Opportunity

SAM #36C25526Q0259

VA Solicitation for Intraoperative Neuromonitoring Services at Kansas City VA Medical Center

Buyer

VA Health Administration Network Contracting Office 15

Posted

March 25, 2026

Identifier

36C25526Q0259

NAICS

621399

This opportunity involves the Department of Veterans Affairs, Network Contracting Office 15 (NCO 15), planning to procure on-site Intraoperative Neuromonitoring (IONM) services for surgical procedures at the Kansas City VA Medical Center. - Government Buyer: - Department of Veterans Affairs, Network Contracting Office 15 (NCO 15), Leavenworth, KS - Contracting office located at VA Medical Center, 4101 South 4th Street, Leavenworth, KS 66048 - Services Requested: - Intraoperative Neuromonitoring (neurophysiology) services during surgeries - Contractor responsible for complete technical performance - No products or part numbers specified; only services are sought - Contract Details: - Firm, fixed-price contract - Set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) - Base period with four one-year option periods - NAICS code: 621399 - Unique Requirements: - On-site service delivery at Kansas City VA Medical Center - Contractor must provide all necessary technical expertise and personnel - OEMs and Vendors: - No specific OEMs or vendors mentioned in the notice - Place of Performance: - Kansas City VA Medical Center, Kansas City, MO - Contracting office at VA Medical Center, Leavenworth, KS

Description

This is a PRE-SOLICITATION NOTICE. This notice is for information only, to be used for preliminary planning purposes. No proposals are being requested or accepted with this notice. THIS IS NOT A SOLICITATION FOR QUOTES AND NO CONTRACT SHALL BE AWARDED FROM THIS NOTICE. The VA NCO 15 Contracting Center has been tasked to solicit for and award on-site Interoperative Monitoring Services for Kansas City, MO VAMC. Potential sources are responsible for the complete performance of the technical aspects of Intraoperative Neuromonitoring (neurophysiology) services. The proposed project is anticipated to be a firm, fixed-price requirement. The type of solicitation to be issued will be a SDVOSB Set-Aside. No reimbursement will be made for any costs associated with providing information in response to this notice or any follow-up information requested. The duration of the requirement is for a base period (start-TBD and end TBD) with four, one-year option periods. The North American Industrial Classification System (NAICS) Code applicable to this acquisition is 621399. The Small Business Size Standard for this acquisition is $10M. Anticipated Solicitation date is 04/10/2026.

View original listing

Get AI summaries, saved searches, and real-time alerts for new opportunities. Sign up free · Sign in