Q523--Neuromonitoring Services – South Texas
Sources Sought from VETERANS AFFAIRS, DEPARTMENT OF • VETERANS AFFAIRS, DEPARTMENT OF. Place of performance: TX. Response deadline: Feb 24, 2026. Industry: NAICS 621399 • PSC Q523.
Market snapshot
Awarded-market signal for NAICS 621399 (last 12 months), benchmarked to sector 62.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 621399
Description
The Network Contracting Office 17 (NCO 17) is issuing this Sources Sought Notice as a means of conducting market research to identify parties having an interest and resources to support a requirement for Intraoperative Neuromonitoring (IONM) Services. Service shall include an on-site IONM Technologist and remote oversight by a Board-Certified Neurophysiologist. Services shall include all resources, labor, travel, transportation, parts, materials, equipment, and IT connectivity necessary to meet the Performance Work Statement (PWS) requirements. Place of Performance: Contractor shall furnish services at the South Texas Veterans Health Care System, Audie L. Murphy VAMC, 7400 Merton Minter Blvd, San Antonio, Texas. The Contractor shall provide Neuromonitoring Equipment and certified Technician Services for surgical procedures at South Texas Veterans Health Care System (STVHCS), 7400 Merton Minter Blvd, San Antonio, Texas on an as needed basis. Technicians must have a minimum of two years experience and work under the oversight of a Board-Certified Neurophysiologist. In addition to the IONM equipment, the contractor shall provide all supplies required to complete surgeries, such as needle electrodes, probes, ground pads, gel electrodes, and cortical screw electrodes. The services shall include Intraoperative Neurophysiological Monitoring (IONM) and Deep Brain Stimulation services for Neurosurgery, Vascular, Orthopedic, and ENT patients. Services are to be conducted in the operating room and associated areas of the Audie Murphy VA Medical Center on a per case basis as determined by the Chief of Surgical Service and Chief of Neurosurgery. The Chief of Neurosurgery shall notify the designee in Surgical Services clinic when monitoring services are needed for a neurosurgical patient. The appropriate designee will contact the Contractor with the request for monitoring. The contractor shall provide IONM personnel to cover scheduled and emergency cases seven days a week, 24 hours a day, including federal holidays. All changes to the proposed monitoring, to include date/time, type of monitoring, etc., will be conveyed by the neuro clinic or appropriate designee to the Contractor. The contractor shall be responsible for the delivery and setup of Intraoperative Neurophysiological Monitoring (IONM) equipment at no additional charge to the government. The Contractor shall provide Contractor s technician(s) who are certified, competent, with at least two years of experience, and qualified per this statement of work, and adequately trained to perform assigned duties. Contractor is responsible for maintaining Certification for the duration of the awarded contract. Oversight of Neuromonitoring will be done by board certified Neurophysiologist. The contractor shall maintain its mobile equipment in good working order and in accordance with the specifications of the manufacturer. Equipment quality control shall be performed in accordance with the manufacturer s specifications. The intent of this sources sought notice is to conduct market research to determine if responsible sources exist by determining if this effort can be successfully competed and/or set-aside for small business. The contractor shall provide resources, labor, travel, transportation, parts, materials, equipment, and IT connectivity necessary to meet the PWS requirements. Information sought: Response to this announcement shall not exceed 5 pages and should include the following information: (1) A tailored capability statement indicating the firm s ability to provide the services required in the Performance Work Statement. The firm must include all qualifications and certifications to perform the work outlined in the Performance Work Statement. (2) Each capability statement submittal shall also include the following business information: a. Organization Name b. Organization Address c. Organization UEI Number d. Point of Contact (including name, title, addresses, telephone number, fax number and Email address) e. Business size under NAICS 621399 f. Socio-economic status (IF SDVOSB or VOSB - provide SDVOSB or VOSB CVE verification) All responses should be emailed to: Carolyn Reneau, Contract Specialist, carolyn.reneau@va.gov and Noel Rick Ramirez, Contracting Officer, noel.ramirez2@va.gov Contract Type: This intended contract represents a Fixed-Price, Indefinite Delivery Indefinite Quantity (FP-IDIQ) contract, under the procedures of VA Acquisition Regulation (VAAR) Part 873 Simplified Procedures for Health-Care Resources. When a policy or procedure in another FAR or VAAR part is inconsistent with VAAR Part 873, Part 873 takes precedence for covered health-care resource acquisitions. The Offeror shall provide a fixed price, per case rate (including all labor, equipment and supplies) for the base and all option periods. Cost not incorporated into the Contactor s price will not be reimbursed by the Government. The term of the contract is a base year plus four (4) one-year option periods. Solicitation documents are anticipated to be available on or around April 1, 2026, and will be posted via the Contract Opportunities website at SAM.gov. Prospective Offerors should not expect notification of issuance of amendments other than via the Contract Opportunities website and are responsible for obtaining all amendments as posted. Prior to submission of a quote, Offerors are expected to read the solicitation documentation in its entirety to fully understand the scope of work and terms and conditions of the requirement(s). Offerors are encouraged and are responsible for routinely checking https://sam.gov/ for any solicitation amendment(s) that may be issued throughout the proposal period. The solicitation will provide full information to contractors about the proposal submission process. Prospective offerors are encouraged to register their interest in the solicitation on the contract opportunities website, so they are notified of the issuance of the solicitation and any amendments. In accordance with FAR 52.204-7, System for Award Management, Offerors must be registered in the System for Award Management (SAM) at the time of offer submission and at time of award under the applicable NAICS Code. Firms may obtain SAM information at https://www.sam.gov. North American Industry Classification System (NAICS) code is 621399, Offices of other Misc Health Providers, size standard of $10.0 million applies to this acquisition. The classification code is Q510 Medical - Neurology. Questions concerning this announcement should be directed to the Contract Specialist using the e-mail link provided. No hard copies of the solicitation will be provided. Telephone requests for information or questions will NOT be accepted. Please email questions to Carolyn Reneau at Carolyn.reneau@va.gov and ensure that the subject line includes Solicitation Number 36C25726Q0274. This is not a solicitation. This information is for planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or contract award. Contractors responding to this notice are advised that their response does not ensure participation in future solicitations or contract awards. The Government will not reimburse any company or individual for any expenses associated with preparation or participation in this research. Incumbent Risen Video Production, LLC End of Document
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.