Intraoperative Neurophysiological Monitoring
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, W40M MRC0 WEST, is soliciting offers for Intraoperative Neurophysiological Monitoring (IOM) services at William Beaumont Army Medical Center, Fort Bliss, TX. This opportunity is a Total Small Business Set-Aside. Proposals are due by March 30, 2026.
Scope of Work
The contractor will provide 24/7 IOM services to support mission-essential functions within the Fort Bliss/El Paso Military Health System. Services include, but are not limited to: 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, Pedicle Screw Stimulation, and Deep Brain Stimulation Electrode Monitoring.
Personnel must possess specific certifications (CNIM through ABRET or ABNM) and have at least 12 weeks of intraoperative monitoring experience. Annual HIPAA compliance training is required. The contractor must comply with MTF rules, regulations, and bylaws, meet or exceed The Joint Commission (TJC) standards, and register with symplr for vendor credentialing. Services are nonpersonal. The contractor must maintain malpractice insurance for healthcare workers and indemnify the Government for any liability-producing acts.
Contract & Timeline
- Solicitation Number: W81K0026QA1090001
- Type: Solicitation (implies Firm Fixed Price for services)
- NAICS Code: 622110 (Hospitals), Size Standard: $47,000,000.00
- Set-Aside: Total Small Business
- Period of Performance: Base period from April 1, 2026, to March 31, 2027, with option periods extending through March 31, 2030.
- Proposal Due: March 30, 2026, 03:00 PM Local Time
- Questions Due: March 23, 2026, 11:00 am MST
- Published: March 24, 2026
Submission & Evaluation
Quotes must be submitted electronically to MAJ Elizabeth St. Peter at elizabeth.a.stpeter.mil@health.mil. Offerors must complete SF 1449, including certifications and representations, and provide a title page with company information.
Evaluation will follow a Lowest Price, Technically Acceptable (LPTA) source selection process. Evaluation factors include:
- Technical Capability (Factor 1): Requires a capability statement (max 10 pages) addressing how the company meets PWS requirements, including a Consumable Supply List and details on monitoring systems. This must address specific PWS paragraphs (1.4.3, 1.5.1, 1.7-1.7.8). Rated ACCEPTABLE or UNACCEPTABLE.
- Pricing (Factor 2): Requires a blended flat rate for each item in the schedule, including consumables and potential fees.
Vendors must be registered and current in the System for Award Management (SAM) and not have any active exclusions to be eligible for award.
Contact Information
- Primary Contact: Elizabeth St. Peter (elizabeth.a.stpeter.mil@health.mil)
- Pricing Inquiries: MICHAEL REUSS (915) 569-4243