New York Bids > Bid Detail

Q510--Intraoperative Neuromonitoring Services (IONM) (Equipment, Technologists and Supplies)- Syracuse VA Medical Center

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • Q - Medical Services
Opps ID: NBD00159369994245189
Posted Date: Oct 3, 2022
Due Date: Oct 17, 2022
Solicitation No: 36C24222Q1250
Source: https://sam.gov/opp/f3044b0bbe...
Follow
Q510--Intraoperative Neuromonitoring Services (IONM) (Equipment, Technologists and Supplies)- Syracuse VA Medical Center
Active
Contract Opportunity
Notice ID
36C24222Q1250
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
242-NETWORK CONTRACT OFFICE 02 (36C242)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Oct 03, 2022 08:28 am EDT
  • Original Published Date: Oct 01, 2022 10:13 am EDT
  • Updated Response Date: Oct 17, 2022 04:00 pm EDT
  • Original Response Date: Oct 17, 2022 04:00 pm EDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Nov 16, 2022
  • Original Inactive Date: Nov 16, 2022
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Q510 - MEDICAL- NEUROLOGY
  • NAICS Code:
    • 621399 - Offices of All Other Miscellaneous Health Practitioners
  • Place of Performance:
    Department of Veterans Affairs Syracuse VA Medical Center , NY 13210
    USA
Description View Changes

THIS IS NOT A SOLICITATION. This is a Request for Information (RFI)/ Sources Sought Notice only and is issued in accordance with Federal Acquisition Regulation (FAR) 10 Market Research, in order to conduct market research. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. This RFI is issued solely for information and planning purposes and does not constitute a solicitation or a guarantee to issue a solicitation in the future. This RFI does not commit the Government to contract for any supply or service. All information submitted in response to this announcement is voluntary; the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. Not responding to this RFI does not preclude participation in any future solicitation, if issued. This announcement is based on the best information available at this time and is subject to future modification.



The North American Industry Classification System (NAICS) Code is 621399 Offices of All Other Miscellaneous Health Practitioners, Small Business Size Standard $9 Million.



Purpose and Objectives: The Contractor shall provide Electro Neurophysiologic Technologists, equipment, and supplies to perform as needed and case-by-case services to enable Syracuse VAMC to offer IONM options for patients under the direct medical care within the Operating Room. The Technologists will work under the Supervision of the VA Neurologist/ OR Physician. The IONM Contractor must be experienced and available to cover scheduled and emergency cases 24/7/365, within one 1.5 hours of notification for cases scheduled after hours, weekends and holidays. Routine cases must be scheduled by 1:00pm EST on the day immediately preceding the surgery or by 1:00pm EST on Friday if the case will be performed on Monday. Specialized cases require at least 72 hours notice and preferably one week.



Services are technical only and shall include intraoperative, preoperative, postoperative neurophysiologic monitoring services and evoked potential testing for neurosurgery patients. Intraoperative monitoring modalities needed include: SSEPS, TcMEP, S-EMG, T-EMG, spinal cord mapping including D-Waves, DNEPs, NMEPs, Cortical, motor, sensory, language mapping, white matter tract and brainstem nuclei mapping, brainstem auditory evoked responses, visual evoked potentials, cranial nerve monitoring, and intraoperative EEG. Specialized cases are procedures requiring advanced IONM techniques or advanced skills including the following: cortical SSEP mapping, direct cortical stimulation mapping of motor cortex, language mapping, brainstem nuclear mapping, cerebral white matter mapping, cases requiring measurement of lateral spread, brachial plexus cases and selective dorsal FboNotice rhizotomies.



Technologist Qualifications:



Board Certification: - The contractor shall provide Electro Neurophysiologic Technologists who perform on-site IONM services who is accredited through the American Board of Registered Electro Neurophysiologic Technologist (http://www.abret.org). This technical certification is intended for technologists who work under supervision by a Neurophysiologist or Neurologist. On-site providers shall be certified in Basic Life Support (BLS).



Technical Proficiency: The Contractor must be capable of providing real-time data; in addition, the Contractor will offer the most recent technology and hardware. The Contractor will work closely with the surgeons, nursing staff, schedulers, Clinical Engineering, and Sterilization and Processing Service. It is the responsibility of the Contractor to provide a surgical system that has the ability to function with the current power (electrical) supply. In the event of the absence of contractor s personnel for any reason, the contractor shall bear the responsibility of providing replacement personnel to provide the scheduled services without any additional cost to the government. All and any replacement personnel must meet the technical requirements prior to providing care to Syracuse VAMC patients.



The contractor shall provide Electro Neurophysiologic Technologists who perform on-site IONM services. Intraoperative monitoring modalities needed include: SSEPS, TcMEP, S-EMG, T-EMG, spinal cord mapping including D-Waves, DNEPs, NMEPs, Cortical, motor, sensory, language mapping, white matter tract and brainstem nuclei mapping, brainstem auditory evoked responses, visual evoked potentials, cranial nerve monitoring, and intraoperative EEG.



Electro Neurophysiologic Technologist shall be technically proficient in the skills necessary to fulfill the Government's requirements, including the ability to speak, understand, read and write English fluently.



The Electro Neurophysiologic Technologist will be responsible to test equipment prior to use and to make any adjustments in the equipment settings that are required.



The Electro Neurophysiologic Technologist will select predetermined electrode combinations as well as non-standard assortments as necessary.



The Electro Neurophysiologic Technologist will obtain standard recordings and report on-going status of patient's nervous system to the surgeon. The Electro Neurophysiologic Technologist must be capable of recognizing artifacts in the data, differentiate them from evoked potential patterns, and take appropriate steps to eliminate them. They will obtain patient medical information when requested and will translate test results from computer files to a hard copy report for VA Neurologist's interpretation. Contractor's personnel shall be capable of providing technical and professional direction during surgical procedure and notify the attending surgeon immediately in the event possible damage may occur to the patient.



Contractor shall provide specialty items compatible with their equipment, as needed on a case-by-case basis. Current specialty items include:



SPECIALTY ITEMS- AS NEEDED



Paired Needle Electrode 12mm, 2-Ch (CNX) Product #DM-8227410



Ball-Tip Probe, 90mm Product #PNG2.3-90



Ball-Tip Probe, 100mm Product #RLBTP100-25



Ball-Tip Probe, 160mm Product #PNG2.3/160



Ball-Tip Probe, 200mm Product #PNG2.3/200



Concentric Probe Product #3600-00



Monopolar Probe-Magstim Product #3602-00-TE



Monopolar Probe- Rhythmlink Product #RLMSP050-25



Pedicle Screw Ball Tip Probe 2.3mm tip Product #4008-00



Pedicle Screw Ball Tip Probe 3mm tip Product #3603-00-TE



XL Pedicle Screw Ball Tip Probe 3mm tip Product #4056-00



Prass Probe Stimulator Product #DM-8225101



Flush Tip Probe Product #PNT0.8-90



Bipolar Probe Product #PNB0.8x2-90



Double Hook Probe 90 deg Product #4009-00



Double Hook Probe 180 deg Product #302422-000



Triple Hook Probe 90 deg Product #4003-00



Triple Hook Probe 180 deg Product #302424-000



Bipolar Cortical Stimulator Probe Product #222-496100



Double Ball-Tip Probe Product #302431-000



4-Contact Platinum Strip Product #MS04R-IP10X-0JH



6-Contact Platinum Strip Product #MS06R-IP10X-0JH



8-Contact Platinum Strip Product #MS08R-IP10X-0JH



8-Contact (2x4) Stainless Steel Grid Product #2111-08-075



8-Contact (2x4) Platinum Grid, Pediatric Product #FG08C-MP03X-0JJ



20-Contact (4x5) Platinum Grid Product #FG20C-IP10X-0JF



Epidural Spinal Electrode 3-contact Product #CEDL-3PDINX-100



Clip-On Leadwire Product #302773-200



Multi Stage Clip Product #302775-200



NVM5 EMG ET Tube, 6mm ENT Kit Product #2010460



NVM5 EMG ET Tube, 7mm ENT Kit Product #2010470



NVM5 EMG ET Tube, 8mm ENT Kit Product #2010480



2-Channel dragonfly 6.0-7.0 Product #LSE500DCS



2-Channel dragonfly 8.0-9.5 Product #LSE500DCL



1-Channel dragonfly 2.0-5.0 Product #LSE600MSP



1-Channel dragonfly 6.0-7.0 Product #LSE500MS



1-Channel dragonfly 7.5-10.0 Product #LSE500M



APS Electrode Set, 3mm Product #DM-8228053



APS Electrode Set, 2mm Product #DM-8228052



ERG Jet Contact Lens Product #842-216700



Urethral Electrode Product #DUE2L528202



Single Platinum Needle Electrode 1.2m Product #F-E2-48



Place of Performance: Department of Veterans Affairs Syracuse VA Medical Center, 800 Irving Avenue, Syracuse, NY 13210.



Period of Performance: Anticipated: 06/01/2023 5/31/2028



Response: Please submit your response via email in accordance with the following instructions:



Responses shall be no more than 15 pages in length Emails are limited to 10mb per each. If sending multiple emails, label each email: RFI Number, email XX of XX Cover page with responses to the Specific Response Items listed in the section below.



Detail your firm's ability, capability, and responsibility to deliver the above referenced services for the period of time identified. Detail the manufacturer and model number of all equipment, and what supplies/disposables and specialty supplies would be required to operate the unit per procedure.



Include a statement of Contractor's experience providing Intraoperative Neuromonitoring Services to the Department of Veterans Affairs or other entity, to include:



VA Location/Name of Company



Contract Length



Estimated contract Value



Number of Hours/Weeks



Submit your response via email, with the RFI number in the subject line to: Danelle Wassink at Danelle.Wassink@va.gov Submit your response and any questions by 4:00 PM Eastern Time on October 17, 2022



Mark your responses as Proprietary Information if the information is considered business sensitive. No marketing materials are allowed as part of this RFI. The Government will not review any other information or attachments included in your submission that exceed the 15 page limitation.



Specific Response Items:



Company Name



Company Address



Company SAM UEI



NAICS Code(s) applicable to the equipment rental, technologist, and supplies for the Intraoperative Neuromonitoring Services



Point of Contact Name and Title



Point of Contact Phone



Point of Contact Email



Company Website



How long your company has been in business?



Company FSS/GSA Contract Number and NAICS Code, if applicable



Will your company be a joint venture with another company? What percentage of the work will be completed by your company?



Business Size/Type: Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), 8(a), Hub Zone Small Business, Women Owned Small Business (WOSB), Small Disadvantaged Business (SDB), Small Business, or Large Business.



All prospective Contractors are reminded that in accordance with FAR 4.11 they shall be registered in the System for Award Management (SAM) database and shall complete annual Representations and Certifications in SAM prior to any offer. SAM is located at http://www.sam.gov and consolidated the capabilities of CCR/FedReg, ORCA, and EPLS. There is no cost to use SAM.



FOR SDVOSB/VOSB ONLY: Please note that if responding as an SDVOSB or VOSB, your company must be registered and verified in the VA s Vendor Information Pages (VIP) database, which is available at: https://www.vip.vetbiz.gov/Default.aspx. Please include a copy of your VetBiz certification with your response. Determination by the Government not to compete this proposed contract action based on responses to this notice is solely within the discretion of the Government.



THIS IS NOT A SOLICITATION. This is a Request for Information (RFI)/ Sources Sought Notice only and is issued in accordance with Federal Acquisition Regulation (FAR) 10 Market Research, in order to conduct market research.


Attachments/Links
Contact Information
Contracting Office Address
  • 113 HOLLAND AVE
  • ALBANY , NY 12208
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >