Skip to main content

An official website of the United States government

You have 2 new alerts

Q510--(635) (HCR) OKC VAMC Onsite Neuromonitoring Services

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Sources Sought (Original)
  • Original Published Date: Feb 04, 2025 12:52 pm MST
  • Original Response Date: Feb 12, 2025 01:00 pm MST
  • Inactive Policy: Manual
  • Original Inactive Date: Mar 14, 2025
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: Q510 - MEDICAL- NEUROLOGY
  • NAICS Code:
    • 621111 - Offices of Physicians (except Mental Health Specialists)
  • Place of Performance:
    Oklahoma City Veterans Affairs Medical Center 921 NE 13th Street ,
    USA

Description

Sources Sought Notice THIS IS A SOURCE SOUGHT NOTICE / REQUEST FOR INFORMATION (RFI) ONLY. THIS IS NOT A REQUEST FOR PROPOSAL AND/OR QUOTE. Disclaimer This Sources Sought is issued solely for the purpose identifying potential sources for a future requirement and does not constitute a solicitation. All information received in response to this notice that is marked as proprietary will be handled accordingly. 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 Sources Sought notice. Synopsis This is not a solicitation announcement. This is a Sources Sought synopsis only. The purpose of this sources sought is to gain knowledge of potential qualified sources. A solicitation is not being issued at this time and this notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. Any information provided by industry to the Government as a result of this sources sought synopsis is strictly voluntary. Responses will not be returned. No entitlements to payment of direct or indirect cost or charges to the Government will arise as a result of contractor submission of responses or the Government's use of such information. The Government is contemplating North American Industry Classification Systems (NAICS) 621111, Office of Physicians (except Mental health Specialists) (Size Standard: $16.0 Million). Comments on this NAICS and suggestions for alternatives must include supporting rationale. Responses to this Sources Sought synopsis will be used by the Government to make appropriate acquisition decisions and are not considered adequate responses to a potential future solicitation announcement. After reviewing all responses to this synopsis, a solicitation announcement may be published via the Contracting Opportunities or GSA eBuy website. The Department of Veterans Affairs (VA), Veterans Integrated Systems Network (VISN) 19 and the Network Contracting Office (NCO) 19 are performing market research to determine whether sources can provide on-site neuromonitoring services for its Veteran population at Oklahoma City Veterans Affairs Medical Center (OKC VAMC). Businesses are advised that VAAR 852.219-75 VA Notice of Limitations on Subcontracting - Certificate of Compliance for Services and Construction, may apply. Place of Performance: Contractor shall furnish services at the Oklahoma City Veterans Affairs Medical Center (OKC VAMC), 921 NE 13th Street, Oklahoma City, OK 73104. Period of Performance: The Government is contemplating a period of performance of one (1) base year with four (4) option years, which may be exercised to extend the period of performance. Qualifications: Contractor shall provide a Certified Surgical Neuromonitorist to provide services necessary to perform onsite Neuromonitoring Services in the OR of Oklahoma City Veterans Affairs Medical Center (OKC VAMC) located in Oklahoma City, Oklahoma 73104. The Contractor s provider(s) care shall cover the range of Neurosurgery Monitoring Services as would be provided in a state-of-the-art civilian medical treatment facility and the standard of care shall be of a quality, meeting or exceeding currently recognized national standards as established by the Certification for Neurophysiological Intraoperative Monitoring (CNIM). Neurophysiologic monitoring is the use of electrophysiological methods such as electroencephalography (EEG), electromyography (EMG), and Somatosensory evoked potentials (SSEP) to monitor the functional integrity of certain neural structures (e.g., nerves, spinal cord, and parts of the brain) during surgery. The purpose of intraoperative neurophysiologic monitoring is to reduce the risk to the patient of iatrogenic damage to the nervous system, and/or to provide functional guidance to the surgeon and anesthesiologist. Contractor s provider(s) shall be available and present in clinic during normal Oklahoma City VAMC OR hours, which will be established, and may be revised, as deemed appropriate for patient care by the COS. Currently, normal OR hours are 0700-1530. The OKC VAMC is estimating 135 cases per year for these services. NAICS Code: 621111, Office of Physicians (except Mental health Specialists), PSC: Q510 Medical Neurology, Small Business Size Standard: $16.0 Million Responses Interested parties are requested to submit a statement of capability outlining past work that is related to this requirement listed above. The statement of capability shall include: Vendor Name Address Point of Contact (POC) Contact Phone Number(s) Contact E-mail Address CAGE Code Business Category Company's Business Size (i.e., annual revenues and employee size) Brief Introduction of Company Anticipated Teaming Arrangements (delineate between work accomplished by prime and work accomplished by teaming partners) Description of Relevant Contract Experience (Government and Commercial) Contract Number Requirements Description Total Contract Value (to include initial award amount and any modifications (description and value) Place of performance Organization to which contract is executed 1. POC Name 2. Phone Number(s) 3. E-mail address Current price list for market research purpose only Ability to meet VA requirement. Again, any information submitted by the respondents to this source sought synopsis is strictly voluntary. The company's standard format is acceptable; however, the limit for all responses is not to exceed five (5) single-sided, 12 font size, 8 ½ x 11-inch pages. Capability must be submitted with enough detail for the Government to make an informed decision. The submitted information shall be UNCLASSIFIED. Please email capability statements to: Contract Specialist, Catherine Kennedy at catherine.kennedy@va.gov by 1:00 PM Mountain Standard Time on February 12, 2025. Telephone inquiries will not be accepted. Please note "OKC VAMC Onsite Neuromonitoring Services in the subject line of the email. Potential offerors are responsible for monitoring System for Award Management (SAM) website for the possible release of the solicitation package. All Contractors doing business with the Federal Government must be registered in SAM.gov.

Contact Information

Contracting Office Address

  • 6162 S WILLOW DR SUITE 300
  • Greenwood Village , CO 80111
  • USA

Primary Point of Contact

Secondary Point of Contact





History

  • Mar 14, 2025 10:04 pm MDTSources Sought (Original)