Loading...
FA2486-RFI-Sim
Response Deadline
May 15, 2026, 8:00 PM(EDT)39 days
Eligibility
Contract Type
Sources Sought
Request for Information (RFI)
Distributed LVC Integration and Cross-Facility Connectivity Architecture
96th Test Systems Squadron (96 TSSQ)
1. Description
The 96th Test Systems Squadron (96 TSSQ) is seeking industry feedback and technical
insight to support the development of a distributed Live–Virtual–Constructive (LVC) integration
and cross-facility connectivity architecture for use across the Eglin Gulf Test and
Training Range (EGTTR). The Government is exploring approaches to enable secure, synchronized,
and scalable data exchange between geographically separated test nodes supporting
advanced weapons test activities.
This announcement serves as a REQUEST FOR INFORMATION(RFI) only for the
purpose of market research in accordance with Revolutionary Federal Acquisition
Regulation (FAR) Overhaul part 10. This RFI is issued for planning purposes only and is
not a Request for Proposal (RFP), an Invitation for Bid (IFB), or an obligation on the part
of the U.S. Government to acquire any products or services. In accordance with (IAW)
Revolutionary FAR Overhaul 15.101(c)(2), responses to this RFI are not offers and cannot
be accepted by the Government to form a binding contract. The Government will not
reimburse respondents for any costs associated with the prepa-ration or submission of the
information requested. All costs associated with responding to this RFI will be solely at
the responding party’s expense. Not responding to this RFI does not preclude participation
in any future RFP, if issued. The Government reserves the right to reject or disregard, in
whole or in part, any contractor’s input resulting from this RFI. This RFI does not
constitute a solicitation for the proposals or the authority to enter into negotiations to
award a contract. The information provided may be used by the Government in developing
and acquisition strategy, a statement of work (SOW), statement of objectives (SOO), or
performance specifications. Any proprietary information or technology should be clearly
marked.
2. Background and Statement of the Need
Current test and simulation activities across EGTTR rely on isolated, facility-specific configurations
with limited interoperability. The Government seeks to establish a unified, secure,
1
and scalable architecture that enables:
Distributed LVC connectivity across multiple test nodes
Time-synchronized data distribution and event coordination
Multi-domain access control and controlled data release
Configuration management and version control across facilities
Monitoring, logging, and health management of distributed links
Interoperability with existing modeling, simulation, and test systems
Industry input is requested to refine architectural options, identify technical risks, and
assess potential solution pathways.
3. Information Requested
3.1 Technical Approach
Proposed architecture for distributed LVC integration
Methods for deterministic timing and synchronization
Data distribution mechanisms for state vectors, metadata, and timing signals
Approaches for multi-domain access control and cross-domain data handling
Strategies for configuration management and version control
Integration with existing test and simulation systems
3.2 Demonstrated Capability and Past Performance
Respondents shall provide:
Verifiable past performance relevant to distributed test or LVC environments
Evidence of technical maturity (fielded systems, prototypes, accredited components)
Objective performance metrics (latency, throughput, synchronization accuracy)
Deployment history and operational context
Points of contact who can validate claims
2
3.3 Minimum Technical Maturity (TRL Requirement)
Threshold: TRL 7—System prototype demonstrated in an operational environment
Objective: TRL 8 — Actual system completed and qualified
3.4 Vendor Qualifications
Respondents shall describe:
Corporate experience with distributed test or LVC systems
Technical staff qualifications
Cybersecurity maturity and cross-domain experience
Experience supporting multi-domain or multi-node architectures
3.5 Risks, Dependencies, and Assumptions
Technical risks and mitigation strategies
Dependencies across distributed test nodes
Cybersecurity considerations across classification levels
3.6 Rough Order of Magnitude (ROM)
Cost bands for prototype, integration, and sustainment
Schedule assumptions for phased capability delivery
4. Response Structure
4.1 Required Core Response (10 pages maximum)
1. Executive Summary (1 page)
2. Technical Approach (5 pages)
3. Requirements Traceability Matrix (2 pages)
4. Risks and Assumptions (1 page)
5. ROM Cost and Schedule (1 page)
3
4.2 Optional Attachments (10 pages or 10 slides maximum)
Architecture diagrams
Timing analysis
Data flow models
ICD concepts
Prototype screenshots
Security models
Capability matrices
Past performance
4.3 Optional Slide Deck (15 slides maximum)
4.4 Mandatory System-of-Interest (SoI) Isolation Rule
If the proposed solution is part of a larger system or ecosystem, the vendor shall isolate
and describe only the components relevant to the distributed LVC integration
architecture. Content not directly traceable to the SoI shall be placed in an appendix.
5. Detailed Non-Responsive Criteria
Responses will be considered non-responsive if they:
Fail to meet the TRL 7 minimum maturity requirement
Do not provide verifiable past performance
Provide only conceptual or undeveloped capabilities
Fail to isolate the SoI
Provide marketing content instead of technical detail
Lack verifiable past performance
Exceed page limits in the core response
Omit required sections of the core response
4
6. Submission Instructions
Responses shall be submitted electronically to the Government point of contact listed in
the RFI announcement. This RFI is for planning purposes only and does not constitute a
solicitation or commitment to award.
Point of Contact
Mr. Anthony Aldrich will serve as the RFI POC. All submissions should be sent electronically
to:
Email NIPR: 96TSSQ.RNXT.RNXTRFI@US.AF.MIL
Please contact Mr. Aldrich via email if submitting any potentially sensitive or classified
material to arrange for appropriate handling.
The cover page for the response submission shall include administrative information
(not counted towards page count)
– Company Name
– Mailing Address
– Point of Contact
– POC phone number
– POC email address
– CAGE code
– Business Website
– Business size status (e.g., 8(a), HUBZone,Woman-Owned, Service-Disabled Veteran-
Owned, Small Business, Large Business, etc.)
– Status as a foreign-owned, foreign-controlled firm and any contemplated use of
foreign national employees.
Proprietary Information, if any, must be clearly marked. Please be advised that all
submissions become U.S. Government property and will not be returned.
7 Questions
All inquires regarding this announcement which contain proprietary or controlled information
shall be marked appropriately. Questions should be submitted via email to Mr. Aldrich.
5
Government responses to general, non-proprietary questions will be shared with all participating
industry members. The government does not guarantee that questions received after
15 days from release date will be answered in time for the 30 days from release date submittals.
8 Summary
This is a Request for Information (RFI) only, intended to support the modernization of the
Eglin Test and Training Complex and its test missions. The information provided in this
RFI is subject to change and is not binding on the U.S. Government. The U.S. Government
has not made a commitment to procure any of the items discussed, and the release of this
RFI should not be construed as such a commitment or as an authorization to incur costs for
which reimbursement would be required or sought. All submissions become U.S. Government
property and will not be returned.
DEPT OF DEFENSE
DEPT OF THE AIR FORCE
F1T0DE 96 TW LMCA 96 RANSS
F1T0DE 96 TW LMCA 96 RANSS
AF BPN NO MLSBLS PROC CP8508827630
505 N FLORIDA AVE BLDG 33 GROUP DE
EGLIN AFB, FL, 32542
NAICS
Computer Systems Design Services
PSC
IT AND TELECOM - HIGH PERFORMANCE COMPUTE (HARDWARE AND PERPETUAL LICENSE SOFTWARE)