Loading...
Response Deadline
May 19, 2026, 7:00 PM(CDT)7 days
Eligibility
Contract Type
Special Notice
Air Force Global Strike Command (AFGSC), Barksdale AFB, LA intends to negotiate on a sole source basis with Chinook Medical Gear, Inc/Altitude Technologies (CAGE Code: 04JV2), 12505 E 55th St Unit B Tulsa, Oklahoma 74146-6209, United States.
AFGSC requires Tactical Combat Casualty Care (TCCC) moulage kits that can provide a realistic training environment to which a medic would encounter in a wartime setting such as gunshots, burns, evisceration, blast injuries, fractures, etc. Also required from these kits are the need to provide surgical airway intervention and bleeding capabilities without the cost or use of high-fidelity manikins. Also sought is an instructor training program on the proper use, maintenance, and repair of moulage kits as well as the proper documentation for all components.
Chinook Medical Gear/Altitude Technologies (CMG) is the only responsible source capable of satisfying this requirement without unacceptable risk to the Government. CMG delivered moulage kits to AFGSC requirement during FY25 that met the requirements necessary for the training environment. CMG also provided the instructor program and documentation required for last year’s requirement. During FY25, AFGSC conducted myltiple AF Tier 3/4 courses at Travis AFB, witnessing utilization of multiple manikins and moulage kits from different vendors. CMG was able to create and build the very specific salient characteristics that are needed to create the most realistic training environment for this course as proven. Given this history and the mandatory requirements of the Tactical Combat Casualty Care Policy and Guidance, no other known source possesses direct experience providing moulage kits and the proper training/documentation. Accordingly, CMG is uniquely qualified to fulfil this requirement.
The statutory authority for other than full and open competition is 10 USC 2304(a)(1), as implemented by FAR 6.302-1(a)(2)(iii), only one responsible source and no other supplies or services will satisfy agency requirements. Companies who believe they can provide this service must indicate their interest in writing within 7 days of this notification and include a detailed capability statement. No reimbursement for any cost connected with providing capability information will be provided. All responsible sources will be considered in evaluating the determination to issue a sole-source contract. Quotations received in response to this notice cannot be accepted since this synopsis cannot be considered a request for quote or a request for proposal. A solicitation will NOT be posted to SAM.gov due to the sole source nature of the requirement. This notice of intent is not a request for competitive quotes. Vendors may send written correspondence to the following address: zachary.grosshaeuser@us.af.mil. All responsible sources will be considered for evaluating the determination. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. The North American Classification System (NAICS) code 339112 will be used for determining company size status.
N/A
DEPT OF DEFENSE
DEPT OF THE AIR FORCE
AIR FORCE GLOBAL STRIKE COMMAND
AIR FORCE GLOBAL STRIKE COMMAND
NAICS
Surgical and Medical Instrument Manufacturing
PSC
TRAINING AIDS
Set-Aside
Total Small Business Set-Aside (FAR 19.5)