Manikin System Preventative Maintenance and Warranty Support Services
ID: H9223926QE001Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEUS SPECIAL OPERATIONS COMMAND (USSOCOM)HQ USASOC CONTRACTINGFORT BRAGG, NC, 28310-5200, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MEDICAL, DENTAL, AND VETERINARY EQUIPMENT AND SUPPLIES (J065)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Special Operations Command (USASOC), is seeking sources for preventative maintenance and warranty support services for the Gaumard Scientific Company's S3040.100 Trauma HAL Manikin System. This opportunity is part of a Request for Information (RFI) aimed at identifying authorized resellers capable of fulfilling these requirements, as current market research indicates that Gaumard Scientific Company, Inc. may be the sole vendor for this equipment. Interested parties must submit their company details, including their Unique Entity Identifier (UEI), NAICS codes, business size, and a two-page capability statement confirming their authorized reseller status and ability to provide the necessary support by December 31, 2025, at 10:00 AM EST. For further inquiries, interested vendors can contact Jonathan Long at jonathan.long.civ@socom.mil or by phone at 910-908-9405.

    Point(s) of Contact
    Files
    Title
    Posted
    The US Army Special Operations Command (USASOC) issued a Request for Information (RFI) H92239-26-Q-E001, seeking sources for preventative maintenance and warranty support for Gaumard Scientific Company's S3040.100 Trauma HAL Manikin System. This RFI, published on December 22, 2025, is solely for market research, not a solicitation for offers. USASOC intends to identify authorized Gaumard resellers capable of providing these services, as current market research suggests Gaumard Scientific Company, Inc. is the sole vendor. Interested parties must submit their company details, Unique Entity Identifier (UEI), NAICS codes, business size, and a two-page capability statement by December 31, 2025, at 10:00 AM EST. The capability statement should confirm authorized reseller status and ability to perform warranty support for the specified manikin system. If no other capable sources are identified, USASOC plans to negotiate a sole-source contract with Gaumard Scientific Company, Inc.
    Lifecycle
    Title
    Type
    Similar Opportunities
    J&A For Only One Source
    General Services Administration
    The General Services Administration (GSA) is seeking to procure Special Operations Forces Survival Support and Equipment exclusively from Atlantic Diving Supply, the sole U.S. military vendor for these items. This procurement involves Brand Name Special Forces equipment, specifically Inovytec products, aimed at enhancing the lethality, survivability, and mobility of individual operators within the United States Army Special Operations Command (USASOC). The equipment is critical for supporting military operations and ensuring the effectiveness of special forces personnel. For further inquiries, interested parties can contact Laura Demanche at laura.demanche@gsa.gov or Victoria Howland at victoria.howland@gsa.gov.
    Services to Maintain the TS-3920 C/ASM Computer Test Set
    Dept Of Defense
    The Department of Defense, specifically the Army, is conducting a market survey to identify sources capable of maintaining the TS-3920C/ASM Computer Test Set (CTS), which is critical for troubleshooting and aligning faults in the Automated Flight Control System of the UH-60 Blackhawk Helicopter. The Army currently lacks a complete technical data package for the CTS, which is exclusively held by the original equipment manufacturer, Ultrax Aerospace Inc. Vendors interested in this opportunity must provide documentation demonstrating their capability to maintain the CTS, with responses due by January 9, 2026. For further inquiries, interested parties can contact Robert Liang at robert.liang2.civ@mail.mil.
    Maintenance support for one (1) year for Stryker Operating Room (OR) Integration Systems and Endoscopy Systems
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking maintenance support for Stryker Operating Room (OR) Integration Systems and Endoscopy Systems at the Naval Medical Center (NMC) San Diego for a duration of one year. This annual full-service contract aims to ensure the operational readiness and reliability of critical medical equipment used in surgical procedures. The maintenance services are vital for maintaining high standards of patient care and operational efficiency within military medical facilities. Interested vendors can reach out to Anthony Giunta at Anthony.Giunta@dla.mil or by phone at 215-737-2126 for further details regarding this opportunity.
    Request for Information (RFI) - Agilent Services
    Dept Of Defense
    The Department of Defense, specifically the Army's Program Executive Office Soldier, is seeking responses to a Request for Information (RFI) regarding maintenance and repair services for Agilent equipment utilized by the Global Field Medical Laboratories (GFML). The procurement aims to secure comprehensive service contracts for three Agilent Microplate Washers and three Gas Chromatographs/Mass Spectrometers over a five-year period, focusing on preventative maintenance, timely repairs, and compliance with safety regulations to ensure optimal equipment functionality. This initiative is critical for the GFML's mission to conduct rapid-response evaluations of CBRNE threats, underscoring the importance of reliable laboratory equipment in challenging environments. Interested vendors are encouraged to submit their responses electronically by the specified deadline, with all communications directed to the designated contacts, Trisha Scott and Patrick Wallace, via their provided email addresses.
    GEM4000 Analyzer Repair
    Dept Of Defense
    The Department of Defense, through the Naval Medical Research Center (NMRC), intends to award a sole-source contract for the urgent repair of a Werfen GEM4000 blood gas analyzer, which has experienced a CoOx hardware failure (error 264). This repair is critical as it has halted operations related to Animal Protocol 0226 at the Environmental Health Effects Laboratory in Dayton, Ohio, and can only be performed by the manufacturer, Werfen USA, due to the proprietary nature of the technology. The NMRC has confirmed that Werfen USA is the sole supplier capable of addressing this urgent need, and the contract will be awarded under FAR Part 12 for commercial items. Interested vendors must be registered in the Systems for Award Management (SAM) and can contact Deborah Sharpe at deborah.m.sharpe2.civ@health.mil or Michael Ponczeck at michael.ponczek@us.af.mil for further information.
    ISOF Range 2026
    Dept Of Defense
    The U.S. Special Operations Command (USSOCOM) is hosting the International Special Operations Forces (ISOF) Range 2026, scheduled for April 14-15, 2026, at the Nevada Test and Training Range, NV, with a preliminary "Last Line of Defense" (LLOD) rodeo for counter-unmanned aircraft systems (cUAS) on April 12, 2026. This Request for Information (RFI) invites technology demonstration candidates from various sectors, including private industry, government R&D organizations, and academia, to showcase innovative lethality technologies that address gaps in operational capabilities. The event will feature attendees from U.S. and international Special Operations Forces, government engineers, and contracting officers who will conduct hands-on market research to evaluate technologies in categories such as Weapons, Visual Augmentation Systems, and Precision Strike Systems, with a preference for technologies at Technology Readiness Level (TRL) 7 or higher. Interested respondents must submit their technology applications via the Phoenix Defence website by October 30, 2025, for the first tranche or January 30, 2026, for the second tranche, and should mark proprietary information accordingly; all costs incurred will be the responsibility of the respondents. For further inquiries, contact Marvin Marcia at marvin.marcia@socom.mil.
    Suite of Integrated Radio Frequency Countermeasures (SIRFC) system
    Dept Of Defense
    The United States Special Operations Command (USSOCOM) is seeking to award a non-competitive sole source follow-on contract for the continued life-cycle support of the AN/ALQ-211 Suite of Integrated Radio Frequency Countermeasures (SIRFC) system. This procurement will encompass Program Management, Engineering Support, Contractor Logistics Support, Material Procurement, Field Service Representatives, and Administration Support, primarily aimed at sustaining the AN/ALQ-211 system. The intended award will be a hybrid Firm Fixed Price, Cost-Reimbursable, and Cost-Plus Fixed Fee, Indefinite Delivery Indefinite Quantity (IDIQ) Contract, with a five-year ordering period and a six-month extension option. Interested parties must submit their statements of interest and supporting documentation to Mrs. Stephanie Dillon at stephanie.f.dillon.civ@socom.mil by 10:00 am Eastern Time on December 27, 2024, to be considered for this opportunity.
    ASSET/BEST Surgical Residence Course with Medical Human Cadavers
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army's Medical Readiness Contracting Office-Pacific, is seeking to procure three medical cadavers from Science Care Inc. for the BEST and ASSET Surgical Training Course at Madigan Army Medical Center. This acquisition, valued at $23,836.00, includes the cadavers, Covid testing, cremation processing fees, shipping and handling, and additional weekend shipping fees, all critical for providing essential surgical skills training to residents prior to graduation. The procurement is justified as a sole-source purchase due to the urgent training requirements and the inability to secure competitive offers from other sources. Interested parties can contact Walter J. Bischoff at walter.j.bischoff.civ@mail.mil or by phone at 360-486-0707 for further details.
    Notice of Intent to Sole Source Meta Systems Maintenance
    Dept Of Defense
    The Uniformed Services University of the Health Sciences (USUHS), part of the Department of Defense, intends to award a sole-source contract to Meta Systems Group, Inc. for the annual service maintenance of its Meta Systems equipment. This procurement is essential as Meta Systems Group, Inc. is the original equipment manufacturer and the only authorized vendor capable of performing necessary service and maintenance, including software installations. The contract will follow FAR Part 13.106-1(b)(1)(i) procedures, and while this is not a request for quotes, other vendors may submit capability statements to demonstrate their ability to meet the government's needs. Interested parties should direct inquiries to Christopher White at christopher.white@usuhs.edu, with all submissions due by the specified closing date.
    Zoll R Series, Advanced Life Support (ALS) Monitor/Defibrillator with Expansion Pack, Pulse Oximetry (SPO2), End-Tidal Carbon Dioxide (EtCO2) (MAINSTREAM), OneStep Pacing, and Non-Invasive Blood Pressure (NIBP
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking to procure the Zoll R Series Advanced Life Support (ALS) Monitor/Defibrillator, which includes an expansion pack, pulse oximetry (SPO2), end-tidal carbon dioxide (EtCO2), OneStep pacing, and non-invasive blood pressure (NIBP) capabilities. This procurement aims to enhance medical response capabilities by providing advanced monitoring and defibrillation equipment essential for emergency medical services. The equipment is critical for ensuring effective patient care in various medical situations, particularly in military and emergency response settings. Interested vendors can reach out to Anthony Giunta at Anthony.Giunta@dla.mil or by phone at 215-737-2126 for further details regarding this opportunity.