Q501--Electro-Encephalographic (EEG) Technician Services for VA Greater Los Angeles Healthcare System (VAGLSHS)
Sources Sought from VETERANS AFFAIRS, DEPARTMENT OF • VETERANS AFFAIRS, DEPARTMENT OF. Place of performance: Department of Veterans Affairs VA Greater Los Angeles Healthcare System (VAGLAHS), 11301 Wilshire Blvd • Los Angeles, California • 90073. Response deadline: Feb 23, 2026. Industry: NAICS 561320 • PSC Q501.
Market snapshot
Awarded-market signal for NAICS 561320 (last 12 months), benchmarked to sector 56.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 561320
Description
Sources Sought Notice Sources Sought Notice Page 7 of 7 Sources Sought Notice Sources Sought Notice Page 1 of 7 This is not a solicitation announcement. This is a sources sought notice only. The purpose of this synopsis is to gain knowledge of potential qualified sources and their size classification (GSA Schedule Holder, HUBZone, 8(a), small business, small disadvantage, veteran owned, women owned or service- disabled veteran owned small business relative to NACIS 561320, Temporary Help Services. Responses to this synopsis will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought notice, a solicitation announcement may be published in Contract Opportunities website. A response to this source sought notice is not considered adequate responses a solicitation announcement if one is published in Contract Opportunities website. If a vendor continues to be interested in this procurement and if a solicitation is announced in Contract Opportunities website, all interested offerors must respond to the solicitation announcement in addition to responding to this sources sought notice. The NAICS for this requirement is: 561320, Temporary Help Services. Interested and capable Contractors should respond to this notice via e-mailed to the attention of Tracey Williams-Douglas at: tracey.williams-douglas@va.gov. Telephone responses will not be accepted. Responses must be received in writing no later than 15:00 or 3PM PST on February 23, 2026. Response to this notice should include: Company Name Address Phone Number Point of Contact Type of Business: (e.g., Large or Other than Small Business, Services Disabled Veteran Owned Small Business (SDVOSB), Veteran-owned small business (VOSB), 8(a), HUB-Zone, Women Owned Small Business, Small disadvantaged business, or Small Business). Contractor s Unique Entity Identifier (UEI) Number: Capability statement that addresses the organization s qualifications and ability to perform as a contractor specifically for the work described in the attached DRAFT Performance Work Statement (PWS). Respondents are also encouraged to provide specific examples (e.g., contract number, point of contact information) of the Contractor s experience providing the same or similar services to that described in the attached DRAFT PWS. Capability statement shall specify the following items: Have you been a Prime Contractor in providing appropriate labor, transportation, supervision, materials, equipment, supplies, and other non-personal services to perform Electronencephalography (EEG) Technician Services as described in the DRAFT PWS below? Do you have experience providing these services in the Greater Los Angeles area? If so, please provide detailed information describing the type of services you provided and where these services were provided. If these services were provided under contract, identify the organization for whom you provided these services and provide the contact information for someone from that organization who can verify your contract with that organization. For each clinic you operated, provide information regarding the number of patients served. The responses to the questions posed above regarding your company s experience/capability will be used to determine whether the anticipated procurement for Electronencephalography (EEG) Technician Services at VA Greater Los Angeles Healthcare System (VAGLAHS), 11301 Wilshire Blvd, Los Angeles, CA 90073 should be set aside for SDVOSB, VOSB, or other small business concerns. Respondents to this Sources Sought Notice should fully answer each of the questions posed above. A response to the Sources Sought Notice that does not provide sufficient detail to fully answer each question above may be considered by VA to be a statement that your company does not possess the experience/capability being addressed by that question. SDVOSB/VOSB respondents If respondent is VOSB or SDVOSB, respondent is encouraged to provide proof of https://search.certifications.sba.gov/ certification. In addition, SDVOSB/VOSB Contractors are asked to acknowledge that they understand the limitations on sub-contracting pursuant to VAAR 852.219-10 and VAAR 852.219-11, which will be included in the impending solicitation. Further SDVOSB/VOSB contractors are asked to respond that they are capable of providing the requested services keeping within the parameters of this clause. Small businesses, including SDVOSB/VOSBS are also advised that per 13 CFR, § 125.6 the prime contractor's limitations on subcontracting are as follows: General. In order to be awarded a full or partial small business set-aside contract with a value greater than $150,000, an 8(a) contract, an SDVO SBC contract, a HUBZone contract, a WOSB or EDWOSB contract pursuant to part 127 of this chapter, a small business concern must agree that: In the case of a contract for services (except construction), it will not pay more than 50% of the amount paid by the government to it to firms that are not similarly situated. Any work that a similarly situated subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. Required Services: VA Greater Los Angeles Healthcare System (VAGLAHS) has a need for Electroencephalography (EEG) Technician Services in the Epilepsy Laboratories located at 11301 Wilshire Blvd, Los Angeles, CA 90073. DISCLAIMER This notice is to assist the VA in determining sources only. A solicitation is not currently available. If a solicitation is issued it will be announced on Contract Opportunities, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement. Responses to this Sources Sought notice is not a request to be added to a prospective bidders list or to receive a copy of the solicitation. This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. All Offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) database found at https://www.sam.gov. Registration must include Representations and Certifications Please review the attached DRAFT PWS for description of services. --End of Sources Sought Announcement DRAFT Performance Work Statement (PWS) GENERAL REQUIREMENTS: The Contractor shall provide an Electroencephalography service in the Epilepsy Laboratories in the VA Greater Los Angeles Healthcare System, 11301 Wilshire Boulevard, Los Angeles, California, 90073, on an as needed basis. The Contractor shall provide a range of services in accordance with the terms and conditions contained herein. QUALIFICATIONS: Personnel assigned by the Contractor to perform services covered by this Contract shall be licensed in a State, Territory, or Commonwealth of the United States or the District of Columbia. The qualifications of such personnel shall be subject to review by the VA Chief of Staff and approval by the VA Facility Director. The VA Greater Los Angeles Healthcare System will define competency requirements. Only personnel approved by the VA shall be allowed to perform under this contract. The EEG Technician is an individual who must possess one or more attributes from each of the following areas: EDUCATION High School Diploma GED Clinical Neurophysiology & EEG: 2-year course or BS CERTIFICATION Board Qualification at the least, Diplomate of the American Board of registered EEG preferred technologies or the contractor should have experience of having performed at least 200 EEG's, experience in Long Term Monitoring and ICU readings, and/or completed all course offered by ABRET online. The EEG Technician must possess all of the following: Operate Nihon Khoden biomedical computer equipment and software used for routine EEG's and Long-Term Monitoring and intraoperative electrocortiogram Familiarity with VA procedures i.e. CPRS Apply scalp electrodes according to 10.20 system using collodion paste or collodion saline solution U.S. Citizenship Valid TB Test Hepatitis B Immunization Valid CPR Card PRINCIPLE DUTIES AND RESPONSIBILITIES: The Electroencephalography Technician is required to set-up and adjust specialized equipment with multiple features that require precise patient positioning to operate correctly. Selects and sets technical factors for invasive procedures applied in the neurosurgical operating room. Namely, stereo EEG grip, and Strip EEG and ECOG. Sets equipment parameters based on the patient's diagnosis or specific and/or individualized testing criteria. Makes precise adjustments to clarify reading measurements. KNOWLEDGE, SKILLS, AND ABILITIES: Knowledge required by the Electroencephalography Technician. Skills and precision in use of the materials and equipment used in performing Evoked potentials, EEG, and Stereo EEG and EEG telemetry and to apply collodion-attached electrodes. Thorough knowledge of the variations in brain anatomy. Able to evaluate and advise biomedical engineers regarding technical problems with various equipment. Has thorough knowledge of anticonvulsant medications and their effects on the patients and on the EEG. Has good working knowledge of other frequently used pharmaceuticals in the veteran population. Knowledge and expertise in the following areas of service: Auditory Brainstem Response (ABR) Visual Evoked Response (VER) Somatosensory Evoked Potential (SEP or SSEP) Electroencephalography (EEG) EEG Technician must maintain up-to-date knowledge of developments in the field Intraoperative Recording and Evoked Potentials, stereo EEG, grids, auditory evoked potentials, Somato Sensory Evoked Potentials, Brain Death Record Complies with policies/procedures of VA Los Angeles Healthcare System: Surgical Complies and sets up equipment and supplies utilizing recommended practices and aseptic technique. Maintains integrity of all sterile areas. Arrives in a timely manner so as not to delay the medical/surgical process. Document completed procedures and places in the patient's chart prior to leaving the hospital. The EEG Technician works under the direction of the Contractor. The EEG Technician follows standard VA procedures and provides EEG services for patients. Effective member of the patient care team, e.g., participates in patient care activities, telephone usage, and communicates effectively with neurology staff. NON-ACCEPTANCE OF CONTRACT PERSONNEL: The Contractor shall ensure that all contract personnel have met the qualifying criteria, including health requirements and valid licenses. Ultimately, the decision to accept or reject Contractor personnel rests with the VA. Non-acceptance of contract personnel does not relieve the Contractor from satisfying and fulfilling the contract requirements. STANDARD OF CONDUCT: The Government reserves the right to refuse acceptance of contract personnel whose personal or professional conduct jeopardizes patient care or interferes with the regular and ordinary operation of the facility. Breaches of conduct include intoxication or debilitation resulting from drug use, theft, patient abuse, dereliction or negligence in performing directed tasks, or other abuse, or other conduct resulting in formal complaints by patients or other staff members to designated Government Representatives. Standards for conduct shall mirror those prescribed by current Federal Personnel Regulations. Complaints concerning contract personnel's conduct with Government employees or patients will be dealt with by the Contractor and Contracting Officer's Technical Representative. The Contracting Officer is the final authority on validating complaints. In the event that contract personnel are involved and named in a validated complaint, the Government reserves the right to refuse acceptance of the services of such personnel. This does not preclude refusal in the event of incidents involving physical or verbal abuse. The final arbiter on questions of acceptability is the Contracting Officer. CONFLICT OF INTEREST: The Contractor shall not employ any person who is an employee of the United States Government if the employment of that person would create a conflict of interest. The Contractor shall not employ any person who is an employee of the Department of Veterans Affairs/Department of Defense, unless such person seeks and receives approval in accordance with VA Regulations. Nor shall the Contractor employ any person who as a member would create a conflict of interest or the appearance of a conflict of interest, particularly with regard to influencing the contract negotiations or terms of the contract. In any such case, Department of Veterans Affairs (VA) must review the matter and give its approval in accordance with agency ethics rules. EMERGENCIES OR COMPLICATIONS: Contract personnel will report any unusual incidents within 24 hours to the COTR or, after hours, to the Attending in charge. All accidents, malfunctions, injuries and deaths related to the delivery of services shall be immediately reported verbally to the VA Contracting Officer's Technical Representative (COTR). The Contractor may be required to provide evidence of follow-up through a written report of the incident, describing the event, analysis of cause and effect, and corrective action taken. If such a report is requested by the VA COTR, this will be done within three (3) working days of the verbal report. ALTERNATE SOURCES: If routine services are disrupted for more than two (2) consecutive scheduled shifts or emergency response requests, the Government reserves the right to procure such services from an alternate source, until routine services are restored by the Contractor. When the Government exercises its right to procure these services from an alternate source, the Contractor shall reimburse the government for all charges in excess of the amount that would have normally been incurred by the contract. A copy of the other source's time sheet or other verifiable documentation shall be used as the basis for any reimbursement. IDENTIFICATION BADGE: An identification (ID) badge will be issued by the VA to the contract personnel providing services to beneficiaries at the VA. The appropriate ID badge shall be worn at all times while on Government facility grounds, clearly displayed on the outermost garment (i.e. coal, jacket, sweater, shirt, blouse, lab coat etc.). GOVERNMENT TRAINING AND ORIENTATION: The VA will provide a briefing to familiarize contract personnel on the policies and procedures on the first scheduled duty day or within a period acceptable to the VA. The Contractor shall ensure that all contract personnel attend and participate in VA or any other mandatory training. PERSONAL HYGIENE AND CLOTHING: Contract personnel shall be neat, clean, well-groomed and shall otherwise exercise good personal hygiene. Appropriate and professional operating room attire shall be worn at all times. A laboratory style coat must be worn over scrubs when the contract health care provider is not performing duties in a clinical examination area, operating or procedure rooms. Medical scrubs are not to be worn outside the facility. HEALTH REQUIREMENTS: Contract personnel shall not perform services unless a pre-assignment medical examination has been performed within 30 calendar days of their first scheduled shift. Pre assignment medical examinations shall be the responsibility of the Contractor at no cost to the Government. As a condition of employment Occupational Safety and Health Administration (OSHA) requires that all contract staff who will have occupational exposure to blood, other body fluids, or other potentially infectious materials, shall receive Hepatitis B vaccine, sign a voluntary declination or have documented proof of immunity to Hepatitis B infection. The immunization shall be the responsibility of the Contractor at no cost to the Government. Contract health providers having patient contact or exposure to biological or pathological specimens shall be immunized against, be granted an immunization waiver or have documented proof of immunity to: rubella, mumps, polio and Hepatitis B. In addition, contract personnel shall be free of infectious diseases (to include but not limited to active Tuberculosis and Viral Hepatitis) that might reasonably be expected to place other workers, patients or the public at risk. The Contractor shall provide the Government with all the information necessary to ensure that Government records are maintained correctly and in compliance with Joint Commission OSHA and the Center for Disease Control health records requirements, for each individual contract health care provider. The Contractor shall provide the COTR with certification that contract personnel have completed the medical evaluation required above, a minimum of five (5) working days prior to performance of contract services. This certification shall state the date that the examination was completed, the doctor's name that performed the examination, a statement concerning the physical health of the individual and the following statement: [Name of contract health care provider] is suffering from no contagious diseases to include Tuberculosis, Hepatitis, and Venereal Disease. The Government may take nose and throat cultures from contract personnel when required by Government Infection Control Committees (ICC). When a health care provider has been found medically unfit for providing services required under this contract, they shall be required to discontinue working immediately. Contract personnel will not return to work until given clearance by the appropriate physician. The Government will provide emergency health care for injuries sustained while on duly for contract personnel. These services will be billed to the Contractor at the current full reimbursement rate IMMUNIZATION WAIVER/EXEMPTIONS: Waivers and exemptions may be granted in accordance with VA regulations and Medical Staff Bylaws. DRUG SCREENING: Contract personnel are subject to random drug testing. They are also subject to drug testing when there is a reasonable suspicion that they use or are impaired by illegal drugs while on duty. Reasonable suspicion of drug use or impairment includes, but is not limited, to the following: Observable phenomena, such as direct observation of drug use, possession or the physical symptoms of being under the influence of a drug; A pattern of abnormal conduct or erratic behavior; Arrest or conviction for a drug-related offense or the identification of a contract health care provider as the focus of a criminal investigation into illegal drug possession, use or trafficking; Information provided either by reliable and credible sources or independently corroborated; or Newly discovered evidence that the contract health care provider has tampered with a previous drug test. PATIENT SENSITIVITY: Contract health care provider shall respect and maintain the basic rights of patients, demonstrating concern for personal dignity and human relationships. CONTRACT PERFORMANCE MONITORING: Monitoring of Contractors time shall be demonstrated through clinical and administrative record reviews and through patient satisfaction survey. The COTR will be responsible for verifying contract compliance. After contract award, any incidents of Contractor noncompliance as evidenced by the monitoring procedures or by failure to supply required documentation shall be forwarded immediately to the Contracting Officer. The Contractor shall maintai…
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.