Interoperative Neuromonitoring
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 is soliciting proposals for Intraoperative Neuromonitoring (IOM) Services at Brooke Army Medical Center (BAMC) in Joint Base San Antonio, TX. This is a Total Small Business Set-Aside opportunity. The requirement is for non-personal services provided on a case-only, order-driven basis. Proposals are due by March 6, 2026, at 10:00 AM CST.
Scope of Work
The contractor will provide comprehensive IOM services, including all necessary personnel, equipment, supplies, and supervision, available 24/7/365 with a 45-minute response time for orders. Services include a wide range of modalities such as spinal cord mapping, D-waves, SSEP, MEP, EMG, cortical mapping, and monitoring for complex spinal and cranial procedures. A technical expert specializing in diagnostics and troubleshooting is also required.
Contract Details & Timeline
- Contract Type: Firm Fixed Price (case-only, order-driven)
- Period of Performance: One base year (April 1, 2026 – March 31, 2027) and four one-year option periods, extending through March 31, 2031.
- Place of Performance: Brooke Army Medical Center (BAMC) at Joint Base San Antonio, TX, and associated medical facilities within a 40-mile radius.
- Solicitation Number: W81K0026QA061
- Offer Due Date: March 6, 2026, 10:00 AM CST
- Published Date: March 3, 2026
Key Requirements & Personnel Qualifications
Contract personnel must meet or exceed national standards, including The Joint Commission (TJC) standards. Specific requirements include:
- Active Tier 1 security clearance.
- Malpractice insurance ($1M per incident, $3M total).
- U.S. Citizenship.
- CNIM or equivalent certification for clinical staff, with at least 12 weeks of training.
- Board-certified licensed neurologists (MD/DO) to oversee every case.
- Compliance with health, immunization, and specific training (e.g., AT Level I, OPSEC, IA, PHI).
- No organizational conflict of interest.
Submission & Evaluation
Proposals must be submitted electronically in four separate volumes: Administrative, Technical Capability, Past Performance, and Price. The award will be made using a Best-Value Tradeoff process. Technical Capability (Factor 1) and Past Performance (Factor 2) are equally important and, combined, are significantly more important than Price (Factor 3). Proposals must achieve at least an "Acceptable" rating for Technical Capability and "Neutral Confidence" or higher for Past Performance to be eligible.
Contact Information
- Primary: Cathy Harris (cathy.l.harris2.civ@health.mil)
- Secondary: James M Davis (james.m.davis1.civ@health.mil)