Distributed LVC Integration and Cross-Facility Connectivity Architecture
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 96th Test Systems Squadron (96 TSSQ) is issuing a Request for Information (RFI) to gather industry feedback and technical insight for developing a Distributed Live–Virtual–Constructive (LVC) Integration and Cross-Facility Connectivity Architecture for the Eglin Gulf Test and Training Range (EGTTR). The Government seeks approaches for secure, synchronized, and scalable data exchange between geographically separated test nodes. Responses are due May 15, 2026.
Purpose & Scope
This RFI aims to address current limitations where EGTTR test and simulation activities rely on isolated, facility-specific configurations with limited interoperability. The Government intends to establish a unified, secure, and scalable architecture to enable distributed LVC connectivity, time-synchronized data distribution, multi-domain access control, configuration management, monitoring, and interoperability with existing systems. Industry input will help refine architectural options, identify technical risks, and assess solution pathways.
Information Requested
Respondents should provide details on:
- Technical Approach: Proposed LVC integration architecture, deterministic timing, data distribution, multi-domain access control, configuration management, and integration with existing systems.
- Demonstrated Capability & Past Performance: Verifiable past performance in distributed test/LVC environments, technical maturity (TRL 7 threshold, TRL 8 objective), objective performance metrics, and deployment history.
- Vendor Qualifications: Corporate experience, technical staff qualifications, cybersecurity maturity, and experience with multi-domain/multi-node architectures.
- Risks, Dependencies, and Assumptions: Technical risks, dependencies, and cybersecurity considerations.
- Rough Order of Magnitude (ROM): Cost bands for prototype, integration, and sustainment, along with schedule assumptions.
Response Requirements
The Core Response (10 pages maximum) must include an Executive Summary, Technical Approach, Requirements Traceability Matrix, Risks and Assumptions, and ROM Cost and Schedule. Optional attachments (10 pages/slides max) and an optional slide deck (15 slides max) are permitted. A mandatory System-of-Interest (SoI) isolation rule requires vendors to describe only components relevant to the distributed LVC integration architecture. Responses will be considered non-responsive if they fail to meet the TRL 7 minimum maturity, lack verifiable past performance, provide only conceptual capabilities, fail to isolate the SoI, or exceed page limits.
Contract & Timeline
This is a Request for Information (RFI) only for market research purposes and is not a solicitation or commitment to award a contract. The Government will not reimburse respondents for costs incurred.
- Opportunity Type: Sources Sought / Request for Information (RFI)
- Set-Aside: None specified (RFI for market research)
- Response Due: May 15, 2026, 8:00 PM EDT
- Published: April 6, 2026
Contact Information
Submissions and inquiries should be sent electronically to Mr. Anthony Aldrich at 96TSSQ.RNXT.RNXTRFI@US.AF.MIL. Proprietary information must be clearly marked.