Q523--Neuromonitoring Services
ID: 36C25724Q0471Type: Sources Sought
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF257-NETWORK CONTRACT OFFICE 17 (36C257)ARLINGTON, TX, 76006, USA

PSC

MEDICAL- SURGERY (Q523)
Timeline
    Description

    The Department of Veterans Affairs is soliciting proposals for On-site Neuromonitoring Services and equipment to support Veteran beneficiaries at the North Texas Veterans Health Care System in Dallas, Texas. The contract is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and requires contractors to provide comprehensive neuromonitoring during surgical procedures, ensuring compliance with healthcare standards and 24/7 service availability. This procurement is vital for delivering high-quality healthcare services to veterans, emphasizing the importance of continuous monitoring and patient safety. Interested parties should contact Brandy Riha at brandy.riha@va.gov or Elsa Gomez at elsa.gomez@va.gov for further details, with a deadline for past performance evaluations set for October 23, 2024.

    Point(s) of Contact
    Vanessa CantoneContract Specialist
    (254) 535-8139
    vanessa.cantone@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) is seeking references for a contract related to Neuromonitoring Equipment and Technicians at the North Texas Veterans Healthcare System. Those selected as references are asked to provide evaluations of the contractor’s past performance, with a deadline for submission set for October 23, 2024, at noon CT. The evaluation requires scoring on specific criteria such as compliance with requirements, knowledge and expertise in services, accessibility of personnel, scheduling ease, and patient privacy protection, using a standardized rating scale from Superior to Unacceptable. Additional remarks are encouraged to highlight specific experiences with the contractor. The document emphasizes the confidentiality of responses, as the identities of those providing evaluations will remain undisclosed. This survey is crucial in assessing contractors’ qualifications to ensure high standards of service delivery within VA programs, reflecting the agency’s commitment to effective procurement and quality assurance in healthcare services for veterans.
    The document outlines the User Agreement related to RFQ# 36C25724Q0471 for contractors working with the Department of Veterans Affairs (VA). It details the terms governing the access and use of VA information systems and resources, emphasizing that there is no expectation of privacy and that monitoring may occur by authorized VA personnel. Contractors must adhere to stringent security protocols, such as safeguarding passwords, using only authorized systems, and reporting any security incidents. The agreement prohibits unauthorized access or modifications to VA data and makes clear the penalties for violations of federal laws regarding information security. Additional conditions outline that non-VA technology resources must comply with VA security standards and forbid dual connections to non-VA networks and the use of public computers for remote access. The document stresses the importance of compliance by all contractors, including subcontractors, and concludes with the acknowledgment that the agreement does not create additional legal rights for parties involved in litigation with the government. Overall, this User Agreement serves to protect the integrity and confidentiality of VA information while establishing clear behavioral and operational standards for contractors.
    The document outlines the contractor's obligations regarding compliance with U.S. immigration laws while providing services to the Department of Veterans Affairs (VA). It emphasizes that the contractor must adhere to provisions of the Immigration and Nationality Act and related regulations enforced by federal agencies, prohibiting the employment or engagement of individuals who do not have legal immigration status. Furthermore, the contractor is required to utilize the E-Verify system in accordance with Executive Order 12989 to verify the employment eligibility of workers. Failure to comply could lead to the prohibition of specific foreign nationals from working on VA-related services and may result in contract termination. The contractor must also secure similar compliance certifications from subcontractors. The document underscores the seriousness of these requirements by mentioning potential prosecution for false certifications under U.S. law, reflecting the government’s commitment to maintaining legal employment practices in its contracts.
    The document outlines the requirements for responding to Request for Quotations (RFQ) related to the organic conflicts of interest in healthcare contracts, specifically under RFQ# 36C25724Q0471. It emphasizes the importance of avoiding organizational conflicts that could impair an offeror's ability to provide impartial assistance to the government. Offerors must disclose relevant past, present, and planned interests that may create conflicts and provide details for any consultants or subcontractors involved. The contracting officer has the authority to disqualify offerors based on the provided information unless conflicts can be satisfactorily mitigated or waived. Compliance is crucial, as nondisclosure or misrepresentation can result in contract termination at no cost to the government. An appendix includes a certification statement for contractors to verify the absence of conflicts of interest related to the Dallas Veterans Administration Medical Center services. This document serves to ensure integrity and transparency in federal procurement processes.
    The Quality Assurance Surveillance Plan (QASP) outlines a systematic approach for evaluating contractor performance under a federal contract, specifically for the Department of Veterans Affairs. It details which aspects of performance will be monitored, the methods of surveillance, and the roles of government personnel, including the Contracting Officer (CO) and the Contracting Officer’s Representative (COR). The QASP emphasizes the contractor’s responsibility for quality control and management, while the government ensures objectivity in evaluations. Monitoring methods include random sampling of patient files, review of documentation for accuracy, and observation of compliance with clinical standards. Performance standards are established to assess contractor performance, and quarterly reports will inform adjustments as necessary. Ratings are assigned based on how well the contractor meets standards, with categories ranging from "Exceptional" to "Unsatisfactory." The QASP serves as a living document, subject to revisions that are coordinated with the contractor, ensuring continuous improvement in service delivery and compliance with contract terms. Overall, the QASP facilitates accountability and quality assurance in government contracting processes.
    The document outlines the Wage Determination under the Service Contract Act, detailing wage rates based on contract type and effective date. Contracts awarded after January 30, 2022, must pay a minimum of $17.20 per hour, while those awarded between January 1, 2015, and January 29, 2022, must pay at least $12.90 per hour unless a higher rate applies. It specifies applicable occupations in Texas, including their corresponding wage rates, with fringe benefits outlined for all classifications. Health and welfare benefits are set at $5.36 per hour, and paid vacation and holiday requirements are defined. Notably, certain exemptions under the Executive Orders regarding minimum wage and paid sick leave are included. The document provides a structured approach for contractors to classify new positions and align them with appropriate wage rates, ensuring compliance with federal standards. This wage determination serves as a critical guideline for federal contractors and subcontractors to adhere to contractual obligations while fostering fair labor practices.
    The document outlines the Request for Quotes (RFQ) number 36C25724Q0471 issued by the Department of Veterans Affairs for On-Site Neuromonitoring Equipment and Technician Services at the North Texas Veterans Health Care System. The contract requires qualified professionals to provide comprehensive neuromonitoring for surgical procedures, focusing on intraoperative, preoperative, and postoperative care. It emphasizes a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), mandating proper SBA certification for eligibility. Contractor responsibilities include equipment provision, 24/7 service availability, and compliance with healthcare standards. Key performance aspects address personnel qualifications, maintenance of equipment, confidentiality of patient records, and record-keeping. Contractors must also adhere to Federal security requirements and undergo background checks to access VA systems. The engagement includes detailed billing mechanisms for services rendered, alongside stipulations for penalties related to data breaches. In essence, this procurement focuses on ensuring high-quality, continuous neuromonitoring care for veterans while empowering veteran-owned businesses through preferential contracting mechanisms, ultimately contributing to improved healthcare delivery standards within the VA system.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    Intraoperative Neuromonitoring Services
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency, is seeking qualified vendors to provide Intraoperative Neuromonitoring (IONM) services at the Naval Medical Center Portsmouth (NMCP) under solicitation number HT940624R0041. The contractor will be responsible for delivering real-time neuromonitoring during surgical procedures, including the provision of necessary personnel, equipment, and immediate feedback to surgical teams, with a contract duration from January 1, 2025, to December 31, 2029, and options for renewal. This service is critical for enhancing patient safety during complex surgeries, particularly in neurosurgery, orthopedics, and vascular procedures. Proposals are due by October 17, 2024, and interested parties can contact Christine Russman at christine.l.russman.civ@health.mil or Stacy Ling at stacy.m.ling.civ@health.mil for further information.
    Sources Sought for Neuromonitoring
    Active
    Dept Of Defense
    The Defense Health Agency (DHA) is conducting a Sources Sought announcement to identify potential sources for a Firm-Fixed Price Master Blanket Purchase Agreement for neuromonitoring services at the Walter Reed National Military Medical Center in Bethesda, Maryland. The procurement aims to secure commercial items related to various intraoperative neuromonitoring (IOM) services, including Somatosensory Evoked Potentials, Electromyography, and Electroencephalography, among others, which are critical for ensuring patient safety during surgical procedures. Interested vendors must be registered in the System for Award Management (SAM) and are encouraged to submit their capabilities statements by October 4, 2024, at 10:00 AM EST, to the primary contact, Michelle Priester, at michelle.c.priester.civ@health.mil.
    J065--V20 Radimetrics Support
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the "V20 Radimetrics Support" contract, aimed at enhancing its healthcare infrastructure through specialized software and managed services. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and is designed to engage contractors capable of delivering essential radiological metrics services across multiple locations within the Veterans Integrated Service Network 20 (VISN 20). The estimated contract value is $34 million, with a base performance period from December 6, 2024, to December 5, 2025, and options extending the total duration up to five years. Interested vendors must submit their proposals by October 18, 2024, at 1:00 PM MDT, and can direct inquiries to Contract Specialist Nazanin Kreiner at nazanin.kreiner@va.gov or (208) 429-2033.
    Q523--Surgical Technologist/Technician Service Scrub Tech
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for On-Site Surgical Technologist/Technician Services at the Minneapolis VA Hospital, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The contract aims to secure four Full-Time Equivalent (FTE) surgical technicians to support surgical operations from December 1, 2024, to November 30, 2025, with options for four additional years, reflecting the VA's commitment to providing quality healthcare services to veterans. Interested contractors must comply with various qualifications, including certifications in Basic Life Support, and adhere to federal regulations and VA policies. The total award amount is projected at $34 million, with proposals due by October 9, 2024, at 11:00 AM Central Time. For further inquiries, contact Morgan Galer at morgan.galer@va.gov or call 605-585-3908.
    Q702--Audiology Health Technician Service - MPLS PoP 12/12/2024-12/11/2025+4
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for Onsite Audiology Health Technician Services at the Minneapolis VA Health Care System and Twin Ports Community-Based Outpatient Clinic (CBOC). The contract requires five full-time equivalent Audiology Health Technicians to provide essential services, including hearing aid education, maintenance, repairs, data management, and cerumen management, with a performance period from December 12, 2024, to December 11, 2025, and the potential for four additional option years. This procurement underscores the VA's commitment to delivering high-quality audiology services to veterans, adhering to healthcare standards and regulatory compliance. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their proposals by October 10, 2024, at 11 AM Central Time, and can contact Contract Officer Daniel Vagts at daniel.vagts@va.gov or 651-293-3040 for further information.
    6515--520-DME Long term contract (VA-24-00100687)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified vendors to provide Durable/Home Medical Equipment and Accessories (DME/HME) services under the 520-DME Long Term Contract (VA-24-00100687). The procurement aims to identify companies capable of delivering, setting up, maintaining, and managing inventory for VA-owned DME/HME, ensuring compliance with Joint Commission standards and enhancing the quality of care for eligible Veterans and their caregivers. This initiative is critical for ensuring timely access to medical equipment and education on its use, while adhering to health and safety regulations. Interested vendors must submit their qualifications, including company details and socioeconomic status, by 2:00 PM Central on October 21, 2024, via email to Contracting Officer Kevin D Pollard at kevin.pollard2@va.gov. The contract will be firm-fixed priced and is subject to funding availability.
    J065--Nihon Kohden Polysmith Depot Services
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking to negotiate a Sole Source Award with Nihon Kohden America, LLC for the provision of Polysmith Depot Services at the Richard L. Roudebush VA Medical Center in Indianapolis, IN. The objective of this procurement is to secure necessary remote support, workstation depot repairs, parts replacements, and loaner PCs to ensure the operational efficiency of the Sleep Lab. These services are critical for maintaining the functionality of medical equipment, specifically under the NAICS code 811210 for Electronic and Precision Equipment Repair & Maintenance, with a size standard of $34 million and a Product Service Code of J065. Interested parties may express their capabilities by the deadline of October 4, 2024, at 12 PM EST, and all inquiries should be directed to Contract Specialist Tiera Sims at Tiera.Sims@va.gov.
    6515--NX EQ Hearing Aid Testers
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking quotes for the procurement of Hearing Aid Testers, specifically the AudioScan Verifit 2® / Audioscan Axiom® or equal, to enhance patient care across its medical centers nationwide. The requirement includes diagnostic testing and fitting systems for hearing aids, which are crucial for assessing and verifying hearing instrument outputs to ensure optimal patient outcomes. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and will be awarded as a single Requirements contract with a base year and four option years, with quotes due by October 7, 2024. Interested vendors must contact Contract Specialist Jalima J. Jones at Jalima.Jones@va.gov or (202) 570-8856 for further inquiries.
    J065--NEW: Garland Medical Air & Vacuum System Repairs
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is issuing a Request for Quote (RFQ) for the repair of Medical Air and Vacuum Systems at the Garland VA Medical Center in Texas. This procurement opportunity is specifically set aside for Service Disabled Veteran Owned Small Businesses (SDVOSB), emphasizing the VA's commitment to supporting veteran entrepreneurship while ensuring the maintenance of critical healthcare facility systems. The contract, valued at $12.5 million, requires contractors to execute repairs without disrupting ongoing medical operations and to adhere to safety regulations, with a project completion timeline of 180 days post-initiation. Interested vendors must submit their quotes via email to Contract Specialist Abduel Sanford by October 4, 2024, at 5 PM Central Time, and must be registered in the System for Award Management and verified in the Vendor Information Pages.
    Accreditation Readiness Reviews
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Veterans Integrated Services Network (VISN) 4, is seeking proposals for Accreditation Readiness Reviews (ARR) to ensure compliance with The Joint Commission standards across its nine VA Medical Centers. The contractor will be responsible for conducting both Clinical and Safety ARR, focusing on patient safety goals and compliance with environmental care and emergency management standards. This procurement is critical for maintaining high-quality healthcare services for veterans and is structured as a five-year, fixed-price contract, with services commencing on November 1, 2024, and concluding on October 30, 2029. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their quotations by October 7, 2024, and can contact Ashley Zeccardo at ashley.zeccardo@va.gov for further information.