Virginia Bids > Bid Detail

Digital Engineering, Modeling and Simulation via Augmented Reality/Virtual Reality (AR/VR)

Agency:
Level of Government: Federal
Category:
  • A - Research and development
Opps ID: NBD00159929642229954
Posted Date: Mar 14, 2024
Due Date: Apr 29, 2024
Source: https://sam.gov/opp/18f0489f64...
Follow
Digital Engineering, Modeling and Simulation via Augmented Reality/Virtual Reality (AR/VR)
Active
Contract Opportunity
Notice ID
N0017824Q5555
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVSEA
Sub Command
NAVSEA WARFARE CENTER
Office
NSWC DAHLGREN
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 14, 2024 01:19 pm EDT
  • Original Response Date: Apr 29, 2024 04:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: May 14, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:
    Dahlgren , VA
    USA
Description

Title: Digital Engineering, Modeling and Simulation via Augmented Reality/Virtual Reality (AR/VR)



This is a Request for Information (RFI) by the Naval Surface Warfare Center, Dahlgren Division (NSWCDD). This RFI is published in accordance with FAR Part 15.201(e) and is for PLANNING PURPOSES ONLY. It does not constitute a Request for Proposal (RFP), or a commitment by the U.S. Government, nor should it be construed as such. Respondents are advised that NSWCDD is under no obligation to acknowledge receipt of information received or provide feedback to respondents with respect to any information submitted under this RFI. There shall be no basis for claims against the Government as a result of any information submitted in response to this RFI. The Government does not intend to award a contract on the basis of this RFI or reimburse RFI preparation costs incurred by any Offeror when providing the information requested under this notice. If a solicitation is released at a future date, it will be synopsized on the SAM.GOV website.



It is the responsibility of any potential Offeror to monitor this site for additional information pertaining to this requirement.



The Unmanned and Expeditionary Weapons Systems Division (H40), Battle Management Systems (BMS) Program is seeking information on Companies, Universities, and/or Research Institutions that can provide advanced learning technologies via augmented reality/virtual reality (AR/VR) visualizations, specifically focusing on technological advancements to enhance the effectiveness of training through adaptive gamified learning environments that are tailorable to improve the learners’ performance and proficiencies levels in complex virtual environments. This desired learning interface is required to be dynamic and customizable to enable rapid changes to the training scenarios focusing on areas deemed as stressors, which are specific to the individual and can change as skills are improved. It is desired that the learning environment incorporate multi-users with varying capabilities to simulate a team learning environment.



Phase 1 of the training environment will visualize aircraft within Department of Defense fleet, focusing on the front of the respective aircraft and the respective controls both operational and weapons systems, including appropriate aircraft physics modeling. Simulations must also represent varying parts of the world as well as different weather patterns to maximize the learning environment.



Development shall only utilize products that are commercially available; and any sensitive information and simulation development, specific to a military application, shall be owned by the Naval Surface Warfare Center, Dahlgren Division, and maintained internally as open architecture. This will provide maximum flexibility to the learning environment.



Interested parties can submit capability statements that list the following:




  • Past Performance

  • Aircraft Physics Modeling

  • Human/Autonomous System Interaction and Collaboration (HASIC)

  • Machine Perception, Reasoning, and Intelligence (MPRI)

  • Sensing, Monitoring and Assessment Capabilities

  • Virtual/Simulation Solutions

  • Gaming Design

  • In-house Quality Control Assurance for Hardware Development

  • Accounting System Status (DCAA-approved or not)

  • Facility Clearances

  • Personnel Clearances



Interested parties can submit any relevant past performance in this technology arena.



Please list the following items:



(1) Company Name



(2) Company CAGE Code



(3) Company Unique Entity ID; if your Company holds a GSA Schedule contract (541 or other), please provide the Schedule Number



(4) Company Address



(5) Company Phone #



(6) Company E-mail



(7) Company Representative and Business Title



(8) Company Socioeconomic Classification



(Small Business (SB), 8(a), Women-Owned Small Business (WOSB), Economically Disadvantaged Women-Owned Small Business (EDWOSB), Veteran-Owned and Operated Small Business (VOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB), or Historically Under-utilized Business Zone (HUBZone), Historically Black Colleges and Universities/Minority Institutions (HBCU/MI))



NSWCDD requests Offerors’ responses No Later Than 1600 EST, 29 April 2024. Submissions will be accepted after this date, but feedback may not be as timely or contribute to NSWCDD’s strategic planning. All communications with Industry must be coordinated through the cognizant Contract Specialist, Cameron Dodson (Information should be e-mailed to cameron.s.dodson3.civ@us.navy.mil and amy.t.richards.civ@us.navy.mil). Responses should be labeled with the RFI number (N0017824Q5555) and title.



Information received shall be treated as Business Sensitive and will not be shared outside Government activities and agencies without permission of the provider. Any information supplied under this RFI shall be provided free of charge to the Government.



All responses should be unclassified. Information and materials submitted in response to this request will NOT be returned.



If responses contain proprietary data, it shall be marked appropriately. It is the respondent’s responsibility to clearly define to the Government what is considered proprietary data.


Attachments/Links
Contact Information
Contracting Office Address
  • COMPTROLLER C1B 17632 DAHLGREN ROAD SUITE 202
  • DAHLGREN , VA 22448-5154
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Mar 14, 2024 01:19 pm EDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >