Multi-Therapy Infusion Pump
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 FA4417 1 SOCONS, is conducting a Sources Sought to identify vendors capable of providing a Multi-Therapy Infusion Pump. This opportunity seeks a small, lightweight, and durable pump for use in pre-hospital, aeromedical, and military environments at Hurlburt Field, FL. Responses are due April 14, 2026.
Scope of Work
The Office of the Command Surgeon requires a portable multi-therapy infusion pump for intravascular, subcutaneous, intra-arterial, epidural, and perineural infusions by licensed military healthcare professionals. Key specifications emphasize Size, Weight, and Power (SWaP) for integration into existing medical pack-outs. Required features include:
- Dimensions: Objective less than 6” x 4” x 2”
- Weight: Less than 15 oz (excluding battery)
- Delivery Modes: Must support Continuous, Patient-Controlled Analgesia (PCA), Intermittent, Multi-Step, Total Parenteral Nutrition (TPN), and Epidural infusions.
- Flow Rate: 0.1 mL/h to 999 mL/h with ±2.5% accuracy.
- Drug Library: Must support up to 40 clinical care areas and at least 1,000 drugs per area.
- Power: AC (100-240V, 50-60 Hz) and rechargeable Li-Ion battery with minimum 24 hours of continuous operation at 125 mL/h.
- Environmental: Wet-operable touchscreen, casing designed to withstand drops and fluid splashes, operating temperature +5°C to +40°C.
- Certifications: Must meet MIL-STD-461G for EMI/EMC, be certified as "Safe-to-Fly" for military and commercial air transport, and have current FDA clearance.
- Technical: Wired data connectivity required; non-standard serial port acceptable with an appropriate adapter.
- Consumables: Vendors must specify if proprietary consumables are required.
Contract & Timeline
- Type: Sources Sought / Market Research
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Response Due: April 14, 2026, 5:00 PM ET
- Published: April 7, 2026
Evaluation
Vendors shall submit a capability statement or white paper demonstrating that proposed items meet all outlined specifications. The device will be subject to performance checks measuring Volume to be Infused (VTBI) to validate accuracy and reliability.
Additional Notes
This notice is for market research purposes to identify potential sources and does not constitute a solicitation.