MECHANCAL LUCAS 3 CHEST COMPRESSION SYSTEM
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 Defense (DoD), specifically Washington Headquarters Services (WHS), is conducting market research through a Sources Sought notice to identify qualified sources for a Mechanical Lucas 3 Chest Compression System. This system is intended for use at the Raven Rock Mountain Complex (RRMC) in Frederick, MD, to provide hands-free chest compressions for patients experiencing cardiac arrest. This is for informational purposes only; no contract will be awarded from this notice. Responses are due by April 2, 2026, at 1:00 PM EST.
Scope of Work
WHS intends to procure a Mechanical Lucas 3 Chest Compression System that meets specific performance criteria, including:
- System Specifications: Compliant with ILCOR's most recent CPR standards (100-120 bpm), automatic self-test, continuous/asynchronous operation (30:2 compression to ventilation ratio), device weight under 20 lbs (with battery), no patient weight limit, operating range of +32°F to +104°F, and multiple power options (battery, 120-VAC, 12-VDC).
- Included Components: Backboard/back plate, two patient stabilization straps, two suction cups (primary/backup), two rechargeable batteries, and a carrying case.
- Additional Equipment: Laminated instruction sheets, decals/stickers, external power supply (12-VDC and 120-VAC), one additional rechargeable lithium-ion battery, desktop battery charger, and three additional disposable suction cups.
- Warranty: A minimum five-year warranty (extendable to device lifetime), product lifetime of at least eight years, preventative maintenance (parts, labor, travel, battery service), and reoccurring software updates to ensure current ILCOR CPR standards. Service must be performed on-site.
Contract & Timeline
- Opportunity Type: Sources Sought (Market Research)
- Delivery: 120 Days After Award (for potential future solicitation)
- Set-Aside: To be determined based on market research responses; all business sizes encouraged to respond.
- Response Due: April 2, 2026, by 1:00 PM EST
- Published: March 18, 2026
Submission & Evaluation
Interested contractors should not submit a proposal or quote at this stage. Instead, firms must provide responses to specific questions outlined in the notice. Responses should be in MS Word/Excel or Adobe Acrobat PDF format, not exceeding 10 pages. Submissions must be emailed to Ms. Ronda A Jordan (ronda.a.jordan.civ@mail.mil) and Ms. Keisha Simmons (Keisha.L.Simmons.civ@mail.mil).
Eligibility / Set-Aside
The government is seeking information from Large Businesses, Small Businesses (including 8(a), HUB-Zone, SDVOSB, SDB, WOSB). Small businesses are highly encouraged to participate. Potential offerors must be capable of passing a standard background check and must be registered in SAM.gov.
Notes
- NAICS Code: 334510 (Electromedical and Electrotherapeutic Apparatus Manufacturing).
- WHS will not acknowledge receipt of responses.