Skip to content
Department of Defense

Distributed LVC Integration and Cross-Facility Connectivity Architecture

Solicitation: FA2486-RFI-Sim
Notice ID: 773f7422b4cd4560aa5409b5484e3d36
TypeSources SoughtNAICS 541512PSC7B20DepartmentDepartment of DefenseAgencyDept Of The Air ForceStateFLPostedApr 06, 2026, 12:00 AM UTCDueMay 15, 2026, 08:00 PM UTCCloses in 39 days

Sources Sought from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: FL. Response deadline: May 15, 2026. Industry: NAICS 541512 • PSC 7B20.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

CMMC support options for this DoD solicitation

As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • Gap review, remediation roadmap, and implementation support
  • Policy package, evidence mapping, and submission prep
  • Designed for primes and subs across non-tech and tech work
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: FA2486-RFI-SIM. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 541512 (last 12 months), benchmarked to sector 54.

12-month awarded value
$20,024,280,778
Sector total $5,889,275,371,462 • Share 0.3%
Live
Median
$234,121
P10–P90
$234,121$234,121
Volatility
Stable0%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.3%
share
Momentum (last 3 vs prior 3 buckets)
+637157%($20,017,997,239)
Deal sizing
$234,121 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for FL
Live POP
Place of performance
Goulds, Florida • 32542 United States
State: FL
Contracting office
Eglin Afb, FL • 32542 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
FL20260202 (Rev 1)
Match signal: state matchOpen WD
Published Jan 16, 2026Florida • Duval
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $28.00Fringe $12.30
Rate
CARPENTER (Includes Drywall Hanging and Form Work)
Base $23.63Fringe $13.30
+27 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 27 more rate previews.
Davis-BaconBest fitstate match
FL20260202 (Rev 1)
Open WD
Published Jan 16, 2026Florida • Duval
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $28.00Fringe $12.30
Rate
CARPENTER (Includes Drywall Hanging and Form Work)
Base $23.63Fringe $13.30
Rate
ELECTRICIAN (Includes Low Voltage Wiring)
Base $35.60Fringe $14.97
+26 more occupation rates in this WD
Davis-Baconstate match
FL20260104 (Rev 1)
Open WD
Published Jan 16, 2026Florida • Baker
Rate
ELECTRICIAN
Base $35.60Fringe $14.97
Rate
OPERATOR: Oiler
Base $24.84Fringe $13.60
Rate
IRONWORKER, STRUCTURAL AND REINFORCING
Base $29.50Fringe $12.98
+24 more occupation rates in this WD
Davis-Baconstate match
FL20260111 (Rev 1)
Open WD
Published Jan 16, 2026Florida • Duval
Rate
ELECTRICIAN
Base $35.60Fringe $14.97
Rate
OPERATOR: Oiler
Base $24.84Fringe $13.60
Rate
IRONWORKER, STRUCTURAL
Base $29.50Fringe $12.98
+23 more occupation rates in this WD
Davis-Baconstate match
FL20260126 (Rev 1)
Open WD
Published Jan 16, 2026Florida • Nassau
Rate
ELECTRICIAN
Base $35.60Fringe $14.97
Rate
OPERATOR: Oiler
Base $23.05Fringe $13.60
Rate
IRONWORKER, STRUCTURAL
Base $29.50Fringe $12.98
+23 more occupation rates in this WD

Point of Contact

Name
Anthony Aldrich
Email
96TSSQ.RNXT.RNXTRFI@US.AF.MIL
Phone
850-882-1941

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE AIR FORCE
Subagency
F1T0DE 96 TW LMCA 96 RANSS
Office
Not available
Contracting Office Address
Eglin Afb, FL
32542 USA

More in NAICS 541512

Description

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:
ˆ Distributed LVC connectivity across multiple test nodes
ˆ Time-synchronized data distribution and event coordination
ˆ Multi-domain access control and controlled data release
ˆ Configuration management and version control across facilities
ˆ Monitoring, logging, and health management of distributed links
ˆ 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
ˆ Proposed architecture for distributed LVC integration
ˆ Methods for deterministic timing and synchronization
ˆ Data distribution mechanisms for state vectors, metadata, and timing signals
ˆ Approaches for multi-domain access control and cross-domain data handling
ˆ Strategies for configuration management and version control
ˆ Integration with existing test and simulation systems
3.2 Demonstrated Capability and Past Performance
Respondents shall provide:
ˆ Verifiable past performance relevant to distributed test or LVC environments
ˆ Evidence of technical maturity (fielded systems, prototypes, accredited components)
ˆ Objective performance metrics (latency, throughput, synchronization accuracy)
ˆ Deployment history and operational context
ˆ Points of contact who can validate claims
2
3.3 Minimum Technical Maturity (TRL Requirement)
ˆ Threshold: TRL 7—System prototype demonstrated in an operational environment
ˆ Objective: TRL 8 — Actual system completed and qualified
3.4 Vendor Qualifications
Respondents shall describe:
ˆ Corporate experience with distributed test or LVC systems
ˆ Technical staff qualifications
ˆ Cybersecurity maturity and cross-domain experience
ˆ Experience supporting multi-domain or multi-node architectures
3.5 Risks, Dependencies, and Assumptions
ˆ Technical risks and mitigation strategies
ˆ Dependencies across distributed test nodes
ˆ Cybersecurity considerations across classification levels
3.6 Rough Order of Magnitude (ROM)
ˆ Cost bands for prototype, integration, and sustainment
ˆ 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)
ˆ Architecture diagrams
ˆ Timing analysis
ˆ Data flow models
ˆ ICD concepts
ˆ Prototype screenshots
ˆ Security models
ˆ Capability matrices
ˆ 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:
ˆ Fail to meet the TRL 7 minimum maturity requirement
ˆ Do not provide verifiable past performance
ˆ Provide only conceptual or undeveloped capabilities
ˆ Fail to isolate the SoI
ˆ Provide marketing content instead of technical detail
ˆ Lack verifiable past performance
ˆ Exceed page limits in the core response
ˆ 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
ˆ Please contact Mr. Aldrich via email if submitting any potentially sensitive or classified
material to arrange for appropriate handling.
ˆ 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.
ˆ 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.

Files

Files size/type shown when available.

No public attachments surfaced yet. Some owner portals gate files behind registration, and BidPulsar keeps enriching the package as new public links appear.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.