Veterinary Anesthesia Equipment
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 Army, W40M USA HCA, has issued a Solicitation for Veterinary Anesthesia Equipment. The initial requirement is for three (3) Veterinary Anesthesia Machines (VetAMs) or equal, for operational and environmental testing. Following successful testing, the government intends to procure up to 140 VetAMs in FY27. Responses are due by June 16, 2026, at 04:30 AM Z.
Scope of Work
This opportunity seeks to replace current obsolete anesthesia machines and OEM parts. Bidders must provide three (3) VetAMs that meet detailed operational and logistic specifications. Key requirements include:
- Devices: Landmark VTA-1100, SUPERA M4000, or Moduflex Compact Field Anesthesia Machine, or equivalent.
- Operational Specs: Must comply with FDA oversight, feature electricity-independent anesthetic gas vaporizers, rebreathing/non-rebreathing circuits, 50 psi oxygen input, safety features (fail-safes, pop-off valve, oxygen flush), pressure gauges, manual ventilation support, mechanical ventilator connection, and anesthetic gas scavenging adaptability. Portability, durability, and no reliance on external power are crucial.
- Logistic Specs: Each device requires one physical and one digital User/Operator and Maintenance/Service Manual. A minimum one-year warranty covering parts, in-house labor, and technical support is mandatory. Initial operator and maintainer training for the government's test team is also required.
- Delivery: Within 45-90 days after contract award to CONUS and OCONUS locations.
- Optional Items: Specialized tools, MIL-STD810H compliant reusable hardened transport cases, foam cut designs, OEM repair/maintenance cost analysis, repair parts listing, RMF/ATO supporting documentation, and copyright releases.
Contract Details
This is a Solicitation. The government plans to procure up to 140 VetAMs in FY27 after the initial testing phase. The awarded vendor will be required to collaborate with the Defense Logistics Agency (DLA) to add the device to the Electronic Catalogue (ECAT).
Eligibility & Compliance
There is no specific set-aside for this opportunity. However, Trade Agreements Act (TAA) compliance is mandatory. Offerors must certify that their end products are U.S.-made, qualifying country, or designated country end products.
Submission & Evaluation
Bidders must provide quotes that explicitly address all minimum requirements. The full solicitation is expected to provide specific submission instructions and detailed evaluation criteria. Offerors are required to complete and submit the Attachment 1_Trade Act Agreement Certification. The provided Estimated Billing of Material (EBOM) spreadsheet offers insight into the government's estimated needs, CLINs, labor categories, and cost structure, which can assist in proposal preparation.
Deadlines & Contact
Responses are due by June 16, 2026, at 04:30 AM Z. Primary contact: Linda McGhee (linda.a.mcghee.civ@army.mil).