Neurophysiological Monitoring and Trained Operating Technologist
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 offers for Intraoperative Neurophysiological Monitoring (IOM) services and a Trained Operating Technologist at William Beaumont Army Medical Center (WBAMC), Fort Bliss, TX. This Total Small Business Set-Aside opportunity seeks nonpersonal services to ensure continuous nerve monitoring during surgical procedures. Quotes are due March 26, 2026, at 2:00 PM Mountain Standard Time.
Scope of Work
The contractor will provide comprehensive IOM services, including all necessary equipment, supplies, and qualified personnel. Key monitoring tasks include Somatosensory Evoked Potentials (SSEPs), Brainstem Auditory Evoked Responses (BAERs), Motor Evoked Potentials, Recurrent Laryngeal Monitoring, Delta Wave (D-Wave) Monitoring, Cranial Nerve Monitoring (3-12), Intraoperative EEG, Brain Motor-Sensory Cortical Phase Reversal, and Pedicle Screw Stimulation. Contractor personnel must hold a Neurophysiologic Intraoperative Monitoring (CNIM) certificate from ABRET or ABNM, with at least 12 weeks of training, and complete annual HIPAA compliance training. Services must meet or exceed The Joint Commission (TJC) standards.
Contract & Timeline
- Type: Firm Fixed Price for commercial products and services.
- Period of Performance: Base year from April 1, 2026, to March 31, 2027, with option periods extending through March 31, 2030.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- Questions Due: March 23, 2026, at 11:00 AM MST.
- Quotes Due: March 26, 2026, at 2:00 PM MST.
- Published: March 13, 2026.
Evaluation
Award will be based on a Lowest Price, Technically Acceptable (LPTA) source selection process. Offerors will be evaluated on their Equipment and Capability Narrative, rated as ACCEPTABLE or UNACCEPTABLE.
Additional Notes
Offerors must be registered and current in the System for Award Management (SAM) under NAICS Code 622110 (General Medical and Surgical Hospitals). The contractor must maintain liability insurance of at least $1,000,000.00 per specialty per occurrence, provide a 24-hour call number, and ensure an adequate workforce for uninterrupted 24/7 performance. The Performance Work Statement (PWS) is included as an attachment to the solicitation.