Opportunity
SAM #FA930226Q0055
KC-46A Virtual Reality Simulator for Air Refueling Training and Engineering
Buyer
Air Force Test Center
Posted
May 13, 2026
Respond By
June 03, 2026
Identifier
FA930226Q0055
NAICS
336413, 541512
The U.S. Air Force Test Center at Edwards Air Force Base is seeking a commercial provider for a KC-46A ARO/Receiver/Engineering Virtual Reality Simulator to support tanker air refueling training and engineering.
- Government Buyer:
- United States Air Force, Air Force Test Center, 418th Flight Test Squadron, Edwards AFB, CA
- OEMs and Vendors:
- No specific OEMs or vendors are named in the solicitation; open to commercial providers with relevant experience
- Products/Services Requested:
- KC-46A Air Refueling Operator (ARO) Station Virtual Reality Rendering and Physical User Interface (Qty: 1)
- KC-46A Receiver Aircraft Pilot Station Virtual Reality Rendering and Physical User Interface (Qty: 1)
- 418th FLTS Special Instrumentation Pallet Physical Interface (Qty: 1)
- Server for Merging Interactions in Virtual Environment (Qty: 1)
- Closed Loop Communications System (Qty: 1)
- Aerodynamic Models for boom and receiver aircraft motion (Qty: 1)
- Commercial virtual simulator for KC-46 tanker air refueling training (Qty: 1)
- Unique or Notable Requirements:
- Simulator must provide both a tanker ARO station and a receiver aircraft flight deck with realistic, accurate controls and interfaces
- Integration with USAF systems and 418th FLTS software (IADS) is required
- Must include a physical interface for the 418th FLTS special instrumentation pallet (ARC configuration)
- Secure handling of Controlled Unclassified Information (CUI)
- No sustainment costs; system must fit within a 30x20-foot, single-story area with a 60Amp power limit
- Offerors must demonstrate past performance with similar tanker-specific simulators (KC-10, KC-135, or KC-46)
- Delivery and installation at Edwards Air Force Base within 12 months of award
- Budget ceiling of $720,000
Description
This is a Combined Presolicitation/Solicitation for the acquisition of KC-46A ARO/Receiver/Engineering Virtual Reality Simulator. Please see attached Statement of Requirements (Attachment 1) for further details.
(i) This is a combined synopsis/solicitation for commercial products prepared in accordance with the format in RFO Subpart 12.2, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Simplified Procedures (RFO 12.201-1) will be used for requirement.
(ii) Solicitation Number: FA9302-26-Q-0055 (found at Attachment 2) Please provide the full solicitation number on all packages
Interested parties who believe they can meet all the requirements for the products described in this combined synopsis/solicitation are invited to submit, in writing, a complete quote.
Offerors are required to submit with their quote enough information for the Government to evaluate the requirements detailed in this combined synopsis/solicitation. Offerors shall submit quotes via email, please note the maximum file size is 10MB. Emails over this file size will not be received. Submit only written offers; oral offers will not be accepted.
This solicitation is issued as a Request for Quote (RFQ).
This solicitation document and incorporated provisions and clauses are in effect through the Revolutionary FAR Overhaul effective 20 April 2026.
(iv) THIS REQUIREMENT WILL BE: For the acquisition of KC-46A ARO/Receiver/Engineering Virtual Reality Simulator. The North American Industry Classification System (NAICS) number for this acquisition is 336413 “Other Aircraft Part and Auxiliary Equipment Manufacturing” with a size standard of 1,250 employees.
(v) Delivery: Period of Performance will be 1 year from date of award.
(vi) The provision at RFO 52.212-1, Instructions to Offerors—Commercial Products and Commercial Services (Jan 2026), applies to this acquisition. Provisions and clauses can be viewed via internet at Acquisition.gov, https://www.acquisition.gov/.
Offerors shall prepare their quotations in accordance with RFO 52.212-1. In addition, the following information shall be included:
PROVIDE THE FOLLOWING CONTRACTOR INFORMATION WITHIN YOUR QUOTE:
1. SAM UEI:
2. TIN Number:
3. CAGE Code:
4. Contractor Name:
5. Payment Terms (NET 30) or Discount:
6. Point of Contact Name and Phone Number:
7. Email address:
8. Warranty:
9. Date Offer Expires:
10. FOB Destination:
11. Estimated Delivery Lead Time:
12. The provision at RFO 52.212-2, Evaluation—Commercial Products and Commercial Services (Jan 2026) applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:
Please read the evaluation criteria closely. If vendor does not provide a full response, it will be found unresponsive
The solicitation provides that quotations will be evaluated using Best Value. Award will be made to the vendor whose quote provides the Best Overall Value. All offerors will be evaluated using the following evaluation criteria:
Past Performance Price Technical Capabilities
Past Performance and Price will be weighted more heavily than Technical Capabilities.
Past Performance and Price will be weighted equally.
Instructions to offerors:
Please also include the following with your quotes:
- Completion of Attachment 2, FA9302-26-Q-0055.
- Completion of Attachment 3, Past Performance Questionnaire(s) (PPQ), identifying any applicable past performance based on the evaluation criteria. These should be completed by the end user of the previous effort, not by the offeror.
-Delivery lead time
-Identification of open market items (if applicable)
-Details regarding any warranties or support plans applicable to this purchase
-Quote validity period
-CAGE/UEI must be on the quote
-Discount Terms
-Quotes should be no longer than 5 pages.
Evaluation:
Past Performance: Using the information included in the returned PPQs, the Government will evaluate the past performance of the contractor each effort. This factor evaluates the offeror's demonstrated historical capability to successfully execute similar simulation efforts. This factor will be evaluated strictly on a Pass/Fail (Acceptable/Unacceptable) basis. All information provided in the PPQ must be verifiable by the POC of the end user completing the PPQ. To receive a "Pass" (Acceptable) rating, the offeror must provide documentation of past performance that meets all of the following criteria: Tanker-Specific Experience: The offeror must demonstrate past experience providing a training simulator specifically designed for Air Force tanker units (specifically limited to the KC-10, KC-135, or KC-46). Required System Components: The demonstrated experience must explicitly encompass the creation of both a tanker aircraft Aerial Refueling Operator (ARO) station and a receiver aircraft flight deck. Exclusionary Criteria: Previous experience limited to creating non-tanker aircraft simulators is expressly deemed insufficient and will result in a "Fail" (Unacceptable) rating.
Price: Price will be evaluated to ensure it is fair, reasonable, and within the Government's budgetary constraints. Price is weighted equally with Past Performance. Budget Ceiling: The maximum allocated budget for this effort is $720,000.00. Pass/Fail Criteria: Price will be evaluated on a Pass/Fail basis. Any proposed total evaluated price that exceeds the $720,000.00 threshold will automatically receive a "Fail" (Unacceptable) rating and render the proposal ineligible for award.
Technical Capability: This factor evaluates the offeror's proposed technical approach and methodology to meet the Government's requirements for the VR Training Simulator as outlined in the SOR (Attachment 1). The Government will assess the feasibility, completeness, and soundness of the proposed solution to deliver a fully functional VR training environment.
The Government will award a purchase order resulting from the RFQ to the responsible offeror whose quote is responsive to the RFQ and considered to be the Best Value based on the evaluation criteria above.
(viii) Offerors must have completed copies of applicable provisions in sam.gov. Offers will be considered incomplete if not completed.
(iv) The clause at RFO 52.212-4, Contract Terms and Conditions—Commercial Products and Commercial Services (Jan 2026), applies to this acquisition.
(x) Defense Priorities and Allocation System (DPAS): N/A
(xi) Quote Submission Information:
It is the government’s intent to award without negotiations. Therefore, each initial quote should contain the offeror’s best terms from a price and technical standpoint. However, the government reserves the right to conduct negotiations if the Contracting Officer (CO) determines that negotiations are necessary.
Offers are due by 3 Jun 2026 at 8:00 AM, Pacific Standard Time (PST).
Offers must be sent via email to both Jenna Jacobson (jenna.jacobson@us.af.mil) AND Paola Diaz (paola.diaz.1@us.af.mil). No late submissions will be accepted.
(xiii) For additional information regarding this solicitation contact:
Primary Point of Contact:
Paola Diaz
Contract Specialist
Secondary Point of Contact:
Jenna Jacobson
Contracting Officer
QUESTION PERIOD: The period for questions regarding this RFQ will end at 12:00 PM PDT on 20 May 2026. Please send all questions to the CO via email at jenna.jacobson@us.af.mil. Phone inquiries are not available currently. All questions and answers will be posted to this RFQ.
Attachments:
Statement of Requirements Solicitation FA9302-26-Q-0055 Past Performance Questionnaire