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, through the USPFO Activity WA ARNG, is soliciting proposals for K9 Training Simulators to be deployed in a training environment at Camp Murray, WA. This is a Total Small Business Set-Aside opportunity, issued as a Combined Synopsis/Solicitation (RFQ). 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. The requirement includes all associated accessories, training, and support for successful deployment.
Key Requirements / Deliverables
K9 simulators must incorporate essential characteristics such as:
- Full anatomical skeletal motion
- Realistic airway with adjustable breathing and intubation with chest rise/fall
- Cephalic IV training (bilateral) with flash cue
- Needle decompression/thoracocentesis with air release (bilateral)
- Adjustable femoral pulses
- Gastric Dilatation Volvulus (GDV) decompression site
- CPR chest compressions with resistance
- Mouth-to-snout resuscitation
- Packable bleeding junctional wound and movable GSW site
- Tracheostomy training site with multi-layered tissue
- Remote control with real-time sensor data and programmable scenarios
Contract Details & Timeline
- Opportunity Type: Combined Synopsis/Solicitation (RFQ)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Product/Service Code: 6910 (Training Aids)
- Contract Type: Firm-Fixed-Price
- Place of Performance: Camp Murray, WA
- Published Date: February 3, 2026
- Response Due Date: February 25, 2026, 22:00 UTC
- Delivery Terms: FOB Destination
- Option: Increased quantity may be exercised within 365 days.
Evaluation Criteria
Award will be based on a Best Value (Trade-off) process, considering Price, Past Performance, and Technical Capability. Other factors include warranty, system support, ease of use/functionality, compatibility with future technology, quality, currency of technology, and delivery/installation time. The government encourages innovative solutions that maximize efficiency and cost savings.
Submission Requirements
Offerors must be registered and active in SAM.gov. Proposals should include:
- Pricing for all CLINS
- A technical proposal addressing specifications, warranty, maintenance, customer service, technical assistance, delivery, and installation terms. Product literature or web-links are encouraged.
- Past performance information (up to 5 projects, max 2 pages), including current POC, scope of work, contract number, and completion dates. A statement of no past performance is acceptable.
- Joint ventures must submit specific representations.
- Late submissions will generally not be considered. Vendors are cautioned against adding additional Terms and Conditions.
Contact Information
- Primary: Dennis Jutras (dennis.k.jutras.civ@army.mil, 509-532-2874)
- Secondary: Saul Resendez (saul.resendez.civ@army.mil, 253-512-8304)