Skip to content
Department of Health and Human Services

Notice of Intent to Sole Source- Land Survey Services for the Albuquerque Indian Health Center West Campus

Solicitation: SS_LANDSURVEY_AIHC_WEST
Notice ID: aaab9a749c294c6a93ef81efebdfadfd

Special Notice from INDIAN HEALTH SERVICE • HEALTH AND HUMAN SERVICES, DEPARTMENT OF. Place of performance: NM. Response deadline: Jan 23, 2025. Industry: NAICS 541370 • PSC R404.

Market snapshot

Awarded-market signal for NAICS 541370 (last 12 months), benchmarked to sector 54.

12-month awarded value
$778,082,805
Sector total $5,796,289,192,140 • Share 0.0%
Live
Median
$249,000,000
P10–P90
$2,600,000$249,000,000
Volatility
Volatile99%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($778,082,805)
Deal sizing
$249,000,000 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
Albuquerque, New Mexico • 87110 United States
State: NM
Contracting office
Albuquerque, NM • 87110 USA

Point of Contact

Name
Stephanie Begay
Email
stephanie.begay3@ihs.gov
Phone
5052566750

Agency & Office

Department
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Agency
INDIAN HEALTH SERVICE
Subagency
ALBUQUERQUE AREA INDIAN HEALTH SVC
Office
Not available
Contracting Office Address
Albuquerque, NM
87110 USA

More in NAICS 541370

Description

The Albuquerque Area Indian Health Service (AAIHS), Albuquerque Area Office (AAO), Office of Environmental Health and Engineering (OEHE), hereby submits a Notice of Intent to award a sole source, firm-fixed price, contract for professional surveyor/engineering services for the Albuquerque Indian Health Center (AIHC) West campus. This sole source contract will be awarded to RLF Consulting LLC, UEI: GAAYJ15MFDM3. 


RLF Consulting produced the survey components used in the Site Selection and Evaluation Report (SSER) completed in January 2025, including boundary information, preliminary topography, existing utility overlays, and aerial/UAS imagery. As a result, RLF already maintains:
• Established horizontal and vertical control for the site,
• Previously validated survey benchmarks,
• Prior aerial orthomosaic and terrain models,
• Documented survey methodologies tied to the site’s datum and geodetic network.
 Any new firm would be required to repeat the entire control establishment effort and replicate work that RLF has already completed—resulting in increased cost, duplication of effort, schedule delays, and potential data compatibility issues.Therefore, market research concludes that only one source is reasonably available that can meet the Government’s needs without significant and unnecessary duplication of work. Proceeding with RLF ensures continuity of technical data, minimizes costs, and protects the project’s aggressive design schedule. 


Period of Performance is for five months. 


The estimated total value is below the simplified acquisition threshold.

The sole source contracting action is pursuing a waiver from placing an order on a competitive basis pursuant to FAR 6.302-1, only one responsible source and no other supply or service will satsify agency requirements and is based on market research.

Responses to this notice must demonstrate clear and convincing evidence that competition would be advantageous to the Government, would not be cost or time prohibitive, and would not hinder the mission objective of the agency.


The determination not to compete the proposed action is solely within the discretion of the Government. Information received normally will be considered for the purpose of determining whether to conduct a competitive procurement. The Government will not be responsible for any costs incurred for responding to this notice.


This is not a request for quotes or proposals.


Questions or comments to this Notice of Sole Intent should be directed to the Contracting Officer, Stephanie Begay, via email Stephanie.Begay3@ihs.gov.

Files

Files size/type shown when available.

No downloadable attachments detected for this notice.

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.