Manikin System Preventative Maintenance and Warranty Support Services

SOL #: H9223926QE0001Combined Synopsis/Solicitation

Overview

Buyer

DEPT OF DEFENSE
Us Special Operations Command (Ussocom)
HQ USASOC CONTRACTING
FORT BRAGG, NC, 28310-5200, United States

Place of Performance

Fort Bragg, NC

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Medical, Dental, And Veterinary Equipment And Supplies (J065)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Jan 27, 2026
2
Last Updated
Feb 5, 2026
3
Submission Deadline
Jan 29, 2026, 3:00 PM

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. Army Special Operations Command (USASOC) has issued a combined synopsis/solicitation for preventive maintenance and warranty support services for three Trauma HAL S3040.100 simulators (Manikin Systems) located at the Joint Special Operations Medical Training Center (JSOMTC) in Fort Bragg, NC. This requirement is a Total Small Business Set-Aside, although the government intends to sole-source the award to the original equipment manufacturer.

Scope of Work

The contractor will provide comprehensive warranty coverage and preventive maintenance for three specific manikin systems (Serial Numbers: K2102400, K2102401, and K2102403). Key requirements include:

  • Service Plans: One Platinum Plus Service Plan and two Essential Plans.
  • Maintenance: On-site preventive maintenance, labor, and materials for repairs.
  • Support: Software updates, telephone/email technical support, and loaner equipment services.
  • Training: Provision of training support as part of the service agreement.

Contract & Timeline

  • Type: Firm-Fixed-Price (FFP).
  • Duration: One 12-month base year with two 12-month option years.
  • Set-Aside: Total Small Business Set-Aside.
  • Response Due: January 29, 2026, at 10:00 AM EST.
  • Place of Performance: Fort Bragg, NC.

Evaluation

Award will be made based on Technical Acceptability (Pass/No-Pass) and Price. A Justification and Approval (J&A) has been issued for a sole-source procurement from Gaumard Scientific Company, as they are the sole manufacturer and provider of these specific services with no authorized resellers.

Additional Notes

Quotes must be submitted electronically and remain valid for at least 90 days. Submissions must include a technical description (max 5 pages), warranty terms, and proof of SAM registration.

People

Points of Contact

Files

Files

No files attached to this opportunity

Versions

Version 3
Combined Synopsis/Solicitation
Posted: Feb 5, 2026
View
Version 2
Combined Synopsis/Solicitation
Posted: Jan 30, 2026
View
Version 1Viewing
Combined Synopsis/Solicitation
Posted: Jan 27, 2026