Search Contract Opportunities

Joint Theater Level Simulation-Global Operations Support   3

ID: N0018925RZ042 • Type: Presolicitation • Match:  95%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Draft a response outline indicating that my company is also capable of performing this sole source work
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

The Joint Staff, J7 (JS J7), Deputy Director Joint Training (DD JT) requires the procurement of operations and maintenance (O&M), and research, development, test and evaluation (RDT&E) support services associated with the continued operation, maintenance, and further development of the Joint Theater Level Simulation-Global Operations (JTLS-GO) combat simulation software. The NAVSUP Fleet Logistics Center (FLC) Norfolk, Contracting Department, Pentagon Directorate intends to solicit this requirement on a sole-source basis with Valkyrie Enterprises, LLC (Valkyrie - CAGE: 6U039).

The procurement is being processed through other than full and open competition pursuant to the statutory authority of 10 U.S.C. 3204(a)(1), as implemented by Federal Acquisition Regulation (FAR) 6.302-1. As provided in FAR 6.302-1(a)(2)(iii), For DoD,... services may be deemed to be available only from the original source in the case of follow-on contracts for the continued provision of highly specialized services when it is likely that award to any other source would result in (A) Substantial duplication of cost to the Government that is not expected to be recovered through competition; or (B) Unacceptable delays in fulfilling the agency's requirements. Accordingly, these follow-on services are available from only one responsible source and no other type of supplies or services will satisfy the agency's requirements.

It is intended for the resultant contract to consist of a twelve-month base period and two, twelve-month option periods to extend the term of the contract through 29 September 2028 if all options are exercised, and the anticipated contract award date is 19 September 2025. The requirement will primarily be performed at Valkyrie's facility located in California and the JS J7 facility located in Suffolk, Virginia. However, some work will require the contractor to work at various contractor sites, government facilities, and other government approved locations. The applicable North American Industry Classification System (NAICS) is 541330, business size standard is $25.5 million, and Product Service Code is DA01. Upon its release, the solicitation will be issued electronically and be available for downloading via the System for Award Management website (https://www.sam.gov/). The closing date for the receipt of offers will be set forth in the Request for Proposals and is tentatively scheduled to be 1 August 2025. Paper copies, faxed copies, or email copies of the solicitation will not be provided. Interested parties are solely responsible for monitoring the above website for the posting of the RFP and any amendments thereto. The Government will not pay for the information received. By submitting an offer, the offeror is self-certifying that neither the requestor nor the principal corporate official and owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any federal agency. Failure to do so may represent grounds for refusing to accept the offer. By submission of an offer, the contractor acknowledges the requirements that a prospective awardee must be registered in the System for Award Management (SAM) database prior to award. Lack of registration in the SAM database will make contractor ineligible for award. Contractors may obtain information on registration and annual confirmation requirements via the internet at https://www.sam.gov/. Further, offerors are required to go online to the SAM website to complete their Online Representations and Certifications Applications (ORCA) prior to the submittal of their proposal.

The point of contact for this requirement at NAVSUP FLC Norfolk, Contracting Department, Pentagon Directorate is Martyn Piggott who may be contacted by phone at (771)229-3009 or by e-mail at martyn.t.piggott.civ@us.navy.mil.

Background
The Joint Staff, J7 (JS J7), Deputy Director Joint Training (DD JT) requires the procurement of operations and maintenance (O&M), and research, development, test and evaluation (RDT&E) support services associated with the continued operation, maintenance, and further development of the Joint Theater Level Simulation-Global Operations (JTLS-GO) combat simulation software.

The NAVSUP Fleet Logistics Center (FLC) Norfolk, Contracting Department, Pentagon Directorate intends to solicit this requirement on a sole-source basis with Valkyrie Enterprises, LLC. The procurement is being processed through other than full and open competition due to the specialized nature of the services required, which are deemed only available from the original source to avoid substantial duplication of costs or unacceptable delays in fulfilling agency requirements.

Work Details
The contractor will provide operations and maintenance (O&M) support services for the JTLS-GO combat simulation software. This includes:
1. Continued operation and maintenance of the JTLS-GO system;
2. Research and development activities to enhance the capabilities of JTLS-GO;
3. Test and evaluation services to ensure system reliability and performance;
4. Support for training exercises utilizing JTLS-GO;
5. Collaboration with JS J7 personnel to integrate feedback into system improvements.

Period of Performance
The contract will consist of a twelve-month base period with two additional twelve-month option periods, potentially extending through September 29, 2028.

Place of Performance
The work will primarily be performed at Valkyrie's facility in California and the JS J7 facility in Suffolk, Virginia, with some tasks requiring work at various contractor sites, government facilities, and other government-approved locations.

Overview

Response Deadline
June 19, 2025, 5:00 p.m. EDT Past Due
Posted
June 5, 2025, 9:53 a.m. EDT
Set Aside
None
Place of Performance
Suffolk, VA 23432 United States
Source

Current SBA Size Standard
$25.5 Million
Pricing
Multiple Types Common
Est. Level of Competition
Sole Source
Odds of Award
81%
On 6/5/25 NAVSUP Fleet Logistics Center Norfolk issued Presolicitation N0018925RZ042 for Joint Theater Level Simulation-Global Operations Support due 6/19/25. The opportunity was issued full & open with NAICS 541330 and PSC DA01.
Primary Contact
Name
Martyn Piggott   Profile
Phone
None

Documents

Posted documents for Presolicitation N0018925RZ042

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Presolicitation N0018925RZ042

Contract Awards

Prime contracts awarded through Presolicitation N0018925RZ042

Incumbent or Similar Awards

Contracts Similar to Presolicitation N0018925RZ042

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation N0018925RZ042

Similar Active Opportunities

Open contract opportunities similar to Presolicitation N0018925RZ042

Experts for Joint Theater Level Simulation-Global Operations Support

Recommended subject matter experts available for hire

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVSUP > NAVSUP GLOBAL LOGISTICS SUPPORT > NAVSUP FLC NORFOLK > NAVSUP FLT LOG CTR NORFOLK
FPDS Organization Code
1700-N00189
Source Organization Code
500021468
Last Updated
July 4, 2025
Last Updated By
martyn.piggott@navy.mil
Archive Date
July 4, 2025