Skip to content
Department of Health and Human Services

SRSU - Water System Installation and Upgrade

Solicitation: SS-SRSU-26-0008
Notice ID: 62d06b4fd9f6451abd5ccfe6a0ccab39
TypeSources SoughtNAICS 238220DepartmentDepartment of Health and Human ServicesAgencyIndian Health ServiceStateNMPostedFeb 14, 2026, 12:00 AM UTCDueFeb 20, 2025, 05:00 PM UTCExpired

Sources Sought from INDIAN HEALTH SERVICE • HEALTH AND HUMAN SERVICES, DEPARTMENT OF. Place of performance: NM. Response deadline: Feb 20, 2025. Industry: NAICS 238220.

Market snapshot

Awarded-market signal for NAICS 238220 (last 12 months), benchmarked to sector 23.

12-month awarded value
$78,194,565
Sector total $33,071,130,462 • Share 0.2%
Live
Median
$127,594
P10–P90
$4,055$6,099,600
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.2%
share
Momentum (last 3 vs prior 3 buckets)
+220186%($78,123,603)
Deal sizing
$127,594 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for NM
Live POP
Place of performance
Shiprock, New Mexico • 87420 United States
State: NM
Contracting office
Window Rock, AZ • 86515 USA

Point of Contact

Name
Michelle James
Email
michelle.james@ihs.gov
Phone
Not available

Agency & Office

Department
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Agency
INDIAN HEALTH SERVICE
Subagency
NAVAJO AREA INDIAN HEALTH SVC
Office
Not available
Contracting Office Address
Window Rock, AZ
86515 USA

More in NAICS 238220

Description

The Indian Health Service, Northern Navajo Medical Center, is issuing this sources-sought synopsis as a means of conducting market research (FAR 10.001) in identifying prospective sources to fill a government requirement for furnishing and installing healthcare process quality systems to support Sterile Processing Department and Decontamination Room operations. The requirement supports compliance with ANSI/AAMI Standard 108:2023 for water used in medical device processing and is intended to increase endoscope processing capacity from five (5) to sixteen (16) endoscopes per day. The requirement includes installation and upgrade of water softening, reverse osmosis, nano-filtration, ultraviolet disinfection, storage tanks, pumps, and associated piping and controls. Systems must provide both utility water and critical water, including final rinse critical water for existing washer equipment and contingency operations.

The applicable North American Industry Classification System (NAICS) code assigned to this requirement is 238220 Plumbing, Heating, and Air Conditioning Contractors with a small business size standard of $19.0 million.

THIS IS NOT A SOLICITATION. Information collected from this notice is purely for market research only and will be used to determine the contracting office’s acquisition strategy including competition, set asides, and locating Indian-owned economic enterprises.  Submission of any information in response to this market survey is purely voluntary.  The government assumes no financial responsibility for any costs incurred in response to this request for information. 

In accordance with FAR 4.1102(a), offerors and quoters are required to be registered in System for Award Management at SAM.gov, at the time an offer or quotation is submitted in order to comply with the annual representations and certifications requirements.

Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this notice by February 17, 2026, at 10:00 am MST to Michelle James at michelle.james@ihs.gov with the subject lineSSN - Water System Installation and Upgrade, SS-SRSU-26-0008." Your submission must include the following information, at a minimum:

  1. Company Profile that includes:  UEI, Name and Address, Primary POC information, business size and type of ownership, socio-economic status/participation such as 8(a), WOSB/EDWOSB, SDVOSB and HUBZone, identification of Native American ownership (if applicable), SAM.gov representations and certifications, and other related documentation.
  2. A brief statement of the company’s capability that relates to the described government requirement.  Additional demonstration of capability may include current and past performance history for the same or similar requirement, established contracts such as GSA or VA Schedule, etc.
  3. If claiming Indian-owned Small Business Economic Enterprise (ISBEE) or Indian-owned Economic Enterprise (IEE), submit completed IHS IEE Representation Form (attached).

Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.