Intraoperative Neurophysiological Monitoring Services
ID: HT941025Q2032Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE HEALTH AGENCY (DHA)DEFENSE HEALTH AGENCYFALLS CHURCH, VA, 22042, USA

NAICS

Offices of All Other Miscellaneous Health Practitioners (621399)

PSC

MEDICAL- NEUROLOGY (Q510)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Defense Health Agency (DHA), is seeking qualified small businesses to provide Intraoperative Neurophysiological Monitoring (IONM) services at the David Grant Medical Center, Travis Air Force Base, California. The contract encompasses a base year from February 15, 2025, to January 31, 2026, with four optional extension periods, requiring a total of 900 units of service over the contract duration. IONM services are critical for patient safety during surgeries, ensuring real-time monitoring of neurophysiological status and communication with medical staff. Interested contractors must submit their quotes and past performance questionnaires by 11:00 AM PST on February 10, 2025, and can contact Tyler D. Smith at tyler.d.smith100.civ@health.mil or Jeff Collins at jeffrey.p.collins20.civ@health.mil for further information.

    Files
    Title
    Posted
    The Department of Defense's Performance Work Statement (PWS) outlines a non-personal services contract for Intraoperative Neurophysiologic Monitoring (IONM) at the David Grant Medical Center, Travis AFB, CA. The contractor will deliver IONM services, which include various neurodiagnostic modalities, available 24/7 except during federal holidays. Key responsibilities involve patient monitoring during surgeries and ensuring communication with medical staff regarding neurophysiological status. The contract spans from February 15, 2025, to January 31, 2030, with provisions for transitions between contractors to ensure continuity. Quality control is emphasized, requiring a comprehensive Quality Control Plan, while performance will be monitored via a Quality Assurance Surveillance Plan. The contractor is responsible for all necessary equipment and personnel, meeting specific certifications for staff. Additionally, the document outlines health requirements for healthcare workers, maintaining compliance with applicable health laws and protocols, including HIPAA regulations regarding the handling of protected health information (PHI) and personally identifiable information (PII). Ultimately, the PWS emphasizes the critical nature of IONM services and supports efficient operations and patient safety in the medical facility.
    The Defense Health Agency Contracting Activity – Western Market Division is requesting references to assess a contractor's performance regarding Intraoperative Neurophysiologic Monitoring services for the 60th Medical Group at Travis AFB, CA. The Past Performance Questionnaire aims to gather detailed evaluations from references by providing specific criteria for assessing contractor performance across various dimensions, including personnel reliability and quality of services. Each area is rated from Exceptional to Unsatisfactory, with the reference required to verify provided contractor information and make necessary corrections. Additional sections inquire about whether the reference would award future contracts to the contractor and whether any contracts were terminated due to performance issues. The questionnaire is due via email by February 10, 2025, with clear instructions regarding submission and evaluation processes. This file reflects a typical procedure in government RFPs for evaluating past contractor performance, ensuring that only qualified vendors are considered for future contracts.
    The document pertains to the solicitation number HT941025Q2032, issued by the DHA Western Markets Contracting Division, which seeks quotations for network services at the 60th DGMC, Travis AFB. The contract includes a performance period from February 15, 2025, to January 31, 2026, with four optional extension periods of one year each and a potential six-month extension mentioned under clause 52.217-8. The proposal outlines specific service quantities, with a total of 180 engineering activities (EA) for each option period and an additional 90 EA for the six-month extension. Providers must submit their quotes by 11:00 AM PST on February 10, 2025. The document emphasizes that the offeror must agree to the terms laid out and maintain quoted prices for 30 days following the submission deadline. It provides sections for company information, acknowledgments of amendments to the solicitation, and the signatory's consent, indicating adherence to the proposal's stipulations. This solicitation reflects the government’s structured approach to procure essential services, underlining transparency and compliance in federal contracting processes.
    The document serves as a notice to contractors regarding a Request for Quote (RFQ) for Intraoperative Neurophysiologic Monitoring (IONM) services at the David Grant Medical Center, Travis AFB, California. This solicitation is set aside for small businesses and encompasses a base year and four option years, with a total of 900 units required over the contract duration from 2025 to 2030. The document outlines specific requirements, including compliance with federal acquisition regulations and instructions for submitting responses, which must include technical capability, past performance, and price details. Key provisions include adherence to the Defense Biometric Identification System (DBIDS) for access control and various FAR and DFARS clauses applicable to the contract. Evaluation factors are emphasized, highlighting that past performance is more critical than price. Contractors must demonstrate their technical capability in a concise format, provide relevant references, and ensure all submissions conform to established guidelines. Additionally, late submissions may not be considered, reinforcing the importance of timely and accurate responses to fulfill government procurement needs efficiently. This RFQ reflects the government's initiative to procure specialized healthcare services while ensuring compliance with contract regulations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Q510--(635) (HCR) OKC VAMC Onsite Neuromonitoring Services
    Buyer not available
    The Department of Veterans Affairs is seeking qualified vendors to provide onsite neuromonitoring services at the Oklahoma City Veterans Affairs Medical Center (OKC VAMC). The primary objective is to contract a Certified Surgical Neuromonitorist who can deliver neurophysiologic monitoring during surgeries, ensuring patient safety and minimizing the risk of nervous system damage. This service is crucial for maintaining the integrity of neural structures during surgical procedures, with an estimated workload of approximately 135 cases per year. Interested parties must submit a statement of capability by 1:00 PM Mountain Standard Time on February 12, 2025, to Contract Specialist Catherine Kennedy at catherine.kennedy@va.gov, adhering to specified formatting requirements. The anticipated contract duration includes one base year and four optional years, with a focus on compliance with national standards for quality and safety in healthcare services.
    AN42 - Psychological Health and Research Support for the Naval Health Research Center
    Buyer not available
    The Department of Defense, through the NAVSUP Fleet Logistics Center Norfolk, is seeking contractor support for Psychological Health and Research Support for the Naval Health Research Center (NHRC). This procurement aims to establish a Cost-Plus-Fixed-Fee type single award Indefinite Delivery, Indefinite Quantity (IDIQ) contract to provide health research operations, development, assessment, surveillance, and operational services to support the Psychological Health and Readiness Department of the Military Population Health Directorate at NHRC. The contract, which is critical for enhancing the psychological health and readiness of military personnel, is anticipated to have a five-year ordering period starting on July 11, 2025. Interested offerors should contact Helen Tyson at helen.tyson@navy.mil to express their interest, and they must monitor for the solicitation release, as no paper or electronic copies will be provided.
    Sterilization Services for Medical/Dental Tools
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is seeking to award a sole source contract for sterilization services for medical and dental instrument sets at the U.S. Naval Medical Readiness Training Unit (NMRTU) in Sasebo, Japan. The contract requires comprehensive services including the handling, processing, functional testing, and quality assurance of surgical instruments, adhering to AAMI standards, with a turnaround time of seven days from pick-up to delivery. This procurement is critical for maintaining operational readiness and compliance with health regulations at the Navy medical facility. Interested vendors must submit capability statements to Shannon La Com at shannon.lacom2.civ@health.mil by the specified deadline, as no competitive proposals will be accepted.
    Fee Basis Provider Services
    Buyer not available
    The Department of Defense intends to award a firm fixed price bridge contract for Fee Basis Provider Services to Chenega Tri-Services, LLC, on a sole source basis. This procurement aims to provide medical prescreening and examinations for applicants seeking to join the United States Armed Forces, ensuring compliance with the Department of Defense's medical qualification standards. The services are critical for the United States Military Entrance Processing Command (USMEPCOM), which processes enlisted recruits at various Military Entrance Processing Stations (MEPS). Interested parties may submit responses within seven calendar days of this notice, with the anticipated contract performance period running from April 18, 2025, to December 17, 2025, and a four-month option thereafter. For further inquiries, contact Maria Fidone at maria.g.fidone.civ@health.mil or David D. Robledo at david.robledo17.civ@health.mil.
    GentleMax Pro Laser System Service Maintenace
    Buyer not available
    The Defense Health Agency (DHA) is soliciting quotes for a firm fixed-price contract to provide comprehensive maintenance and repair services for the Candela GentleMax Pro Laser System at the Naval Medical Center in Camp Lejeune, North Carolina. The contract, identified as Solicitation HT940625Q0004, will cover a five-year period from April 1, 2025, to March 31, 2030, including a base year and four option years, and will require the contractor to perform preventive maintenance, repairs, and ensure compliance with FDA regulations. This service is critical for maintaining the operational efficiency and safety of medical equipment used in patient care. Proposals must be submitted electronically by February 17, 2025, and will be evaluated based on technical competency, pricing completeness, and adherence to business requirements, with a focus on maintaining a robust Quality Control program. Interested parties can contact Tanya Richardson at tanya.c.richardson.civ@health.mil or Gerrie Johnson at gerrie.m.johnson.civ@health.mil for further information.
    Notice of Intent to Sole Source Assurance Elite Service Plan
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), has issued a Notice of Intent to Sole Source for the Assurance Elite Service Plan, focusing on electronic and precision equipment repair and maintenance. The contractor will be responsible for providing services in the Cardiac Cath Lab, ensuring adequate workforce availability during standard operating hours while adhering to security requirements and cybersecurity compliance. This procurement is crucial for maintaining operational efficiency in medical, dental, and veterinary equipment services within the DHA facilities located in California. Interested parties can reach out to Jojie Urrete at jojie.n.urrete.civ@health.mil for further details regarding this opportunity.
    7H20--VISN22 Data Innovations IM Service
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified vendors to provide maintenance and support services for the Data Innovations Instrument Manager within the VISN 22 healthcare systems. This procurement aims to establish a contract for a base year with four optional years, ensuring ongoing support for middleware that integrates laboratory instruments with the electronic Health Care Record (VistA). The services are critical for maintaining efficient laboratory operations and ensuring quality patient care across VA facilities. Interested parties must submit their responses by February 10, 2025, at 1:00 PM Pacific Time, and can direct inquiries to Contract Specialist Samuel Han at samuel.han@va.gov or by phone at 562-766-2314.
    Pulse Oximeter-Fingertip, Aeromedical Certified
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking qualified vendors to establish a Qualified Suppliers Listing (QSL) for the MW-2406-37 Pulse Oximeter-Fingertip, Aeromedical Certified. This procurement aims to identify suppliers capable of providing aeromedical certified pulse oximeters for use in Military Treatment Facilities (MTFs) across the Military Health System (MHS), with an estimated annual sales volume of $1,293,929 based on historical data. Vendors must comply with stringent requirements, including possession of a Distribution and Pricing Agreement (DAPA), FDA compliance, and adherence to specific product specifications, with submissions due by February 20, 2025. Interested vendors should direct inquiries to Mr. Riley Whittlesey or Mr. David Sheaffer via email, ensuring all documentation is submitted by the specified deadline to be considered for inclusion in the QSL.
    Leica-Slide Stainer, Immunohistochemistry-Brand Name or Equal
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking quotations for the procurement of two Leica Bond III Staining Machines, or equivalent, to enhance immunohistochemistry staining capabilities at Travis Air Force Base in California. The machines are essential for processing patient tissue samples, which play a critical role in diagnosing diseases such as cancer, and must include features like automated processing, independent trays, and an active lighting system for alerts. Interested small businesses must submit their quotations by February 25, 2025, at 11:00 AM PST, and are encouraged to reach out to the primary contact, SrA Nadine Umunyana, at nadine.umunyana.1@us.af.mil or 707-424-7793 for any inquiries regarding the solicitation.
    Sources Sought for StealthStation ENT Navigation System
    Buyer not available
    The Indian Health Service (IHS), specifically the Phoenix Area Indian Health Service, is seeking qualified contractors to provide specific MEDTRONIC equipment or equivalent for the Phoenix Indian Medical Center. The procurement includes items such as the Stealthstation ENT Navigation System and various associated kits and instrument sets, aimed at enhancing medical capabilities within the facility. This opportunity is set aside for Indian Small Business Economic Enterprises (ISBEE), emphasizing the importance of supporting Native-owned small businesses in federal contracting. Interested vendors must submit their responses by February 11, 2025, to Phillip Wendzillo at phillip.wendzillo@ihs.gov, ensuring they meet the eligibility criteria as authorized distributors and provide necessary documentation regarding their socio-economic status.