Q510--FY26: Intraoperative Neuromonitoring (IONM) | Miami
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), Network Contract Office 8, is soliciting Intraoperative Neuromonitoring (IONM) Services for the Bruce W. Carter VA Medical Center (BWCVAMC) in Miami, FL. This unrestricted Request for Quotations (RFQ) seeks a contractor to provide comprehensive IONM services, including qualified personnel and equipment, for complex surgical procedures. Offers are due by January 26, 2026, at 4:00 PM EST.
Scope of Work
The contractor will provide all personnel, equipment, and supplies for IONM services, including offsite Board-Certified Neurophysiologist Physicians and onsite IONM Technologists. Services require 24/7 availability, including on-call/call-back coverage, for scheduled and emergency cases across various surgical specialties (Spine, Neurosurgery, Vascular, Otolaryngology, Cardiac, Thoracic, Orthopedics, Interventional Neuroradiology). All services must meet or exceed national standards (AANS and ABRET). Key personnel must include a minimum of two CNIM-certified IONM Technologists and two Neurophysiologist Physicians Board Certified by the ABNS with a Fellowship in IONM, all holding current BLS/ACLS certifications. Credentialing and privileging must comply with VHA Directives 1100.20 and 1100.21.
Contract Details
This will be an Indefinite Delivery Indefinite Quantity (IDIQ) contract with a period of performance consisting of one base year and four one-year option periods, anticipated from February 17, 2026, through February 16, 2031. The estimated maximum value for the base and all option periods is $1,000,000.00, with a guaranteed minimum of $2,500.00. The acquisition is conducted under Title 38 USC 8153 (Health Care Resources Sharing Authority) and FAR Part 12.
Submission & Evaluation
Offerors must submit quotes electronically, comprising five volumes: General, Technical Capability, Past Performance, Socioeconomic Status, and Price. Evaluation will prioritize past performance and technical capability, which are considered significantly more important than price. Key personnel qualifications, experience, and company staffing plans will be thoroughly assessed. Offerors must be registered in SAM.gov and acknowledge all amendments.
Amendments & Notes
Amendment 0001 extended the offer due date to January 26, 2026, 4:00 PM EST. Amendment 0002 provided answers to vendor questions and updated sections of the Schedule of Services, Performance Work Statement (PWS), and FAR provision 52.212-1 instructions, without altering the submission deadline. The deadline for questions was December 23, 2025. Contact Contract Specialist Jayne L Messer at Jayne.Messer@va.gov for further inquiries.