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 Intraoperative Neurophysiologic Monitoring (IONM) services for its Veteran population at VA Salt Lake City Health Care System (VASLCHCS). 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 Salt Lake City VA Medical Center, 500 Foothill Drive, Salt Lake City Utah 84148 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 on-call, qualified intraoperative neurophysiologic monitoring (IONM) services and provide all equipment, instrumentation or disposable accessories that are required for the accurate neurophysiologic monitoring of the beneficiaries of the Salt Lake City Veterans Affairs Medical Center (SLCVAMC) located in Salt Lake City, Utah 84148. Neurophysiologic monitoring is the use of electrophysiological methods such as electroencephalography (EEG), electromyography (EMG), and evoked potentials 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 shall provide 24 hours, 7 days a week, 365 days per year neuro monitoring services on an on-call basis. The SLCVAMC is estimating four to six (4-6) cases per month 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 1 2 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, Haylee Schrick-Ange at Haylee.schrick-ange@va.gov by 4:00 PM Mountain Standard Time on December 27, 2024. Telephone inquiries will not be accepted. Please note "On-Call Intraoperative Neurophysiologic Monitoring (IONM) Services at SLCVAMC 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.
Background
The Department of Veterans Affairs (VA), Veterans Integrated Systems Network (VISN) 19, and the Network Contracting Office (NCO) 19 are conducting market research to identify potential sources for on-site Intraoperative Neurophysiologic Monitoring (IONM) services for the Veteran population at the VA Salt Lake City Health Care System (VASLCHCS).
This sources sought notice aims to gather information on qualified sources and does not constitute a solicitation or a commitment by the Government to issue a solicitation or award a contract.
Work Details
The contractor shall provide on-call, qualified intraoperative neurophysiologic monitoring (IONM) services, including all necessary equipment, instrumentation, and disposable accessories required for accurate neurophysiologic monitoring.
Services will utilize electrophysiological methods such as electroencephalography (EEG), electromyography (EMG), and evoked potentials to monitor the functional integrity of neural structures during surgery. The contractor is expected to deliver these services 24/7 throughout the year, with an estimated workload of four to six cases per month.
The IONM services will cover various surgical procedures including spine surgery, neurosurgery, interventional neuroradiology, cardiothoracic surgery, vascular surgery, general orthopedic surgery, and otolaryngology. Technicians must be present in the operating suite for all procedures requiring IONM.
Period of Performance
The Government is considering a period of performance consisting of one base year with four option years.
Place of Performance
Services will be performed at the Salt Lake City VA Medical Center located at 500 Foothill Drive, Salt Lake City, Utah 84148.