Master BPA for Neuromonitoring Services
ID: ATA12132441Type: 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- CARDIO-VASCULAR (Q502)

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 proposals for a Master Blanket Purchase Agreement (BPA) for Intraoperative Neuromonitoring (IONM) services at the Alexander T. Augusta Military Medical Center in Fort Belvoir, Virginia. The procurement aims to secure commercial services for neuromonitoring during spine and orthopedic surgeries, requiring qualified personnel with specific certifications and experience in various neuromonitoring techniques. This initiative is critical for enhancing patient safety and care during surgical procedures, with an anticipated annual volume of 150 cases and a total service requirement of approximately 400 hours. Interested vendors must submit their proposals by April 29, 2024, at 10 AM, and can direct inquiries to Michelle Priester at michelle.c.priester.civ@health.mil or Edgar DuChemin at edgar.r.duchemin.civ@health.mil.

    Files
    Title
    Posted
    The document outlines a Request for Proposals (RFP) issued by the Defense Health Agency Contracting Activity (DHACA) for intraoperative neuromonitoring (IONM) services to support the Alexander T. Augusta Military Medical Center. The government intends to award a Master Blanket Purchase Agreement (BPA) and mandates compliance with submission instructions, emphasizing clarity and conciseness in proposals. Offerors must submit a technical proposal, past performance summaries, and pricing information, adhering to specific formatting requirements to avoid disqualification. Evaluation criteria include technical capability, past performance, and price, with past performance being weighted significantly more than price. The technical evaluation focuses on various neuromonitoring services, while the past performance assessment will consider recent and relevant work history. The overall goal is to identify the most advantageous offer for the government while ensuring a fair and reasonable price. The document reinforces strict adherence to guidelines in the submission process to promote transparent and fair evaluation and selection of contractors.
    The Technical Evaluation Form outlines the criteria for assessing proposals submitted by offerors in response to a government Request for Proposals (RFP). Proposals will be evaluated as "Acceptable" or "Unacceptable" based on their ability to meet a set of specified technical criteria. To be deemed acceptable, an offeror must address a range of medical and neurological monitoring techniques, including Somatosensory Evoked Potentials (SSEP), Electromyography (EMG), and Electroencephalography (EED), among others. Each criterion is designed to ensure that bidders possess the necessary capabilities to perform specialized medical services effectively. The document is structured to require a simple "Yes" or "No" response from offerors regarding whether their proposal meets each technical criterion. Overall, this evaluation framework is critical for maintaining standards in the selection process for services required within the healthcare field, ensuring that only qualified providers are considered for contract awards.
    The Master Blanket Purchase Agreement (BPA) for Neuromonitoring services at the Alexander T. Augusta Military Medical Center outlines the requirements for contractors providing expert neuromonitoring during surgeries. Contractors must comply with applicable federal, state, and local laws, and are required to have qualified personnel, including certified Surgical Neurophysiologists with a degree in relevant fields and previous experience. Services include various neuromonitoring techniques such as SSEP, EMG, and EEG. It mandates that contractors notify the Contracting Officer of any contract changes and provides guidelines for on-site check-ins and reporting requirements. Contractors are responsible for maintaining safety standards and ensuring that any modifications to equipment are approved by the government. Performance will be evaluated against specific criteria, including compliance with contract duties and timely communication regarding potential defects or service issues. The Agreement outlines performance standards and corrective actions in the event of non-compliance, utilizing a Quality Assurance Surveillance Plan (QASP) to document contractor performance. The BPA also stipulates the working hours and recognized federal holidays for the performance of services. This initiative ensures the effective monitoring of neuromuscular activity within surgical environments, enhancing patient safety and care.
    The document outlines various medical services and associated pricing models based on hourly rates, focusing on neuromonitoring techniques and procedures. Key services listed include Somatosensory Evoked Potentials (SSEP), Electromyography (EMG), Brainstem Auditory Evoked Potentials (BAEP), and several forms of stimulation and mapping techniques like Pedicle Screw Stimulation and Motor Strip Mapping. Additionally, it features advanced monitoring methods such as Electroencephalography (EED) and Electrocorticography (ECOG), highlighting the need for skilled personnel to provide real-time, remote physician supervision for these complex medical tasks. This document suggests a structured approach to meet certain healthcare demands, likely in response to a governmental RFP or grant focused on improving medical service delivery within neurological realms. The emphasis on diverse neuromonitoring techniques reflects a comprehensive strategy to address patient care needs through specialized methodologies.
    The Past Performance Summary (PPS) document outlines requirements for vendors responding to federal solicitations. It stipulates that each submission must include past performance spanning at least six months in the last three years, relevant to the solicitation's magnitude and scope. Vendors are required to submit up to three PPSs, detailing crucial elements such as the contracting activity, contract details, type of work, performance history, and contact information for contracting officers and project managers. If a vendor lacks relevant past performance, they must affirmatively state this absence. This structured approach aims to ensure that proposals are backed by credible performance data to assess vendor capability and reliability in fulfilling government contracts.
    The document outlines the requirements and details for a government Master Blanket Purchase Agreement (BPA) focused on Intraoperative Neuromonitoring (IONM) Services, associated with solicitation # ATA12132441. The anticipated yearly volume is 150 cases, with an annual estimate of 400 hours needed for service delivery. Required qualifications for technicians include completion of a CAAHEP program, one year of IONM experience, and Basic Life Support (BLS) certification, raising concerns about specific degree requirements in neuroscience, biology, or physiology. A board-certified neurologist is mandated for “Real Time Remote Physician Supervision.” While services are primarily needed during normal business hours (Monday to Friday, 8:00 AM to 5:00 PM), availability outside these hours is only for emergencies. The contract is identified as a new requirement, with the evaluators accepting CPARS evaluations for past performance references. This BPA emphasizes the federal government's push for qualified neuromonitoring services in healthcare settings, ensuring compliance with recognized standards while responding to emerging healthcare needs.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    6515--NX EQ remOVE DC Impulse Generator (VA-26-00004179)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the procurement of NX EQ remOVE DC Impulse Generators, a specialized medical device used in endoscopic procedures at VA Medical Centers nationwide. This solicitation, identified as 36C10G25Q0112, aims to acquire FDA-certified equipment essential for fragmenting specific endoscopic clips within the digestive tract, with a contract structure that includes a 12-month base year and four optional renewal years. Interested vendors must ensure compliance with various requirements, including a 3% Service Level Agreement fee, and must submit their proposals by the extended deadline of December 19, 2025, at 11:59 PM ET. For further inquiries, potential offerors can contact Contract Specialist Daleta Coles at Daleta.Coles@va.gov.
    Defense Health Agency Data Governance Transforming the Data Landscape: A Strategic Imperative for Modern Healthcare in Support of Military Readiness
    Dept Of Defense
    The Defense Health Agency (DHA) is seeking proposals from qualified small businesses to provide contractor support for advancing enterprise data readiness and governance within the Military Health System. The primary objectives include developing a comprehensive baseline data inventory, establishing a centralized metadata repository, conducting an Analysis of Alternatives for an enterprise data catalog, and implementing automated metadata harvesting tools to enhance data accessibility and usability. This initiative is crucial for improving decision-making and operational efficiency in military healthcare, with a total contract value of $34 million and a performance period from January 30, 2026, to January 29, 2027, with options for additional 12-month periods. Interested parties should direct inquiries to Linda M. Walker or Andrea V. Rivas via email, and proposals must be submitted electronically by January 9, 2026.
    Head Impact Mouthguard Monitor
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking sources for the procurement of a Head Impact Mouthguard Monitoring System (IMM) to support the Medical Command (MEDCOM). The IMM is a custom-fit, instrumented mouthguard designed to measure head impact events in both impact sports and military training environments, utilizing accelerometers and angular rate sensors to capture head acceleration data. This procurement is critical for enhancing safety and monitoring in high-impact scenarios, and interested vendors must respond to the Request for Information (RFI) by December 18, 2025, at 12:00 PM Central Time, providing details on their capabilities, product specifications, and pricing. For further inquiries, vendors can contact Quina Garrett at quina.s.garrett.civ@health.mil or Walter Epps at walter.o.epps.civ@health.mil.
    Radiology Blanket Purchase Agreement
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for a Radiology Blanket Purchase Agreement (BPA) to provide diagnostic imaging services at Fort Knox, Kentucky. This procurement is set aside for small businesses under NAICS code 621512, which encompasses Diagnostic Imaging Centers, and requires offerors to submit a completed BPA price list as part of their proposals. The services are critical for supporting military healthcare operations, ensuring timely and effective radiological assessments. Proposals are due by 2:00 PM Eastern Daylight Time (EDT) on December 18, 2025, and must be submitted via email to Justin Balster at justin.balster2.civ@health.mil and MAJ Jason Holck at jason.t.holck.mil@health.mil, with all offerors required to be registered in the System for Award Management (SAM) prior to award.
    Customer Care Prototyping - Commercial Solution Opening (Notice of Availability)
    Dept Of Defense
    The Defense Health Agency (DHA) is seeking innovative solutions through its "Customer Care Prototyping 2025-2026" initiative, aimed at enhancing customer care within the Military Health System (MHS). This opportunity invites prototype projects under the authority of 10 U.S.C. § 4022, focusing on developing a foundational platform that prioritizes agile development, self-service support, and data-driven insights to improve mission effectiveness and customer sentiment while reducing costs. Interested vendors should monitor SAM for updates regarding submission instructions and evaluation criteria, with the first "Season Notice" expected in Q1 FY26. For inquiries, contact Gabriela Hurte at gabriela.y.hurte.civ@health.mil or Sonya Edom at sonya.m.edom.civ@health.mil.
    6515--Supplies - Orthotics - VISN 10 Sites
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified vendors to establish multiple Blanket Purchase Agreements (BPAs) for orthotic appliances and related services across various locations within Veterans Integrated Service Network 10 (VISN 10). The procurement aims to enhance the provision of custom orthotic devices to eligible veterans, ensuring compliance with VA prescriptions and relevant coding standards while maintaining high-quality service and timely delivery. This initiative is crucial for supporting veterans' rehabilitation needs and improving their overall healthcare experience. Interested parties must submit their quotes by January 13, 2026, to the Contracting Officer, Kellie J. Konopinski, at kellie.konopinski@va.gov, during the specified on-ramp period, which is part of an ongoing solicitation process.
    Maintenance support for one (1) year for Stryker Operating Room (OR) Integration Systems and Endoscopy Systems
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking maintenance support for Stryker Operating Room (OR) Integration Systems and Endoscopy Systems at the Naval Medical Center (NMC) San Diego for a duration of one year. This annual full-service contract aims to ensure the operational readiness and reliability of critical medical equipment used in surgical procedures. The maintenance services are vital for maintaining high standards of patient care and operational efficiency within military medical facilities. Interested vendors can reach out to Anthony Giunta at Anthony.Giunta@dla.mil or by phone at 215-737-2126 for further details regarding this opportunity.
    Office of Small Business Programs Support Services - Amend 7
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is seeking proposals from qualified Women-Owned Small Businesses (WOSB) for the Office of Small Business Programs Support Services. The contract aims to provide comprehensive operational and management support, including business execution, strategic communication, and mentor-protégé program support, with a total award amount of up to $24,500,000. The performance period is set to begin in January 2026, lasting for one base year with four additional option years extending through January 2031. Interested parties must submit their proposals by December 19, 2025, and can direct inquiries to Contracting Officer Vicki L. Whiteman at vicki.l.whiteman.civ@health.mil or Contract Specialist Mary Anne Young at mary.a.young138.ctr@health.mil.
    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.
    W9127826SSN2511-MRDC O&M with Repair and Minor Construction
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Mobile District, is seeking information from potential contractors for a Firm-Fixed-Price contract to provide operation and maintenance (O&M) services, along with repair and minor construction, in support of the Defense Health Agency (DHA) Medical Research and Development Command (MRDC) at multiple locations. The contract will require 24/7 support for various medical, dental, pharmacy, and laboratory facilities, necessitating extensive knowledge of medical facility operations and compliance with Joint Commission standards. Interested contractors should note that this is a Sources Sought Notice for market research purposes only, with no solicitation currently available; responses are due by December 8, 2025, and inquiries can be directed to Tiffany Williams at Tiffany.N.Williams@usace.army.mil or the CT-M Inbox at ct-cproposals-medcom@usace.army.mil.