Opportunity
SAM #W81K0026RA028
Interoperative Neuromonitoring Services for Eisenhower Army Medical Center, Fort Gordon, GA
Buyer
Regional Health Command Atlantic
Posted
April 30, 2026
Respond By
May 07, 2026
Identifier
W81K0026RA028
NAICS
621399
This opportunity seeks contractors to provide Interoperative Neuromonitoring Services for the Department of Surgery at Eisenhower Army Medical Center, Fort Gordon, GA. - Government Buyer: - US Army Medical Command - US Army Health Contracting Activity - Medical Readiness Contracting Office - West - Services Requested: - Interoperative Neuromonitoring Services - Contractor must be located within a fifteen-mile radius of Fort Gordon, GA - Must arrive at least thirty minutes prior to surgical procedures - Must remain present until the patient leaves the operating room - No specific OEMs or vendors are named; only service providers are sought - Unique Requirements: - Strict proximity requirement (within fifteen miles) - Presence required before, during, and after surgery - Period of Performance: - Twelve-month base period - Four twelve-month option years - Potential six-month extension - Place of Performance: - Eisenhower Army Medical Center, Fort Gordon, GA - NAICS code: 622110 - No products are requested; only services are sought
Description
A sources sought is a market research tool being used to determine availability and adequacy of potential business sources prior to determining the method of acquisition. 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 Medical Readiness Contracting Office - West, has a requirement to provide Interoperative Neuromonitoring Services in support of the Department of Surgery at Eisenhower Army Medical Center (EAMC) at Fort Gordon, Georgia. The Contractor shall be within a fifteen-mile radius of Fort Gordon, GA, arrive no later than thirty minutes (30) minutes prior to the start of the surgical procedure and remain present during the entirety of the procedure until the patient leaves the operating room. The Period of Performance (POP) will consist of one (1) twelve (12) month base period and four (4) twelve (12) month option years and the potential for a 6-month extension in accordance with Federal Acquisition Regulation (FAR) 52.217-8.
The proposed North American Industrial Classification System (NAICS) code for this procurement is 622110, with a size standard of with a size standard of $47,000,000.00. The government will use this information to determine the best acquisition strategy for this procurement. The Government is interested in all large and small businesses to include 8(a), Service-Disabled Veteran-Owned, HubZone, and Women-Owned small business concerns.
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.
There is no solicitation available at this time.
SUBMISSION REQUIREMENTS: It is requested that interested businesses submit to the contracting office a brief capabilities statement. This documentation shall address, at a minimum, the following:
1. Written narrative of Contractor’s capability to provide the above listed items;
2. Commercial and Government Entity (CAGE) Code; 8(a) business, HUB Zone small business, small-disadvantaged business, woman-owned small business, veteran-owned small business, or Service-disabled veteran owned small business;
3. GSA contract number
4. Point of Contact information to include name, email address, telephone and fax numbers.
SUBMISSIONS MUST BE RECEIVED MONDAY 07 MAY 2026, NO LATER THAN 10:00 AM CENTRAL STANDARD TIME.
RESPONSES SHALL BE SENT ELECTRONICALLY TO: sherina.l.ross.civ@health.mil and james.m.davis1.civ@health.mil.
The government WILL NOT debrief the results of the survey. All information submitted will be held in a confidential manner and will only be used for the above stated purpose.