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, Medical Readiness Contracting Office – West (MRCO-W), has issued Solicitation W81K0026QA061 for Intraoperative Neuromonitoring (IOM) Services at Brooke Army Medical Center (BAMC), Joint Base San Antonio, Fort Sam Houston, TX. This opportunity is a Total Small Business Set-Aside for a Firm Fixed-Price contract. An amendment has updated contact emails and extended the deadline for questions.
Scope of Work
The contractor will provide non-personal IOM services on an order/encounter basis, requiring 24/7/365 availability with a 45-minute response time. Services include spinal cord mapping, D-waves, advanced spine monitoring (SSEP, MEP, EMG), bulbocavernosus reflex, lateral spine mapping, peripheral nerve mapping, cortical mapping, electrocorticography, suboccipital craniotomy, lower cranial nerve electromyography, visual evoked potentials, vascular cases, and interventional radiology. Personnel must meet The Joint Commission (TJC) standards, possess a Certificate in Neurophysiologic Intraoperative Monitoring (CNIM) or equivalent, and have at least 12 weeks of training. Board-certified licensed neurologists (MD/DO) are required to oversee every case. Personnel must also complete various background checks and specific training requirements.
Contract Details
- Contract Type: Firm Fixed Price
- Period of Performance: A base year (April 1, 2026 – March 31, 2027) plus four one-year option periods, extending through March 31, 2031.
- NAICS Code: 622110 (Hospitals), with a size standard of $47,000,000.00.
Submission & Evaluation
Proposals must be submitted electronically via email in four separate volumes:
- Volume I - Administrative: Includes SF 1449, representations, certifications, and a Continuation of Essential Contractor Services Plan.
- Volume II - Technical Capability: Demonstrates understanding of the work, methodology, and ability to meet Performance Work Statement (PWS) objectives.
- Volume III - Past Performance: Requires 3-5 recent and relevant projects using provided PPI Sheets and completed Past Performance Questionnaires (PPQs) or CPARs.
- Volume IV - Price: Proposed pricing for all contract line-item numbers.
Award will be made using a Best-Value Tradeoff process. Technical Capability (Factor 1) is equal to Past Performance (Factor 2), and combined, these non-price factors are significantly more important than Price (Factor 3). Offerors 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
- Questions Due: February 20, 2026, at 10:00 AM CST.
- Offer Due: February 25, 2026, at 10:00 AM CST.
- Past Performance Questionnaires Due: February 25, 2026, at 1:00 PM CT.
- Primary Contact: Cathy Harris (cathy.l.harris2.civ@health.mil)
- Secondary Contact: James M Davis (james.m.davis1.civ@health.mil)
Additional Notes
Proposals must adhere to specific formatting requirements, including page limits, Times New Roman size 12 font, and searchable PDF files. Failure to comply may result in elimination.