NM IHS NAVAJO (1) Health Facilities Improvements
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of Transportation (DOT), through the Federal Highway Administration (FHWA), is issuing a Sources Sought notice to identify qualified small businesses for the NM IHS NAVAJO (1) Health Facilities Improvements project. This market research aims to determine if there is sufficient interest from small businesses, HUBZone, Woman-Owned, 8(a), or Service-Disabled Veteran-Owned Small Businesses to allow for a set-aside. The project involves significant parking lot and pedestrian facility rehabilitation across ten sites in the Navajo Nation, Northeast New Mexico. Responses are due by April 15, 2026, at 2:00 P.M. MDT.
Scope of Work
The project encompasses rehabilitation and improvements to existing parking lots and pedestrian facilities at ten discrete health facility sites within the Navajo Nation. Key tasks include:
- Rehabilitation and/or construction of asphalt concrete pavement, concrete pavement, concrete sidewalks, and concrete curb and gutter.
- Construction of ADA/ABA compliant parking and ramps.
- Installation of new regulatory signs.
- Close coordination with health facilities to phase construction, minimizing impacts to operations.
- Contractor will be limited to working on 2-3 sites concurrently, completing active sites before moving to subsequent locations.
Principal Work Items include:
- Removal of Pavement (Asphalt: 17,000 SQYD, Concrete: 600 SQYD)
- Removal of Sidewalk (Concrete: 1,700 SQYD)
- Removal of Curb and Curb and Gutter (Concrete: 3,000 LNFT)
- Asphalt Concrete Pavement (28,000 TON)
- Asphalt Pavement Milling (170,000 SQYD)
- Minor Concrete Pavement (4,500 SQYD)
- Curb and Gutter (7,000 LNFT)
- Sidewalk (Concrete: 2,200 SQYD)
- Public Information Program (1 LPSM)
Contract & Timeline
- Estimated Cost Range: $20,000,000 to $30,000,000
- Anticipated Advertisement: January 2027
- Anticipated Award: February 2027
- Anticipated Notice to Proceed (NTP): March 2027
- Anticipated Contract Completion: June 2029
- No onsite work is anticipated between January and April 2028 due to weather.
Eligibility & Submission Requirements
This is a Sources Sought to determine interest for a potential set-aside for small businesses, HUBZone small businesses, woman-owned small business concerns, 8(a) small businesses, or service-disabled veteran-owned small businesses. Interested prime contractors must submit the following via email to CFLAcquisitions@dot.gov (Attn: Kelly Palmer) by April 15, 2026, 2:00 P.M. MDT:
- Positive statement of intent to submit a bid as a Prime Contractor.
- List of all confirmed socioeconomic categories (e.g., 8(a), HUBZone, WOSB, SDVOSB).
- Letter from a bonding agent stating firm's capability to bond for a single project of $30 million and aggregate bonding capacity.
- List of medium-to-large construction projects of equal or greater value and scope, specifically demonstrating high-value commercial parking lot reconstruction/rehabilitation in high-traffic, congested environments while maintaining uninterrupted public access. State prime or subcontractor role.
Additional Notes
This is not a request for bid, and plans/specifications are not yet available. All firms must be certified in the System for Award Management (SAM).