Manikin System Preventative Maintenance and Warranty Support 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 U.S. Special Operations Command (USSOCOM), specifically HQ USASOC Contracting, is seeking Preventative Maintenance and Warranty Support Services for Manikin Systems at Fort Bragg, NC. This is a Combined Synopsis/Solicitation issued as a Request for Quote (RFQ), with an intent to sole source to the Original Equipment Manufacturer (OEM). The opportunity is a Total Small Business Set-Aside. Quotes are due by February 6, 2026, at 9:00 AM EST.
Purpose & Scope
This requirement is for preventive maintenance and warranty support for three (3) Trauma HAL S3040.100 simulators used by the Joint Special Operations Medical Training Center (JSOMTC). The services are crucial for prolonging the life and operational readiness of these critical training aids. The contract requires specific warranty plans: a Platinum Plus Service Plan for CLIN 0001, and Essential Plans for CLINs 1001 and 2001. Services include labor, materials for repair, software updates, loaner services, training, telephone/email support, and all repairs and preventative maintenance performed at JSOMTC. Amendment 0002 indicates that the simulator serial numbers have been updated; refer to the latest solicitation for details.
Contract Details
- Contract Type: Firm-Fixed Price.
- Period of Performance: One 12-month base year and two 12-month option years.
- Funding: Base year will be funded with FY26 Operations and Maintenance (O&M) funding.
- NAICS Code: 811210 (Electronic and Precision Equipment Repair and Maintenance) with a size standard of $34.0M.
- Delivery: FOB destination.
Submission & Evaluation
This procurement is a Total Small Business Set-Aside. The government intends to award a sole-source contract, citing FAR 13.106-1(b)(1), as a Sources Sought notice identified only Gaumard Scientific Company, the OEM, as capable. Quotes from unauthorized vendors will be disqualified. Submission Method: Electronically via email to jonathan.long.civ@socom.mil. Quote Content: Must include the solicitation number, quote validity (minimum 90 days), vendor Point of Contact (POC), UEI/CAGE, a technical description (maximum 5 pages), warranty terms, price, "remit to" address, SAM registration, and an acknowledgment page. Evaluation Factors: Award will be based on price and other factors, with Technical Acceptability evaluated on a Pass/No-Pass basis. The government expects only the OEM to respond.
Key Dates & Contact
- Response Due Date: February 6, 2026, at 9:00 AM EST.
- Published Date: February 5, 2026.
- Primary Contact: Jonathan Long, jonathan.long.civ@socom.mil, 910-908-9405.