Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 05, 2025 SAM #8775
SOLICITATION NOTICE

Q -- FY26: Intraoperative Neuromonitoring (IONM) | Miami

Notice Date
12/3/2025 7:44:20 AM
 
Notice Type
Presolicitation
 
NAICS
621111 — Offices of Physicians (except Mental Health Specialists)
 
Contracting Office
248-NETWORK CONTRACT OFFICE 8 (36C248) TAMPA FL 33637 USA
 
ZIP Code
33637
 
Solicitation Number
36C24826Q0064
 
Response Due
12/11/2025 1:00:00 PM
 
Archive Date
01/10/2026
 
Point of Contact
Jayne Messer, Contracting Officer, Phone: 239-373-9064
 
E-Mail Address
jayne.messer@va.gov
(jayne.messer@va.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
Presolicitation Notice Presolicitation Notice Page 4 of 4 Presolicitation Notice *=Required Field Presolicitation Notice Page 1 of 2 Pre-solicitation Notice: Intraoperative Neuromonitoring (IONM) Services The Department of Veterans Affairs (VA), VISN 08, Bruce W. Carter Department of Veterans Affairs Medical Center (BWCVAMC), Miami Veterans Affairs Healthcare System (MVAHCS), 1201 NW 16th Street, Miami, FL 33125, intends to solicit a Request for Quotation (RFQ) as a 100% small business set-aside, to provide services necessary to perform Intraoperative Neuromonitoring (IONM) Services to eligible beneficiaries of the BWCVAMC, MVAHCS, under an Indefinite Delivery Indefinite Quantity (IDIQ) contract, for a base plus four (4) one year option periods. The contractor must furnish all personnel to include offsite (remote) Board-Certified Neurophysiologist Physician(s) services and onsite IONM Technologist(s) services, equipment, and supplies to provide Intraoperative Neuromonitoring (IONM) services to include on-call /call-back coverage to eligible beneficiaries of BWCVAMC, MVAHCS. The contractor s onsite IONM technologist(s) and remote Neurophysiologist physician(s) must cover the range of IONM services as would be provided in a state-of-the-art civilian medical treatment facility and the standard of care must be of a quality, meeting or exceeding currently recognized national standards American Association for Neurological Surgeons (AANS) and American Board of Registration of Electroencephalographic and Evoked Potential Technologists (ABRET). The Contractor must quote a minimum of four (4) key personnel to be credentialed and be available for scheduling to meet the requirements of the contract, two (2) IONM Technologists and two (2) Neurophysiologist Physicians. QUALIFICATIONS: License: The Contractor s Neurophysiologist physician(s) assigned by the Contractor to perform the services covered by this contract must have a current license to practice medicine in any State, Territory, or Commonwealth of the United States or the District of Columbia) when services are performed onsite on VA property. All licenses held by the personnel working on this contract must be full and unrestricted licenses. Contractor s physician(s) who have current, full and unrestricted licenses in one or more states, but who have, or ever had, a license restricted, suspended, revoked, voluntarily revoked, voluntarily surrendered pending action or denied upon application will not be considered for the purposes of this contract. Board Certification: All Contractor s Neurophysiologist physician(s) must be Board Certified by the American Board of Neurological Surgery (ABNS) http://www.abns.org/content/default.asp and possess a certificate of Fellowship in Intraoperative Neuromonitoring. All Contractor s IONM technologists must hold a certificate (be certified) of Neurophysiologic Interoperative Monitoring (CNIM) from the American Board of Registration of Electroencephalographic and Evoked Potential Technologists (ABRET). All Contractor s Neurophysiologist physician(s) and IONM technologist(s) must be currently certified in Basic Life Support (BLS), Advanced Cardiac Life Support (ACLS) or equivalency. All continuing education courses required for maintaining certification must always be kept up to date. Documentation verifying current certification must be provided by the Contractor to the VA COR on an annual basis for each year of contract performance. Credentialing and Privileging: Credentialing and privileging is to be done in accordance with the provisions of VHA Directive 1100.20 and VHA Directive 1100.21 referenced above. The Contractor is responsible for ensuring that proposed physician(s) and technologist(s) possess the requisite credentials enabling the granting of privileges. The period of performance is expected to be from February 17, 2026, through February 16, 2031. The authority of for this procurement is Title 38 USC 8153, Health Care Resources (HCR) Sharing Authority, Federal Acquisition Regulation (FAR) Part 12 Acquisition of Commercial Products and Commercial Services. The solicitation document will be issued as Request for Quotation (RFQ) 36C24826Q0064 as a 100% small business set-aside solicitation on or about December 11, 2025. If an award cannot be made to a SB, the solicitation will be cancelled, and the requirement resolicited. Interested contractors will be responsible for downloading copies of the solicitation and any subsequent amendments from this website. No hard copies will be made available. The solicitation will provide instructions to contractors about the response to the RFQ submission process. Prospective contractors are encouraged to register their interest in the solicitation on the SAM.gov | Contract Opportunities website so that they are notified of the issuance of the solicitation and any amendments. In accordance with FAR 52.204-7, System for Award Management (SAM), prospective contractors must be registered in SAM to be eligible for award. Contractors may obtain SAM information at https://sam.gov/. Registration is free and potential quoters are encouraged to visit the SAM website (SAM.gov | Entity Information). The NAICS Code for this procurement is 621111 Offices of Physicians (except Mental Health Specialists); Product/Service Code: Q510 Medical-Neurology. The Business Size Standard is $16 million. Any questions concerning this announcement should be directed to Jayne Messer, Contract Specialist via electronic mail (email) at jayne.messer@va.gov and include the solicitation number on subject line (i.e., RFQ 36C24826Q0064).
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/a7e6813084a246d794d197abfff1e52f/view)
 
Place of Performance
Address: Department of Veterans Affairs Bruce W. Carter VA Mededical Center (BWCVAMC) Miami VA Healthcare System (MVAHCS) 1201 NW 16th Street, Miami, FL 33125, USA
Zip Code: 33125
Country: USA
 
Record
SN07656210-F 20251205/251203230033 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.