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, has issued Solicitation W81K0026QA061 for Intraoperative Neuromonitoring Services at Brooke Army Medical Center (BAMC), Joint Base San Antonio, Fort Sam Houston, TX. This is a Total Small Business Set-Aside opportunity. The latest amendment extends the quote due date to March 6, 2026, at 10:00 AM CST.
Scope of Work
This solicitation requires non-personal Intraoperative Neuromonitoring (IOM) services on an order/encounter basis, available 24/7/365 with a 45-minute response time. The contractor must provide all necessary personnel, equipment, supplies, and supervision. Key personnel requirements include qualifications meeting or exceeding The Joint Commission (TJC) standards, a Certificate in Neurophysiologic Intraoperative Monitoring (CNIM) or equivalent, and oversight by board-certified licensed neurologists (MD/DO) for every case. Specific modalities include spinal cord mapping, D-waves, advanced spine monitoring (SSEP, MEP, EMG), and various cranial and peripheral nerve monitoring techniques. Personnel must also meet extensive background check, health, and 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 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
Proposals must be submitted electronically in four separate volumes:
- Volume I - Administrative: Includes SF 1449 (Page 1 only), representations, certifications, and joint venture/subcontractor information.
- Volume II - Technical Capability: Demonstrates understanding of work, methodology, and ability to meet Performance Work Statement (PWS) objectives.
- Volume III - Past Performance: Requires 3-5 recent and relevant past performance projects using PPI Sheets (Attachment 2) and completed Past Performance Questionnaires (PPQs) (Attachment 3) or CPARs.
- Volume IV - Price: Proposed pricing for all contract line items. Proposals should be submitted as separate PDF files per volume, with pricing in SF 1449, MS Word, or Excel format. Failure to adhere to format and content requirements may lead to disqualification.
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). Proposals 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
- Solicitation Issue Date: February 9, 2026
- Quote Due Date: March 6, 2026, at 10:00 AM CST
Contact Information
- Primary Contact: Cathy Harris (cathy.l.harris2.civ@health.mil)
- Secondary Contact: James M Davis (james.m.davis1.civ@health.mil)