Intraoperative 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), Joint Base San Antonio, Fort Sam Houston, TX. This is a Total Small Business Set-Aside for a Firm Fixed-Price contract. The services are critical for supporting the Department of Surgery. Proposals are due February 25, 2026, at 10:00 AM CT.
Scope of Work
The contractor will provide non-personal IOM services on an order/encounter basis, available 24/7/365, with a 45-minute response time. This includes all necessary personnel, equipment, supplies, and supervision. Key requirements for personnel include qualifications meeting or exceeding The Joint Commission (TJC) standards, a Certificate in Neurophysiologic Intraoperative Monitoring (CNIM) or equivalent, at least 12 weeks of training, and oversight by board-certified licensed neurologists (MD/DO) for every case. Specific modalities required cover a wide range, including spinal cord mapping, D-waves, advanced spine monitoring (SSEP, MEP, EMG), bulbocavernosus reflex monitoring, and various cortical and nerve mappings. Personnel must also meet background check, health, immunization, and specific training requirements (e.g., AT Level I, OPSEC, PHI, MHS Genesis).
Contract Details
- Contract Type: Firm Fixed Price
- Period of Performance: One base year (April 1, 2026 - March 31, 2027) and four one-year option periods, extending potentially through March 31, 2031.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 622110 (Hospitals)
- Size Standard: $47,000,000.00
Submission Requirements
Offerors must submit proposals in four separate volumes:
- Volume I - Administrative: SF 1449 (Page 1), representations/certifications, Joint Venture info, teaming partner summary, Continuation of Essential Contractor Services Plan.
- Volume II - Technical Capability: Demonstrate understanding of work, methodology, and ability to meet PWS objectives.
- Volume III - Past Performance: 3-5 recent and relevant projects using the provided Past Performance Information (PPI) Sheets (Attachment 2) and completed Past Performance Questionnaires (PPQs) (Attachment 3) or CPARs. Teaming partner past performance is considered under specific conditions. References for PPQs must return completed forms by February 25, 2026, 1:00 PM CT.
- Volume IV - Price: Proposed pricing for all CLINs on the Solicitation Schedule.
Proposals must be submitted electronically as separate PDF files per volume (pricing in SF 1449, MS Word, or Excel) via email to cathy.l.harris2.civ@mail.mil and james.m.davis1.civ@mail.mil. Page limits, Times New Roman size 12 font, and searchable PDFs are required.
Evaluation Criteria
Award will be made using a Best-Value Tradeoff process. Technical Capability (Factor 1) is equal to Past Performance (Factor 2). Combined, these non-price factors 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. The government intends to award without discussions but reserves the right to hold them.
Key Dates & Contacts
- Solicitation Issue Date: February 9, 2026
- Deadline for Questions: February 17, 2026, 10:00 AM CST. Submit in writing to Ms. Cathy Harris (cathy.l.harris2.civ@mail.mil) and Mr. James Davis (james.m.davis1.civ@mail.mil).
- Proposal Due Date: February 25, 2026, 10:00 AM CT.
- Primary Contact: Cathy Harris (cathy.l.harris2.civ@mail.mil)
- Secondary Contact: James M Davis (james.m.davis1.civ@mail.mil)