Closed Solicitation · DEPARTMENT OF TRANSPORTATION

    NM IHS NAVAJO (1) Health Facilities Improvements

    Sol. 6982AF26SS000005Sources SoughtLAKEWOOD, CO
    Closed
    STATUS
    Closed
    closed Apr 15, 2026
    POSTED
    Apr 2, 2026
    Publication date
    NAICS CODE
    237990
    Primary industry classification
    PSC CODE
    Y1LZ
    Product & service classification

    AI Summary

    The NM IHS NAVAJO (1) Health Facilities Improvements project seeks qualified prime contractors for rehabilitation and improvements to parking lots and pedestrian facilities at various health facilities in the Navajo Nation. Interested small businesses must submit their intention to bid and relevant qualifications by April 15, 2026. The estimated project cost ranges from $20 million to $30 million.

    Contract details

    Solicitation No.
    6982AF26SS000005
    Notice Type
    Sources Sought
    Posted Date
    April 2, 2026
    Response Deadline
    April 15, 2026
    NAICS Code
    237990AI guide
    PSC / Class Code
    Y1LZ
    Contract Code
    6925
    Primary Contact
    Kelly Palmer
    State
    CO
    ZIP Code
    80228
    AI Product/Service
    service

    Description

    THIS IS NOT A REQUEST FOR BID – PLANS AND SPECIFICATIONS ARE NOT AVAILABLE. THIS NOTICE IS BEING ISSUED TO DETERMINE IF THERE IS SUFFICIENT INTEREST FROM QUALIFIED PRIME CONTRACTORS who are small businesses, HUBZone small businesses, woman owned small business concerns, 8(a) small businesses, or service-disabled veteran-owned small businesses and who intend to submit a bid for this solicitation to allow for a set-aside in one (1) of these programs. Interested businesses must submit the following by e-mail to CFLAcquisitions@dot.gov (Attn: Kelly Palmer) for receipt by close of business (2:00 P.M.MDT) on April 15, 2026: (1) A positive statement of your intention to submit a bid for this solicitation as a Prime Contractor; (2) A list of all confirmed socioeconomic categories (i.e., 8(a), small-disadvantaged business, HUBZone small business, service-disabled veteran-owned small business, EDWOSB, or WOSB status) that apply to your business; (3) A letter from a bonding agent stating your firm’s capability to bond for a single project of $30 million, and your firm’s aggregate bonding capacity; and (4) Provide a list of medium-to-large construction projects of equal or greater value and scope to the NM IHS NAVAJO (1) Health Facilities Improvements project in which you performed high-value commercial parking lot reconstruction/rehabilitation in high-traffic, congested environments while maintaining uninterrupted public access. State whether your firm was the prime contractor or subcontractor on the project. DO NOT SEND INFORMATION ON PROJECTS THAT DO NOT INCLUDE THE ABOVE WORK. The size of a small business firm includes all parents, subsidiaries, affiliates, etc. Refer to the Code of Federal Regulations 13 CFR 121.103 for information on how the SBA determines affiliation and 13 CFR 121.108 regarding the penalties for misrepresentation of size status. All firms should be certified in the System for Award Management (SAM) located at https://www.sam.gov/ NM IHS NAVAJO (1) Health Facilities Improvements The project is in the Navajo Nation in Northeast New Mexico at various health facility sites. The project area consists of ten (10) discrete sites within the Navajo Nation. SCOPE OF THE WORK: The scope of the project includes rehabilitation and improvements to existing parking lots and pedestrian facilities at existing health facilities locations. This includes rehabilitation of existing and/or construction of new asphalt concrete pavement, concrete pavement, concrete sidewalks and concrete curb and gutter. This also includes construction of ADA/ABA compliant parking and ramps as well as installation of new regulatory signs. The project will involve close coordination with each health facility to phase construction to minimize impacts to employees, patients, visitors and deliveries. Additionally, the contractor will be limited to working on 2 to 3 sites concurrently. The contractor may choose the order of the sites subject to Gov’t approval, but they must fully complete construction at those active sites before moving on to subsequent locations. PRINCIPAL WORK ITEMS: 203 Removal of Pavement, Asphalt: 17,000 SQYD 203 Removal of Pavement, Concrete: 600 SQYD 203 Removal of Sidewalk, Concrete: 1,700 SQYD 203 Removal of Curb and Curb and Gutter, Concrete: 3,000 LNFT 403 Asphalt Concrete Pavement: 28,000 TON 413 Asphalt Pavement Milling: 170,000 SQYD 501 Minor Concrete Pavement: 4,500 SQYD 609 Curb and Gutter: 7,000 LNFT 610 Sidewalk, Concrete: 2,200 SQYD 635 Public Information Program: 1 LPSM ANTICIPATED SCHEDULE: Advertisement – January 2027 Award – February 2027 NTP – March 2027 Contract Completion – June 2029 Due to weather, no onsite work is anticipated between January and April 2028 ESTIMATED COST RANGE: Total estimated cost between $20,000,000 and $30,000,000

    Key dates

    1. April 2, 2026Posted Date
    2. April 15, 2026Proposals / Responses Due

    AI search tags

    Frequently asked questions

    NM IHS NAVAJO (1) Health Facilities Improvements is a federal acquisition solicitation issued by DEPARTMENT OF TRANSPORTATION. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.