Skip to content
Department of Health and Human Services

Crownpoint Medical Gas Upgrade Construction

Solicitation: 75H70126R00028
Notice ID: b5131dca0b1443b3a9b36bae566e41d0
TypeSources SoughtNAICS 238220PSCY1DADepartmentDepartment of Health and Human ServicesAgencyIndian Health ServiceStateNMPostedApr 09, 2026, 12:00 AM UTCDueApr 24, 2026, 07:00 PM UTCCloses in 15 days

Sources Sought from INDIAN HEALTH SERVICE • HEALTH AND HUMAN SERVICES, DEPARTMENT OF. Place of performance: NM. Response deadline: Apr 24, 2026. Industry: NAICS 238220 • PSC Y1DA.

Market snapshot

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

12-month awarded value
$110,242,725
Sector total $37,277,024,776 • Share 0.3%
Live
Median
$68,300
P10–P90
$14,460$492,367
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.3%
share
Momentum (last 3 vs prior 3 buckets)
+120%($41,287,329)
Deal sizing
$68,300 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
Crownpoint, New Mexico • 87313 United States
State: NM
Contracting office
Seattle, WA • 98121 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
NM20260031 (Rev 1)
Match signal: state matchOpen WD
Published Jan 30, 2026New Mexico • Cibola, Guadalupe, Harding +3
Rate
Carpenter Drywall Hanging Only
Base $24.08Fringe $10.79
Rate
CARPENTER Drywall Hanging Only
Base $29.09Fringe $16.20
+40 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 40 more rate previews.
Davis-BaconBest fitstate match
NM20260031 (Rev 1)
Open WD
Published Jan 30, 2026New Mexico • Cibola, Guadalupe, Harding +3
Rate
Carpenter Drywall Hanging Only
Base $24.08Fringe $10.79
Rate
CARPENTER Drywall Hanging Only
Base $29.09Fringe $16.20
Rate
ELECTRICIAN Zone 1
Base $40.30Fringe $13.41
+39 more occupation rates in this WD
Davis-Baconstate match
NM20260030 (Rev 1)
Open WD
Published Jan 30, 2026New Mexico • Union
Rate
CARPENTER Drywall Hanging Only
Base $24.08Fringe $10.79
Rate
ELECTRICIAN Zone 1
Base $40.30Fringe $13.41
Rate
Power Equipment Operator (2) Roller(Dirt and Grade Compaction)
Base $26.75Fringe $4.65
+38 more occupation rates in this WD
Davis-Baconstate match
NM20260015 (Rev 1)
Open WD
Published Jan 30, 2026New Mexico • Colfax
Rate
CARPENTER Drywall Hanging Only
Base $24.08Fringe $10.79
Rate
Power Equipment Operator (2) Roller(Dirt and Grade Compaction)
Base $26.75Fringe $4.65
Rate
Bobcat/Skid Loader
Base $27.70Fringe $4.65
+38 more occupation rates in this WD
Davis-Baconstate match
NM20260026 (Rev 1)
Open WD
Published Jan 30, 2026New Mexico • Rio Arriba
Rate
CARPENTER Drywall Hanging Only
Base $24.08Fringe $10.79
Rate
ELECTRICIAN Zone 1
Base $40.30Fringe $13.41
Rate
Power Equipment Operator (2) Roller(Dirt and Grade Compaction)
Base $26.75Fringe $4.65
+38 more occupation rates in this WD

Point of Contact

Name
Jong Kim
Email
jong.kim@ihs.gov
Phone
2066190638
Name
Andrew E. Hart
Email
andrew.hart@ihs.gov
Phone
2063754443

Agency & Office

Department
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Agency
INDIAN HEALTH SERVICE
Subagency
DIV OF ENGINEERING SVCS - SEATTLE
Office
Not available
Contracting Office Address
Seattle, WA
98121 USA

More in NAICS 238220

Description

75H70126R00028 Sources Sought:

Crownpoint Medical Gas Upgrade Construction in Crownpoint, NM.

The Indian Health Service (IHS) is conducting a SOURCES SOUGHT/REQUEST FOR INFORMATION as outlined in FAR 15.201(c)(3) to gain knowledge of interest, capabilities, and qualifications of firms especially small businesses including: Native American/Indian-Owned Businesses (Indian Economic Enterprise (IEE)), 8(a) Certified Small Businesses, Historically Underutilized Business Zones (HUB-Zone) Small Businesses, Women Owned Small Businesses, Service Disabled Veteran-Owned Small Businesses (SDVOSB), Small Disadvantaged Businesses (SDB), and Veteran Owned Small Businesses.

NO PROPOSALS ARE BEING REQUESTED OR ACCEPTED WITH THIS RFI. THIS IS NOT A SOLICITATION FOR PROPOSALS. Respondents will NOT be notified of the results of this notice. No reimbursement will be made for any costs associated with providing information in response to this notice or any follow-up information requested.

Market Research is being performed pursuant to Federal Acquisition Regulation (FAR) Part 10 to identify businesses capable of performing the functions described herein.

SUMMARY OF SCOPE

This project is to construct the MEDGAS system at the Crownpoint Hospital from the revised construction design completed in 2024.  The complete medical code update report will be provided at the issuance of RFP.

The anticipated project magnitude is between $500,000 and $1,000,000.

The type of work to be performed will be categorized under PSC code Y1DA, Construction of Hospitals and Infirmaries and NAICS code 238220, Plumbing, Heating, and Air-Conditioning Contractors with a size standard of $19M.

RESPONSES - SUBMITTAL

Responses to this notice must be emailed to the Contract Specialist, Jong Kim at jong.kim@ihs.gov and must be received no later than 12:00 PM Pacific Time, April 24, 2026. In the absence of the Contract Specialist, responses may be submitted to the Contracting Officer, Andrew Hart, at andrew.hart@ihs.gov.

Responses must include:

  1. Company Information: Company name, website, physical address, SAM UEI code
  2. Point of Contact: Contact name, phone number, and E-mail address
  3. If a solicitation is issued, will your firm/company be submitting a proposal? Indicate Yes or No
  4. Type of Business: Native American-owned (IEE/ISBEE), SBA certified 8(a), SBA Certified HUB Zone, Service Disabled Veteran-Owned Small Businesses (SDVOSB), Women Owned Small Business (WOSB), and/or Small Businesses (SB). For more information on the definitions or requirements for these small business programs, refer to http://www.sba.gov.
    1. Native American-owned (IEE/ISBEE) firms - Submit completed Attachment 1: IHS IEE Representation Form (Jan 2022) along with the controlling enterprise’s Department of the Interior, Bureau of Indian Affairs Certificate of Degree of Indian Blood documentation. Please note that there shall be no personally identifiable information (PII), such as social security numbers, included in the documentation submitted. Any PII shall be redacted prior to submission.
  5. Bond Capacity: Information on the firm's bonding capability - specifically identify single and aggregate bonding capacities.
  6. Experience Submission Requirements: Submit at least two (2) but no more than five (5) projects completed by your firm within the last six (6) years that are similar to the work that will be required under this project. Firms shall include the following information for each project:
    1. Indicate whether Prime Contractor or Subcontractor for each project submitted;
    2. Dates of construction for each project submitted;
    3. Contract value, location, completion date, and complexity of job for each project submitted;
    4. Indicate whether the project is a federal, state, tribal or other for each project submitted; and
    5. Project references/Agency point of contact (telephone number and email address) for each project submitted.
    6. If the entity responding to this sources sought is submitting experience information from any entity that does not match the name, CAGE code, and/or UEI exactly as stated on the submitting entity’s SAM record (e.g. affiliates, subsidiaries, parent companies, sister companies, etc.) the submission shall clearly demonstrate how that entity will have meaningful involvement in the performance of the contract and specifically address which resources would be committed to the contract. Failure to comply with this requirement or failure to adequately demonstrate meaningful involvement and commitment of resources on behalf of that entity may result in that experience information to be considered not relevant.
    7. Along with the project experience submission, the following questions shall be answered in your firms’ submission:
      1. How is your company structured to handle quality control of the various disciplines of a construction project? (i.e., what position(s) (full-time/part-time) are employed under your company to perform QC?)
      2. Does your company primarily handle the construction activities related to construction management by the prime contractor and if so, what are those activities? 
      3. Does your company self-perform any of the construction disciplines, if so, what are those disciplines?  What disciplines does your company anticipate self-performing for this specific project?

ADDITIONAL INFORMATION:

Pursuant to 48 CFR Part 326, Subpart 326.603-3 and IHM 5.5-6, Indian Health Service must use the negotiation authority of the Buy Indian Act, 25 U.S.C. 47, to give preference to Indian Economic Enterprises (IEE) whenever the use of that authority is authorized and practicable. The Government is seeking to identify Indian Small Business Economic Enterprises (ISBEEs) capable of performing the below Indian Health Services (IHS) requirement. Any firm responding to this notice should submit their capability statement as well as the Buy Indian Act Indian Economic Enterprise Representation Form (attached).

Indian Small Business Economic Enterprises (ISBEEs) as well as other small business are highly encouraged to respond to this notice. However, firms should understand that generic capability statements are not sufficient for effective evaluation of their capacity and capability to perform the work required. Please note that a decision not to submit a response to this request for information will not preclude a firm from participating in any future solicitation.

All information received in response to this source sought that is marked proprietary will be handled accordingly. Documents and/or information other than what is requested will not be reviewed.  Information submitted beyond what is requested will not be considered.

QUESTIONS:

Questions regarding this sources sought may be emailed to Jong Kim at jong.kim@ihs.gov.

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.