Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 19, 2026 SAM #8851
SOURCES SOUGHT

Q -- IONM - Interoperative Neuromonitoring Services

Notice Date
2/17/2026 10:05:51 AM
 
Notice Type
Sources Sought
 
NAICS
621399 — Offices of All Other Miscellaneous Health Practitioners
 
Contracting Office
255-NETWORK CONTRACT OFFICE 15 (36C255) LEAVENWORTH KS 66048 USA
 
ZIP Code
66048
 
Solicitation Number
36C25526Q0207
 
Response Due
3/3/2026 3:30:00 PM
 
Archive Date
04/03/2026
 
Point of Contact
Stephen Showers, Phone: 785350311152487
 
E-Mail Address
stephen.showers@va.gov
(stephen.showers@va.gov)
 
Description
This is a SOURCES SOUGHT NOTICE. This notice is a market survey and is for information only, to be used for preliminary planning purposes. No proposals are being requested or accepted with this notice. THIS IS NOT A SOLICITATION FOR QUOTES AND NO CONTRACT SHALL BE AWARDED FROM THIS NOTICE. The VA NCO 15 Contracting Center has been tasked to solicit for and award on-site Interoperative Monitoring Services for the Kansas City, MO VAMC. Potential sources are responsible for the complete performance of the technical aspects of Intraoperative Neuromonitoring (neurophysiology) services. The proposed project is anticipated to be a firm, fixed-price requirement. The type of solicitation to be issued will depend upon the responses to this notice. No reimbursement will be made for any costs associated with providing information in response to this notice or any follow up information requested. The purpose of this notice is to gain knowledge of interest, capabilities and qualifications of various members of the Business Community to include Small Business or Large Business, Veteran Owned Small Business, Service-Disabled Veteran-Owned Small Business (SDVOSB), HUBZONE, 8(a), etc., to complete and perform a Firm, Fixed-Price contract. After review of the responses to this sources sought announcement, a synopsis and/or solicitation announcement may be published at a later time. The Government must ensure there is adequate competition among the potential pool of responsive contractors. The duration of the requirement is for a base period (start-TBD and end TBD) with four each, one-year option periods. The North American Industrial Classification System (NAICS) Code applicable to this acquisition is 621399. The Small Business Size Standard for this acquisition is $10.0M. Please limit your response to this synopsis to five pages and please include the following information: Your company's name, addresses, point of contact, phone number, and email address. Your company's interest in submitting a proposal on the solicitation when it is issued. Your company's capability to meet the requirements. Your company's capability to perform a contract of this type and comparable work performed within the past three years to include a brief description of the project, customer's name, phone number and address, period of performance, and dollar value of the project. Your company's Business Size (Large or Small) and Socioeconomic Status (Veteran Owned, SDVOSB, HUBZONE, 8(a), etc.). Your company's Joint Venture information (if applicable and include copy of agreement) - existing and potential Please provide a capability statement addressing your organization's ability to perform as a prime contractor the work described in the draft PWS (below). Index your firm's capabilities to the tasks in the draft PWS so that your firm's capabilities can be readily assessed. This is not a request for proposal and in no way obligates the Government to award any contract. Interested companies are asked to respond to this Sources Sought Notice no later-than 5:00 PM (CST) on 03/03/2026. All interested companies must be registered for all award types in SAM (http://www.sam.gov/) to be eligible for award of government contracts. Please email your response to: Contracting Officer Stephen Showers, Email Address: stephen.showers@va.gov. Please reference the following
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/454d93c1911f4a6babcd3ca7b5250143/view)
 
Place of Performance
Address: Kansas City, MO 64128, USA
Zip Code: 64128
Country: USA
 
Record
SN07718348-F 20260219/260217230047 (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!  © 1994-2026, Loren Data Corp.