Joint Simulation Environment (JSE) Contractor Logistics Support (CLS)
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Air Force is conducting market research via a Request for Information (RFI) for Joint Simulation Environment (JSE) Contractor Logistics Support (CLS). This effort seeks to assess industry capabilities for Operations and Support (O&S) at Joint Integrated Test and Training Centers (JITTCs) located at Nellis AFB, NV, and Joint Base Elmendorf-Richardson, AK. The JSE program aims to create a digital test and training range for 4th, 5th, and 6th generation aircraft. Responses are due April 10, 2026, at 11:59 PM EST.
Scope of Work
The JSE program requires a contractor to manage training and product support for a mix of JSE and non-JSE compliant training systems, supported by COTS components, server farms, and complex audio/visual systems operating on secure networks up to TS/SCI and SAP levels. Key areas of interest include:
- Program Management/Systems Engineering
- Upgrades and Modifications (e.g., Concurrency Upgrades, Training Enhancements)
- Training Systems Support (Contractor Logistics Support [CLS], Training System Support Center [TSSC])
- Instructional Services and Products
- Design Concept and Prototype Development
- Interoperability, Qualification, and Test
The JSE utilizes core government-owned software (JSE Technical Baseline - JTB), JSE Platform Packages (JPP) for interfacing with Blue Force Platforms (e.g., F-35, F-22 simulators), Red Force Platforms (virtual threats), and a Distributed Interactive Simulation (DIS) Gateway for real-time wargaming.
Contract & Timeline
- Type: Sources Sought / Request for Information (RFI)
- Anticipated Contract Type: Firm Fixed Price (FFP), Fixed Price Incentive Firm (FPIF), and Cost Reimbursable CLINs.
- Anticipated Period of Performance: 1-year base period with four 1-year option periods.
- Anticipated Commencement: 4th Quarter of CY27.
- Set-Aside: The Government will consider a Small Business Set-Aside if sufficient interest and capability are demonstrated by two or more small businesses.
- Response Due: April 10, 2026, 11:59 PM EST.
- Published: April 02, 2026.
Submission & Evaluation
This RFI is for planning purposes only; responses are not offers and will not form a binding contract. Submissions will be used to determine the acquisition strategy and assess industry capabilities. Responses should be direct, concise, and limited to ten 8.5"x11" pages (Word or PDF). Marketing material is insufficient. Proprietary information should be marked.
Points of Contact
- Primary: Matthew Mercer (matthew.mercer.5@us.af.mil)
- Contracting Officer: Elizabeth Moles (elizabeth.moles@us.af.mil)