K9 Training Simulators
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 Army, specifically W7N6 USPFO ACTIVITY WA ARNG, is soliciting proposals for K9 Training Simulators to be deployed in a training environment at Camp Murray, WA. This requirement is a Combined Synopsis/Solicitation issued as a Request for Quotation (RFQ) and is designated as a Total Small Business Set-Aside. The simulators must provide interactive, life-like responses for medical treatment training. Proposals are due by February 25, 2026.
Purpose & Scope
The objective is to procure state-of-the-art K9 simulators that enable learners to perform critical life-saving tasks with realistic experience. These simulators must simulate active breathing, audio cues (barking, whimpering, growling), and replicate the look, feel, and function of actual medical procedures. Key functionalities include full anatomical skeletal motion, realistic airway management with adjustable breathing and intubation, cephalic IV training, needle decompression, Gastric Dilatation Volvulus (GDV) decompression, CPR, mouth-to-snout resuscitation, packable bleeding wounds, movable GSW sites, and tracheostomy training. Essential characteristics also include pulse, movable jaw, and intraosseous infusion capabilities, all controllable via remote with real-time sensor data and programmable scenarios. The government encourages innovative solutions that maximize efficiency and cost savings.
Contract Details
This will result in a Firm-Fixed-Price contract awarded to the responsible offeror representing the best value. The solicitation incorporates Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses. An option for increased quantity may be exercised within 365 days. Delivery terms are FOB Destination.
Submission & Evaluation
Proposals must be submitted by registered and active SAM.gov vendors. Submissions should include pricing for all Contract Line Item Numbers (CLINS), a comprehensive technical proposal addressing product specifications, warranty, maintenance, customer service, technical assistance, delivery, and installation terms. Product literature or web-links are encouraged. Offerors must also provide past performance information (up to 5 projects, max 2 pages) or a statement of no past performance. Evaluation will be based on a Best Value (Trade-off) process, considering Past Performance, Technical Capability, and Price. Other factors include warranty, system support, ease of use/functionality, compatibility with future technology, quality, currency of technology, and delivery/installation time.
Key Dates & Contacts
- Questions Due: February 20, 2026, by 1:00 PM Pacific Time
- Proposals Due: February 25, 2026
- Published Date: February 3, 2026
- Primary Contact: Dennis Jutras, dennis.k.jutras.civ@army.mil, 509-532-2874