Q523--Neuromonitoring Services – South Texas
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 Contracting Office 17 (NCO 17), is conducting market research via a Sources Sought Notice for Intraoperative Neuromonitoring (IONM) Services in South Texas. This effort aims to identify qualified firms capable of providing on-site IONM Technologists and remote Board-Certified Neurophysiologist oversight at the Audie L. Murphy VAMC, San Antonio, TX. Responses are due by February 24, 2026.
Scope of Work
The contractor shall provide comprehensive IONM services, including:
- On-site IONM Technologists and remote oversight by a Board-Certified Neurophysiologist.
- All necessary resources, labor, travel, transportation, parts, materials, equipment (e.g., needle electrodes, probes), and IT connectivity.
- Services for Neurosurgery, Vascular, Orthopedic, and ENT patients on an as-needed, per-case basis.
- Coverage for scheduled and emergency cases, 24 hours a day, 7 days a week, including federal holidays.
- Delivery and setup of IONM equipment at no additional cost to the government.
- Technicians must have a minimum of two years of experience and maintain certifications.
- Equipment must be maintained in good working order per manufacturer specifications.
Contract & Timeline
- Type: This is a Sources Sought notice for market research. The anticipated contract type is a Fixed-Price, Indefinite Delivery Indefinite Quantity (FP-IDIQ).
- Duration: Anticipated base year plus four (4) one-year option periods.
- Pricing: Offerors will be required to provide a fixed price, per case rate (all-inclusive).
- Response Due: February 24, 2026, by 3:00 PM CST.
- Published: February 17, 2026.
- Solicitation Anticipated: On or around April 1, 2026, posted on SAM.gov.
Submission Requirements
- Responses shall not exceed 5 pages.
- Include a tailored capability statement detailing the firm's ability to provide required services, qualifications, and certifications.
- Provide business information: Organization Name, Address, UEI, Point of Contact (name, title, contact info), Business size under NAICS 621399 ($10.0 million size standard), and Socio-economic status (with SDVOSB/VOSB CVE verification if applicable).
- Email responses to Carolyn Reneau (carolyn.reneau@va.gov) and Noel Ramirez (noel.ramirez2@va.gov).
- Offerors must be registered in the System for Award Management (SAM) at www.sam.gov for future solicitation.
Additional Notes
This notice is for planning purposes only and is not a solicitation or commitment to award a contract. The government will not reimburse for response preparation. The incumbent contractor is Risen Video Production, LLC. Questions must be emailed to Carolyn Reneau, referencing Solicitation Number 36C25726Q0274.