Virtual Weapons Range
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 soliciting proposals for a Virtual Weapons Range system to enhance marksmanship training for Security Forces units. This Total Small Business Set-Aside opportunity requires a stationary simulator capable of supporting 1-4 users, simulating domestic environments, and replicating M4 and M18 weapons. The award will be based on a Lowest Price Technically Acceptable (LPTA) evaluation. Quotations are due April 29, 2026.
Scope of Work
The requirement is for a virtual weapons simulator as mandated by DAFI 36-2646, providing realistic, interactive training for marksmanship fundamentals, decision-making, and tactical weapons employment. The system must support Congressionally mandated Shoot/No-Shoot training and conserve Air Force resources.
Key characteristics include:
- Supports 1-4 users simultaneously.
- Stationary system with a minimum of one lane.
- Simulates domestic environments (house, street, cities, stores, restaurants).
- Simulates firing ranges from 7 to 300 meters.
- Includes at least two weapons per lane, free to carry.
- Weapons must replicate the size, weight, and recoil of standard M4 and M18 firearms.
- Must NOT be connected to Wi-Fi.
The simulator will be installed in a room measuring 28' 7" (Length), 15' 3" (Width), and 8' (Height), with a maximum simulator length of 20 feet. The "Virtual Weapon Range Guidance.pdf" attachment provides detailed physical and technical specifications, including a minimum 10-foot ceiling height, specific door, finish, HVAC, power (120V, dedicated circuit), dimmable lighting, communication, and acoustical requirements (minimum STC 50 for walls and doors). The "Room Blueprint.pdf" provides further layout and electrical details.
Contract & Timeline
- Opportunity Type: Solicitation (RFQ)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: 6910 (Training Aids)
- Place of Performance: Fort Moore, GA
- Questions Due: April 22, 2026, 3:00 PM EST
- Quotations Due: April 29, 2026, 3:00 PM EST
- Published: April 16, 2026
Evaluation Factors
Award will be made to the responsible offeror representing the best value, based on a Lowest Price Technically Acceptable (LPTA) approach. Factors include:
- Price: Evaluated for best value.
- Technical Capability: Offerors must provide documentation demonstrating ability to meet all technical requirements.
- Past Performance: Assessed for recent and relevant performance, rated "Acceptable" or "Unacceptable."
Submission Requirements
Quotations must be submitted electronically and include:
- Company Name, Unique Entity ID (UEID), Cage Code.
- Number of Employees, Total Yearly Revenue (for size determination).
- Capability Statement: Detailed narrative of offeror's capabilities.
- Price Breakdown: Breakdown of cost elements.
- Product Specification Sheet: Detailed description of the product.
Offerors should quote their best price as the Government intends to award without discussions. All companies must be registered in SAM.gov.
Contact Information
- Primary: 2nd Lt. Jacob Turner (jacob.turner.28@us.af.mil)
- Secondary: 1st Lt. Nasir Smith (nasir.smith.1@us.af.mil)
- Note: .zip files are not an acceptable format for email submissions.