Intraoperative Neuromonitoring Services Contract (IONM) - STLVAMC
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of Veterans Affairs (VA) is soliciting proposals for Intraoperative Neurophysiologic Monitoring (IONM) Services at the VA St. Louis Health Care System, John Cochran Division. This Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside contract requires comprehensive IONM services, including personnel, equipment, software, and supervision. Offers are due by April 27, 2026, at 5:00 PM CST.
Scope of Work
The contractor will provide 24/7, 365-day Intraoperative Neurophysiologic Monitoring (IONM) services for scheduled and emergency surgical procedures. This includes on-site technologists and remote neurologist oversight with real-time interpretation. Key services involve pre-operative, intraoperative, and post-operative monitoring using contractor-owned telemedicine technology. Modalities include auditory evoked potentials, EEG, EMG, nerve conduction studies, SSEP, MEP, VEP, blink reflex, neuromuscular junction testing, and continuous neurophysiology monitoring. Emergency response time is 60 minutes, and elective cases require availability within two business days. Services must meet VA and The Joint Commission standards.
Personnel Requirements
Personnel must meet specific qualifications: neurologists require ABPN board certification, technologists need CNIM certification, and all on-site personnel must have Basic Life Support (BLS). Standard personnel testing (TB, Rubella, Varicella, Pertussis, Influenza, COVID-19) and OSHA Bloodborne Pathogens training are mandatory. Personnel will undergo background investigations and require PIV cards. Contractors must adhere to strict Rules of Behavior for accessing VA information systems and certify compliance with the Immigration and Nationality Act.
Contract Details
- Contract Type: Indefinite Delivery/Indefinite Quantity (IDIQ), Firm Fixed Price.
- Period of Performance: A Base Year (November 15, 2026 – November 14, 2027) with four (4) one-year option periods.
- Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB). Offerors must be verified SDVOSB and active in SAM.
- NAICS Code: 621399 (Technical Medical Support) with a $10 Million size standard.
- Place of Performance: VA St. Louis Healthcare System, John Cochran Division, 915 N. Grand, St. Louis, MO 63106.
Submission & Evaluation
- Offers Due: April 27, 2026, at 5:00 PM CST.
- Submission: Electronically in PDF format, divided into two volumes: Price Response and Non-Price Response.
- Evaluation Criteria: Technical Capability, Past Performance, and Price. Technical Capability and Past Performance are considered more important than Price. A best value trade-off approach will be used.
- Attachments: Key attachments include a Quality Assurance Surveillance Plan (QASP), Contractor Rules of Behavior, Immigration Nationality Act Certification, Wage Determination, and Past Performance worksheets. Bidders should review the QASP to understand performance evaluation criteria and the Wage Determination for labor cost compliance.
Contact Information
For inquiries, contact Jason A Condiff, Contract Officer, at Jason.Condiff@VA.Gov or 913-946-1113.