability to perform upon contract award;

(10) Can or has your company managed a team of subcontractors before? If so, please cite contracts and teaming arrangements;

(11) What specific technical skills does your company possess which ensures capability to perform the tasks;

(12) Can or has your company managed a task of this nature? If so, please provide details;

(13) A detailed description of previous relevant experience(s) within the last five (5) years that demonstrates your firm’s ability to effectively and successfully perform or manage a similar effort.

Provide the following information for each example of relevant experience provided:

Name of effort;

Name of Prime Contractor (if the responding firm was not the prime):

Name of Contracting Activity;

Contracting Officer name and current telephone number.

Contract Number;

Contract Type;

Total Contract Value:

Total Dollar Value under the Contract that the firm was actually responsible for under this NAICS code;

Period of Contract Performance;

Detailed summary of work performed

(14) Provide information to address requirements listed in 3.0a – 3.0p above.

Responses should address items (1) through (14) above, in the same outline/sequence formatted above. Responses should be provided in editable Microsoft Word format or readable and searchable Portable Document Format (PDF). Each page should be 8 ½ by 11 inches. 12-point font minimum. There are no page limit requirements to address items (1) through (11). However, there is a fifteen (15) page limit to address (12 and 13) above (detailed description of previous relevant experience). In addition, each respondent is limited to and shall submit no more than fifteen (15) pages to address (14). The government will only review the pages provided to address items (1) though (11) above and the first 15 pages provided to address (12 and 13) and the first 15 pages to address (14) above. No other pages or attachments will be reviewed or considered beyond the page limitations specified.

Submit responses to ensure receipt no later than 2 P.M. Eastern Standard Time on 29 Jul 2025.  Type “United States Marine Corps (USMC) Aviation Distributed Virtual Training Environment ADVTE III SOURCES SOUGHT RESPONSE” as the subject of the electronic mail message.

Responses must be submitted electronically to both the Contract Specialist Ms. Nicole Fosmoe at the following email address:  [email protected] and the Contracting Officer Mrs. Nicole Pinkney at [email protected]. Please contact Contract Specialist Ms. Nicole Fosmoe at the email address listed or call (407) 380-4912 for any further information as needed.

Similar Awards

Frederick Maryland Not Specified
Tampa Florida 21 Sep 2017 at 11 AM
Location Unknown 09 Feb 2015 at 5 PM
Philadelphia Pennsylvania 05 Sep 2019 at 4 PM