Q523--Intra-Operative Neurophysiological Monitoring Services (IONMS)
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 Southern Arizona VA Healthcare System (SAVAHCS), is soliciting proposals for Intra-Operative Neurophysiological Monitoring Services (IONMS). This is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside for an Indefinite Delivery/Indefinite Quantity (IDIQ), Firm-Fixed-Price contract. Proposals are due Monday, February 9, 2026, at 12:00 PM PST.
Scope of Work
The contractor will provide comprehensive IONM services, including the application and interpretation of electrophysiological and vascular tests. This encompasses furnishing all necessary equipment, labor, materials, accessories, and supplies. Key requirements include:
- Real-time data monitoring via HIPAA & HITECH compliant telemedicine.
- Ensuring all professional staff are licensed in Arizona and hold necessary certifications (e.g., CNIM).
- Coordinating services with the Chief, Surgical Care Line or designee.
- Completing administrative tasks, patient care documentation, and medical transcription within 24 hours of procedures.
- Providing scheduled services and being available for emergency cases with specified response times.
- Maintaining a Quality Assurance (QA) program, providing tracked and trended data quarterly.
- Adhering to VA and Joint Commission standards of care, as well as all applicable Federal, State, and local laws.
- Complying with IT and security requirements, including background investigations.
Contract Details
- Type: Indefinite Delivery/Indefinite Quantity (IDIQ), Firm-Fixed-Price
- Period of Performance: A base year plus four (4) one-year options.
- Base Year: April 1, 2026 – March 31, 2027
- Option Years: April 1, 2027 – March 31, 2031 (each option year)
- Product Service Code: Q523 (Surgery Services)
- NAICS Code: 621111 (Offices of Physicians) with a Size Standard of $16 Million.
Submission & Evaluation
- Proposals Due: Monday, February 9, 2026, at 12:00 PM PST.
- Questions Due: Thursday, January 29, 2026, at 08:00 AM PST.
- Submission Method: Via email to the contracting officer.
- Evaluation Criteria: Proposals will be evaluated based on a comparative assessment of technical capability, past performance, and price. Technical factors include key personnel, management capabilities, and quality assurance. Past performance will be reviewed using CPARS and FAPIIS.
Eligibility / Set-Aside
This acquisition is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside.
Key Documents
- Attachment 1- Service Delivery Summary: Details tasks, performance measures, and acceptable quality levels (AQLs) for services like authorization, coordination, complication reporting, and personnel qualifications.
- Attachment 2- QUALITY ASSURANCE SURVEILLENCE PLAN - IONM: Outlines the Government's method for evaluating contractor performance, including monitoring methods, performance measures, AQLs, and documentation procedures. Bidders should review this to understand performance standards.