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, through the W40M MRC0 WEST office, 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 opportunity for a Firm Fixed-Price contract. The final offer submission deadline is March 3, 2026, at 10:00 AM CST.
Scope of Work
The contractor will provide non-personal IOM services on an order/encounter basis, available 24/7/365, commencing within 45 minutes of an order. This includes providing all necessary personnel, equipment, supplies, and supervision. Key services involve a wide range of neuromonitoring modalities such as spinal cord mapping, D-waves, advanced spine monitoring (SSEP, MEP, EMG), cortical mapping, and various cranial nerve and vascular case monitoring. 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 undergo specific background checks and training requirements.
Contract Details
- Contract Type: Firm Fixed Price
- Period of Performance: A base year from April 1, 2026, to March 31, 2027, with four one-year option periods, extending the potential contract through March 31, 2031.
- NAICS Code: 622110 (Hospitals), with a size standard of $47,000,000.00.
- Set-Aside: Total Small Business
Submission Requirements
Proposals must be submitted in four separate volumes:
- Volume I - Administrative: Includes SF 1449, representations and certifications, Joint Venture information, teaming partner/subcontractor summary, and a Continuation of Essential Contractor Services Plan.
- Volume II - Technical Capability: Must demonstrate a clear understanding of the work, methodology, and ability to meet Performance Work Statement (PWS) objectives.
- Volume III - Past Performance: Requires 3-5 recent and relevant past performance projects (PPI Sheets) and completed Past Performance Questionnaires (PPQs) or finalized CPARs.
- Volume IV - Price: Must include proposed pricing for all contract line-item numbers. Proposals must be electronic, submitted as separate PDF files per volume, with pricing in SF 1449, MS Word, or Excel format.
Evaluation Criteria
Award will be made using a Best-Value Tradeoff process. Technical Capability (Factor 1) is weighted equally with Past Performance (Factor 2). 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 for award. The government intends to award without discussions but reserves the right to hold them.
Key Dates & Contacts
- Questions Deadline: February 20, 2026, 10:00 AM CST.
- Past Performance Questionnaire (PPQ) Return Deadline: February 25, 2026, 1:00 PM CT.
- Offer Submission Deadline: March 3, 2026, 10:00 AM CST.
- Primary Contact: Cathy Harris (cathy.l.harris2.civ@health.mil)
- Secondary Contact: James M Davis (james.m.davis1.civ@health.mil)