Laerdal SimMan 3G Maintenance Services, Extended Warranty, and Loaner Services
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, specifically the 60th Aeromedical Evacuation Squadron (60 AES) at Travis AFB, CA, is conducting a Sources Sought/Request for Information (RFI) to identify qualified sources for Laerdal SimMan 3G Maintenance Services, Extended Warranty, and Loaner Services. This RFI aims to determine the availability of businesses, including small businesses, capable of providing these services. Responses and questions are due by February 27, 2026.
Scope of Work
The requirement is for full-service maintenance coverage of the Laerdal SimMan 3G high-fidelity adult simulators. The contractor shall provide management, labor, tools, supplies, materials, transportation, parts, and diagnostic equipment necessary for preventive and corrective maintenance. Key services include:
- Preventive Maintenance: One scheduled inspection per year.
- Corrective Maintenance: Unscheduled repair services to return equipment to full operational status.
- Extended Warranty: Coverage for the simulators.
- Loaner Services: Provision of a one-year loaner simulator program.
- OEM Authorization: Contractor personnel must be authorized/qualified by the Original Equipment Manufacturer (OEM) for all repairs.
- Support: 24x7 OEM telephone support for technical issues and Monday-Friday, 8 am - 5 pm support for Clinical Applications.
- Software Updates: Provision of software updates, patches, and field corrections with government approval.
- Reporting: Submission of service reports for all maintenance performed.
- Parts: All replacement parts, excluding consumables, must be new OEM or OEM refurbished parts.
Contract & Timeline
- Type: Sources Sought / Request for Information (RFI)
- Set-Aside: None specified (market research to identify small businesses)
- Period of Performance (Anticipated): Base Year: August 8, 2026 – August 7, 2027, with four additional one-year option periods through August 7, 2031.
- Response Due: February 27, 2026, by 8:00 PM UTC.
- Published: February 17, 2026.
Evaluation
This RFI is for market research purposes only to determine industry capabilities and potential small business participation. Not responding does not preclude participation in any future Request for Quotation (RFQ), if issued. The Government will not pay for any information or administrative costs incurred in response to this RFI.
Additional Notes
Respondents are requested to provide their business name, address, representative information, business size and type (if small business), CAGE code, and a capability package demonstrating the ability to meet all PWS requirements. Input on the PWS is also welcomed. Questions must be submitted via email by the response date to Clark Teninty (clark.teninty.1@us.af.mil) and Juliet Diggs (juliet.diggs.1@us.af.mil).