IONM - Interoperative Neuromonitoring Services
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 Veterans Affairs (VA), specifically the VA NCO 15 Contracting Center, is conducting a Sources Sought market survey for Interoperative Neuromonitoring (IONM) Services at the Kansas City, MO VAMC. This notice aims to identify qualified businesses, including various small business categories, capable of providing these services for an anticipated firm, fixed-price contract. Responses are due by March 3, 2026.
Purpose
This is a market survey for preliminary planning purposes only; it is not a solicitation for quotes, and no contract will be awarded from this notice. The VA seeks to gauge interest, capabilities, and qualifications from a diverse range of businesses (Small, Large, Veteran Owned, Service-Disabled Veteran-Owned, HUBZONE, 8(a)) to ensure adequate competition for a future firm, fixed-price contract.
Scope of Work
The requirement is for on-site "technical only" IONM services, provided on a case-by-case basis within the operating room. This includes intraoperative, preoperative, and postoperative neurophysiologic monitoring and evoked potential testing. Specific modalities encompass SSEPS, TcMEP, S-EMG, T-EMG, spinal cord mapping, cortical/motor/sensory/language mapping, brainstem nuclei mapping, brainstem auditory evoked responses, visual evoked potentials, cranial nerve monitoring, and intraoperative EEG. The contractor must provide experienced personnel (Electro Neurophysiologic Technologists and Neurologists) available 24/7/365 for scheduled and emergency cases, with onsite presence within one hour of notification.
Performance Requirements
Personnel must be competent, qualified, and adequately trained. Neurologists require Missouri licensure and Board Certification/Eligibility, while Technologists must be ABRET accredited. All on-site staff need BLS certification and must comply with VA training, health testing, and NPI requirements. The contractor must adhere to VA policies, Joint Commission standards, FPIS compliance, and CPARS registration. Quality reports must be JHACO certified, and patient safety incidents reported within 24 hours.
Contract & Timeline
- Opportunity Type: Sources Sought / Market Survey
- Anticipated Contract Type: Firm Fixed-Price
- Duration: Base period (TBD) + four one-year option periods
- NAICS Code: 621399 ($10.0M Small Business Size Standard)
- Place of Performance: Kansas City VA Medical Center, Kansas City, MO
- Response Due: March 3, 2026, 5:00 PM (CST)
- Published: February 17, 2026
Response Instructions
Interested companies should limit responses to five pages, including: company details, interest in submitting a proposal, capability to meet requirements, comparable work within the past three years, business size/socioeconomic status, and joint venture information (if applicable). A capability statement addressing the draft PWS tasks is required. Responses must be emailed to Stephen Showers at stephen.showers@va.gov. All interested companies must be registered in SAM.gov.