Skip to content
Department of Defense

NKV-440 Series Ventilator System

Solicitation: PANHCA26P0000028355
Notice ID: a4422bf559b440ac8ae6ebe0d707dc6f
TypeSources SoughtNAICS 339112PSC6515Set-AsideNONEDepartmentDepartment of DefenseAgencyDept Of The ArmyStateCOPostedMar 25, 2026, 12:00 AM UTCDueMar 30, 2026, 09:00 PM UTCExpired

Sources Sought from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: CO. Response deadline: Mar 30, 2026. Industry: NAICS 339112 • PSC 6515.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

CMMC support options for this DoD solicitation

As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • Gap review, remediation roadmap, and implementation support
  • Policy package, evidence mapping, and submission prep
  • Designed for primes and subs across non-tech and tech work
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: PANHCA26P0000028355. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 339112 (last 12 months), benchmarked to sector 33.

12-month awarded value
$206,799,774
Sector total $51,923,358,306 • Share 0.4%
Live
Median
$62,385
P10–P90
$27,165$408,674
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.4%
share
Momentum (last 3 vs prior 3 buckets)
+143%($86,098,110)
Deal sizing
$62,385 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for CO
Live POP
Place of performance
Colorado Springs, Colorado • 80913 United States
State: CO
Contracting office
Jbsa Ft Sam Houston, TX • 78234-4504 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
CO20260009 (Rev 0)
Match signal: state matchOpen WD
Published Jan 02, 2026Colorado • Denver, Douglas
Rate
CARPENTER (Form Work Only)
Base $33.11Fringe $12.17
Rate
TRAFFIC SIGNALIZATION: Traffic Signal Installation Zone 1
Base $26.42Fringe $4.75
+78 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 78 more rate previews.
Davis-BaconBest fitstate match
CO20260009 (Rev 0)
Open WD
Published Jan 02, 2026Colorado • Denver, Douglas
Rate
CARPENTER (Form Work Only)
Base $33.11Fringe $12.17
Rate
TRAFFIC SIGNALIZATION: Traffic Signal Installation Zone 1
Base $26.42Fringe $4.75
Rate
Zone 2
Base $29.42Fringe $4.75
+77 more occupation rates in this WD
Davis-Baconstate match
CO20260001 (Rev 0)
Open WD
Published Jan 02, 2026Colorado • Alamosa, Archuleta, Baca +44
Rate
Asbestos Workers/Insulator (Includes application of all insulating materials, protective coverings, coatings and finishings to all types of mechanical systems
Base $36.98Fringe $16.82
Rate
Asbestos Workers/Insulator (Includes application of all insulating materials, protective coverings, coatings and finishes to all types of mechanical systems)
Base $36.60Fringe $11.83
Rate
BRICKLAYER
Base $32.93Fringe $14.29
+25 more occupation rates in this WD
Davis-Baconstate match
CO20260027 (Rev 0)
Open WD
Published Jan 02, 2026Colorado • Pueblo
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR - MECHANICAL (Duct, Pipe & Mechanical System Insulation)
Base $36.98Fringe $16.82
Rate
ELECTRICIAN
Base $35.40Fringe $16.06
Rate
POWER EQUIPMENT OPERATOR (Crane) 141 tons and over
Base $39.80Fringe $15.20
+22 more occupation rates in this WD
Service Contract Actstate match
2023-0171 (Rev 8)
Open WD
Published Jan 20, 2026Colorado • Larimer
47040
Diver
Base $53.87Fringe $0.00

HEALTH & WELFARE: $5.55 per hour, up to 40 hours per week, or $222.00 per week or $962.00 per month HEALTH & WELFARE EO 13706: $5.09 per hour, up to 40 hours per week, or $203.60 per week, or $882.27 per month* *This rate is to be used only when compensating employees for performance on an SCA- covered contract also covered by EO 13706, Establishing Paid Sick Leave for Federal Contractors. A contractor may not receive credit toward its SCA obligations for any paid sick leave provided pursuant to EO 13706. | VACATION: 2 weeks paid vacation after 1 year of service with a contractor or successor; 3 weeks after 5 years, 4 weeks after 10 years, and 5 weeks after 15 years. Length of service includes the whole span of continuous service with the present contractor or successor, wherever employed, and with the predecessor contractors in the performance of similar work at the same Federal facility. (Reg. 29 CFR 4.173) | HOLIDAYS: A minimum of eleven paid holidays per year: New Year's Day, Martin Luther King Jr.'s Birthday, Washington's Birthday, Memorial Day, Juneteenth National Independence Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. (A contractor may substitute for any of the named holidays another day off with pay in accordance with a plan communicated to the employees involved.) (See 29 CFR 4.174) ** UNIFORM ALLOWANCE ** If employees are required to wear uniforms in the performance of this contract (either by the terms of the Government contract, by the employer, by the state or local law, etc.), the cost of furnishing such uniforms and maintaining (by laundering or dry cleaning) such uniforms is an expense that may not be borne by an employee where such cost reduces the hourly rate below that required by the wage determination. The Department of Labor will accept payment in accordance with the following standards as compliance: The contractor or subcontractor is required to furnish all employees with an adequate number of uniforms without cost or to reimburse employees for the actual cost of the uniforms. In addition, where uniform cleaning and maintenance is made the responsibility of the employee, all contractors and subcontractors subject to this wage determination shall (in the absence of a bona fide collective bargaining agreement providing for a different amount, or the furnishing of contrary affirmative proof as to the actual cost), reimburse all employees for such cleaning and maintenance at a rate of $3.35 per week (or $.67 cents per day). However, in those instances where the uniforms furnished are made of ""wash and wear"" materials, may be routinely washed and dried with other personal garments, and do not require any special treatment such as dry cleaning, daily washing, or commercial laundering in order to meet the cleanliness or appearance standards set by the terms of the Government contract, by the contractor, by law, or by the nature of the work, there is no requirement that employees be reimbursed for uniform maintenance costs. ** SERVICE CONTRACT ACT DIRECTORY OF OCCUPATIONS ** The duties of employees under job titles listed are those described in the ""Service Contract Act Directory of Occupations"", Fifth Edition (Revision 1), dated September 2015, unless otherwise indicated.

Point of Contact

Name
Darryl O. Bryant
Email
darryl.o.bryant.civ@health.mil
Phone
8087797806

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE ARMY
Subagency
US ARMY MEDICAL COMMAND
Office
US ARMY HEALTH CONTRACTING ACTIVITY • W40M MRC0 WEST
Contracting Office Address
Jbsa Ft Sam Houston, TX
78234-4504 USA

More in NAICS 339112

Description

This is a Sources Sought Notice announcement; market survey for information only, to be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis.

THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS NOTICE. Any requests for a solicitation in response to this notice will not be honored. The Medical Readiness Contract Office-W, Fort Sam Houston, TX, has an upcoming requirement to solicit for and award for Evans Army Hospital (EACH), Fort Carson, CO. Basic requirement details are listed below. This request is anticipated to result in a Firm Fixed-Priced contract. The type of solicitation to issue will be based upon the responses to this synopsis. Contact with Government Personnel, other than the Contract Specialist identified at the bottom of this notice, by any potential offeror, or their employees’, regarding this requirement is strictly prohibited.

 The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of the Small Business Community to include Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Women-Owned Small Business, and Service-Disabled Veteran-Owned Small Business (SDVOSB), as well as the interest, capabilities and qualifications of various members of the Large Business community, to compete and perform a Firm Fixed Price Contract for these supplies. The type of solicitation to issue will depend upon the responses to this source sought synopsis. The Government must ensure there is adequate competition among the potential pool of responsive contractors.

The North American Classification System (NAICS) code for this requirement is 339112 “Surgical and Medical Instrument Manufacturing.  The Small Business Size Standard is 1000 Employees.

Responses to this Sources Sought Notice should demonstrate the firm’s ability, capability, and responsibility to provide and deliver the products or services listed below. In response to this notice, interested parties shall submit a written Statement of Capability limited up to 5 pages and shall include the following information:

•Offeror’s name, address, point of contact, phone number, and e-mail address.

•Offeror’s interest in providing a proposal/quote on the solicitation when it is issued.

•Offeror’s capability to provide the products or services being requested.

•For reference, the proposed offeror must be able to provide NKV-440 ventilation systems.

  

  Clinical Salient Requirements:

  1. Must have Gentle Lung Suite of applications to determine optimal PEEP.
  2. Must have an extended battery that has a run time of at least 3 hours.
  3. Must have a backup battery with a run time of at least 1 hour.
  4. Must offer integrated ETCO2 and SpO2 monitoring
  5. Must be turbine driven & wall air independent
  6. Must offer Neonatal, Pediatric & Adult capability
  7. Must provide full suite of Invasive Ventilation Modes
  8. Must provide Non-invasive Ventilation
  9. Must provide High Flow O2 Therapy

     Technological Salient Requirements:

System Requirements:

  1. The system shall align with the National Institute of Standards and Technology (NIST) Risk Management Framework (RMF) approach and be able to obtain an Authorization to Operate (ATO).
  2. Ventilator can interface with EMR/MHS Genesis via an approved patient monitoring device or data aggregator.

• Offeror’s capability to perform a contract of this magnitude and complexity for Evans Army Hospital (EACH), Fort Carson, CO.

• Offeror’s type of small business and Business Size (Whether 8(a), HUB Zone, Women-Owned Small Business, Service-Disabled Veteran Owned Small Business, etc.), or Large Business Status, should be documented in the Statement of Capability.

Interested parties are responsible for marking information that is proprietary in nature. To aid the Government, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned. No reimbursement will be made for any costs associated with providing information in response to this notice or any follow up information requests. The Government is not obligated to, nor will it, pay for or reimburse any costs associated with responding to this sources sought notice. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. No subcontracting opportunity is anticipated. A determination by the Government to not compete this proposed contract action based on the responses to this notice is solely within the discretion of the Government.

Interested Offeror shall respond to this Sources Sought Notice no later than 30 March 2026 at 4:00 P.M Central Standard Time. All interested businesses must be registered in the System for Award Management (SAM) at www.sam.gov to be eligible for award of Government contracts. Email your response to Darryl O. Bryant at email: darryl.o.bryant.civ@health.mil. Telephonic inquiries will NOT be honored. EMAIL IS THE PREFERRED METHOD.

Files

Files size/type shown when available.

No public attachments surfaced yet. Some owner portals gate files behind registration, and BidPulsar keeps enriching the package as new public links appear.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.