Q510--FY26: Intraoperative Neuromonitoring (IONM) | Miami
ID: 36C24826Q0064Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF248-NETWORK CONTRACT OFFICE 8 (36C248)TAMPA, FL, 33637, USA

NAICS

Offices of Physicians (except Mental Health Specialists) (621111)

PSC

MEDICAL- NEUROLOGY (Q510)
Timeline
    Description

    The Department of Veterans Affairs is seeking qualified contractors to provide Intraoperative Neuromonitoring (IONM) services for the Bruce W. Carter VA Medical Center in Miami, Florida. The procurement involves an Indefinite Delivery Indefinite Quantity (IDIQ) contract that encompasses one base year and four option years, with a guaranteed minimum of $2,500 and a maximum potential value of $1,000,000. These services are critical for ensuring patient safety and effective monitoring during complex surgical procedures, requiring on-site IONM technologists and remote Board-Certified Neurophysiologist physicians. Interested contractors must submit their proposals, including a Past Performance Questionnaire and various certifications, by the closing date of January 6, 2026. For further inquiries, potential bidders can contact Contract Specialist Jayne L. Messer at Jayne.Messer@va.gov.

    Point(s) of Contact
    Jayne L MesserContract Specialist
    Jayne.Messer@va.gov
    Files
    Title
    Posted
    The provided documents relate to a Request for Quotations (RFQ) identified as 36C24826Q0064, which includes the primary solicitation document and several attachments. These attachments detail various requirements and certifications crucial for potential contractors. Key attachments include a Quality Assurance Surveillance Plan (QASP), a VA Notice of Limitations on Subcontracting, and a Contractor Conflict of Interest Certification Statement. Additionally, there are documents outlining Contractor Rules of Behavior, a Contractor Certification regarding the Immigration and Nationality Act, and a Past Performance Questionnaire. This compilation indicates a federal procurement effort, likely by the Department of Veterans Affairs, seeking proposals from contractors while ensuring compliance with federal regulations, ethical standards, and performance evaluation criteria.
    The Department of Veterans Affairs (VA) in Miami, specifically the Bruce W. Carter VA Medical Center (BWCVAMC) and Miami VA Healthcare System (MVAHCS), intends to solicit a Request for Quotation (RFQ) for Intraoperative Neuromonitoring (IONM) services. This 100% small business set-aside will result in an Indefinite Delivery Indefinite Quantity (IDIQ) contract with a base period and four one-year option periods, spanning from February 17, 2026, to February 16, 2031. The contractor must provide all personnel, equipment, and supplies for IONM services, including on-call/call-back coverage, performed by both offsite Board-Certified Neurophysiologist Physicians and onsite IONM Technologists. Key personnel must be licensed, board-certified, and possess current Basic Life Support (BLS) and Advanced Cardiac Life Support (ACLS) certifications. The solicitation, RFQ 36C24826Q0064, is expected to be issued around December 11, 2025, and interested contractors must be registered in SAM.gov.
    The Quality Assurance Surveillance Plan (QASP) outlines the systematic method for evaluating contractor performance against contract terms, focusing on what, how, and by whom monitoring will occur, and how results will be documented. It emphasizes the contractor's responsibility for quality control while the Government ensures objective evaluation. Key Government roles include the Contracting Officer (CO) and the Contracting Officer's Representative (COR), who oversee surveillance activities, maintain quality assurance files, and assess performance. The plan details various surveillance methods, such as direct observation, periodic inspections, validated user complaints, random sampling, and verification of contractor-provided documentation. Performance standards, including provider quality, personnel qualifications, scope of practice, patient access, patient safety, licensing, mandatory training, and HIPAA compliance, are explicitly defined. The QASP also outlines the CPARS rating system for performance evaluation and the process for documenting performance, including the use of Contract Discrepancy Reports (CDRs) for non-compliance.
    This government file outlines the VAAR 852.219-75 VA Notice of Limitation on Subcontracting-Certificate of Compliance for Services and Construction, specifically for
    Attachment D.3 outlines the Department of Veterans Affairs' (VA) requirements for contractors to address organizational conflicts of interest (OCI) in healthcare service solicitations. This document, applicable to RFQ 36C2482-Q0064 for Interoperative Neuromonitoring Services and RFQ 36C24825Q0045 for On-site Board-Certified Diagnostic Radiology Physician Services, mandates that offerors, including their consultants and subcontractors, disclose any past, present, or planned financial, contractual, or organizational interests that could create an OCI. The VA aims to prevent situations where a contractor's impartiality or objectivity might be impaired, or where they might gain an unfair competitive advantage. Offerors must submit a statement detailing potential conflicts and how they propose to mitigate them. The Contracting Officer will review this information and may disqualify a contractor if an OCI cannot be satisfactorily mitigated. Nondisclosure or misrepresentation of conflicts can lead to contract termination. Appendix A provides a certification statement template for contractors to either declare no conflicts or provide a detailed statement of existing or potential conflicts.
    The VA Handbook 6500.6, Appendix D, outlines the Contractor Rules of Behavior for individuals performing services under contract with the Department of Veterans Affairs. This User Agreement details the terms and conditions for accessing and using VA data, information systems, and sites, emphasizing that contractors have no reasonable expectation of privacy. It covers consent to monitoring, recording, and disclosure of activities by authorized VA and law enforcement personnel. Contractors must comply with VA's security and data privacy directives, report security incidents, and adhere to strict rules regarding system access, data usage, password protection, and the handling of sensitive information. The agreement prohibits unauthorized activities and personal use of VA systems, and mandates the use of VA-approved software and security measures. Subcontractors are also bound by these security requirements. The document concludes with an acknowledgment and acceptance form, underscoring the contractor's commitment to these terms, which do not supersede the terms of the signatory's employer and VA.
    This document is a Contractor Certification for RFQ 36C24826Q0064, focusing on compliance with the Immigration and Nationality Act of 1952. Contractors providing services to the Department of Veterans Affairs (VA) must certify they will adhere to all related immigration laws and regulations enforced by Homeland Security, Immigration and Customs Enforcement, and the U.S. Department of Labor. Key requirements include not knowingly employing, contracting, or subcontracting with illegal aliens or foreign nationals violating their immigration status. Contractors must also comply with all "E-Verify" requirements as per Executive Order 12989 and applicable Federal Acquisition Regulations. Failure to comply may result in the prohibition of individuals from working at VA-servicing locations and could lead to contract termination. Contractors are also required to obtain similar certifications from their subcontractors. This certification underscores the legal obligations and potential consequences for non-compliance, emphasizing the importance of legal immigration status for all personnel working under VA contracts.
    The document is a Past Performance Questionnaire (PPQ) for Solicitation #36C24826Q0064, seeking Complete Interoperative Neuromonitoring (IONM) Services for the VA Caribbean Healthcare System (VACHS). The purpose of the PPQ is to assess an offeror's performance history for the Department of Veterans Affairs. Assessors are requested by Contract Specialist Jayne Messer to evaluate an offeror's past performance based on defined criteria, including timely service completion, compliance with terms, ability to manage personnel, quality control, responsiveness to urgent requests, problem-solving skills, and timely documentation. The questionnaire uses a rating scale of Outstanding, Above Average, Satisfactory, and Unacceptable, with definitions provided for each. Assessors must also indicate if they would award similar contracts to the offeror and provide an overall quality of performance rating with explanations. The completed questionnaire should be emailed to jayne.messer@va.gov by the solicitation's closing date, January 6, 2026.
    This government Request for Quotation (RFQ) by the Department of Veterans Affairs (VA) seeks Intraoperative Neuromonitoring (IONM) services for the Bruce W. Carter VA Medical Center in Miami, FL. The contract, an Indefinite Delivery Indefinite Quantity (IDIQ) type, covers one base year and four option years, with a guaranteed minimum of $2,500 and a maximum of $1,000,000. Services include on-site IONM technologists and remote Board-Certified Neurophysiologist physicians, along with necessary equipment and supplies, for complex surgical procedures. Key personnel must be credentialed, board-certified, and meet specific training, health, and ethical requirements. The contractor is responsible for providing 24/7 coverage, including weekends and holidays, with prompt replacement for absent staff. The document details administrative data, the schedule of services, and a comprehensive performance work statement outlining qualifications, responsibilities, and legal compliance.
    Similar Opportunities
    Operative Neurophysiological Monitoring Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for Intraoperative Neurophysiological Monitoring (IONM) Services at the Kansas City VA Medical Center. The selected vendor will be responsible for providing certified neurophysiological monitoring technicians and the necessary equipment to ensure continuous assessment of neural function during surgical procedures, with coverage required on weekdays as well as emergent services for holidays, nights, and weekends. IONM is critical for safeguarding patient safety and optimizing surgical outcomes by allowing real-time monitoring of neural structures at risk during surgeries. Interested vendors should contact Jon Lutmer at Jonathan.lutmer@va.gov or 410-446-3862 for further details, and the contract will include a base year with four option years, adhering to various federal regulations and security requirements.
    6640--FY26| Thyroid Cancer Molecular Test| Orlando VA & San Juan New Requirement
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking to procure Thyroid Cancer Molecular Tests for the Orlando VA Healthcare System and Caribbean VA Healthcare System through a Firm-Fixed Price (FFP) contract. This procurement is designated as a Service-Disabled Veteran-Owned Small Business (SDVOSBC) set-aside, with the NAICS code 621511 and a small business size standard of $41.5 million. The solicitation is expected to be posted on sam.gov around December 15, 2025, with a response deadline of December 29, 2025, at 4:00 PM Eastern Time. Interested offerors must be registered in the System for Award Management (SAM) to be eligible for award, and for further inquiries, they can contact Yolanda Glover at yolanda.glover@va.gov or by phone at 352-381-5712.
    Q502--691 | Cardiovascular Technology Staffing | VA Greater Los Angeles Healthcare System
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office (NCO) 22, is seeking a contractor to provide Cardiovascular Technologist Staffing Services for the VA Greater Los Angeles Healthcare System. This procurement will result in a Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contract, with a performance period of five years and funded task orders awarded annually. The services are critical for supporting the healthcare needs of veterans, ensuring that qualified cardiovascular technologists are available to deliver essential medical care. The solicitation is set to be released electronically on or about December 18, 2025, and is designated as a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside. Interested parties can contact Contracting Officer Bill Cook at william.cook2@va.gov for further information.
    Radiology & Imaging FY2025 Solicitation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is issuing a Request for Proposal (RFP) for the procurement of Radiology Imaging Systems and Accessories, under solicitation number 36H79725R0003. This opportunity encompasses a five-year base period with an option for an additional five years, aiming to establish multiple Indefinite Delivery/Indefinite Quantity (IDIQ) contracts valued at approximately $6.5 billion over ten years, supporting both the VA and the Department of Defense. The solicitation includes detailed requirements for imaging modalities, compliance with DICOM standards, and contractor responsibilities for training and product support, with proposals due by February 3, 2026. Interested vendors should direct inquiries to LaTonya Whiteside at LaTonya.Whiteside@va.gov by December 18, 2025, to ensure clarity in their submissions.
    W065--VISN10 Home 02 Services (IN & MI)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for Home Oxygen Services under solicitation number 36C25025R0061, specifically targeting facilities in Indiana and Michigan. The procurement aims to provide comprehensive home oxygen and ventilation services, including the rental and supply of various oxygen equipment and related medical devices for an estimated 5,000 beneficiaries across multiple VA Medical Centers. This contract, valued at up to $45 million, is set aside for Service-Disabled Veteran-Owned Small Businesses and emphasizes adherence to Joint Commission standards, patient education, and timely service delivery. Interested parties must submit their proposals by December 19, 2025, and can contact Contract Specialist Kristina L. Peart at kristina.peart@va.gov for further information.
    Y1DA--FY26: NRM (PROJ: 673-CSI-132) D/B 1.5T MRI (ICC)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for a Design-Build (DB) contract to install a 1.5T MRI Integrated Care Center (ICC) at the James A. Haley Veterans Affairs Medical Center in Tampa, Florida. The project, identified as Project Number 673-CSI-132, requires comprehensive design and construction services, including site investigation, architectural modifications, and installation of a new Siemens 1.5T MRI system, with a total performance period of 740 days. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has an estimated value between $2,000,000 and $5,000,000. Interested parties must submit their Phase I quotes by January 6, 2026, and can direct inquiries to Contracting Specialist David Hernandez at DAVID.HERNANDEZ1@VA.GOV or by phone at 813-893-3904.
    H265--Diagnostic Equip Testing & Certification
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is preparing to issue a Request for Quote (RFQ) for Diagnostic Equipment Testing and Certification, specifically seeking certified medical physicists to conduct tests and certifications of imaging equipment. This procurement is set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) under NAICS code 541690, highlighting the importance of supporting veteran-owned businesses in the healthcare sector. The RFQ is expected to be posted on or about December 9, 2025, with responses due by December 18, 2025, at 1:00 PM Eastern Time. Interested parties should direct any questions to Contracting Officer Marcus Watts via email at marcus.watts@va.gov, ensuring inquiries are submitted no later than 24 hours prior to the closing date.
    6525--FY26: Mobile CT Scanner Orlando VAHCS
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified vendors to provide a mobile CT scanner for the Orlando VA Healthcare System. The procurement involves a six-month lease, with an optional six-month extension, for a 64 Slice CT Scan Mobile Trailer that will support radiation therapy simulations and various CT procedures, including CT Localization and 3D Image Reconstruction. This mobile unit is critical for enhancing patient care and ensuring compliance with safety and privacy standards, including HIPAA. Interested businesses must submit their capability statements, including relevant business information, by December 19, 2025, at 4 PM EST to Victoria Robles at Victoria.RoblesBurgos@va.gov, and must be registered in the System for Award Management (SAM) to be eligible for consideration.
    Renovate Interventional Radiology Suites (Construction Services)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to renovate the Interventional Radiology Suites at the Malcom Randall VA Medical Center in Gainesville, Florida. This project involves the renovation of approximately 5,442 square feet to accommodate new interventional radiology equipment, including tasks such as demolition, site preparation, architectural finishes, and mechanical and electrical work. The renovation is critical for enhancing medical services provided to veterans, ensuring that the facility meets modern healthcare standards. Interested firms, particularly those certified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must be registered in SAM.gov and submit proposals by the closing date of December 22, 2025. For further inquiries, contact Adriana N. Gamm at adriana.gamm@va.gov.
    6515-- Philips IntelliVue Microstream Extension Monitors
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified sources for the procurement of Philips IntelliVue Microstream Extension monitors, specifically model no. 867041, through a Sources Sought Notice. This opportunity aims to identify manufacturers or authorized distributors capable of providing this brand-name-only equipment, which is essential for monitoring End-tidal CO₂, Respiratory Rate, and Apnea detection in various clinical settings. Interested parties must submit their company information, including Unique Entity ID and business size classification, by December 18, 2025, at 17:00 Mountain Time, to Contract Specialist Dennis Salmonsen at dennis.salmonsen@va.gov, with "36C26326Q0190" in the subject line. This notice is for market research purposes only and does not constitute a commitment to procure.