Asbestos Removal GIMC
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 Indian Health Service (IHS), specifically the Navajo Area Indian Health Service, is soliciting proposals for Asbestos Removal Services at the Gallup Indian Medical Center (GIMC) in Gallup, New Mexico. This is a Total Small Business Set-Aside opportunity. The work involves the abatement of asbestos-containing floor tiles and black mastic in specific areas of Building #2000. Proposals are due February 11, 2026, at 10:00 a.m. MST.
Scope of Work
This solicitation requires the removal and replacement of existing asbestos-containing floor tiles and black mastic adhesive from 9"x9" and 12"x12" tiles. The work will be performed in Building #2000, specifically Operating Room #5 (2585) on the 2nd floor (approximately 307.31 sq. ft.) and the OR Sterilizer Room (4S71) in the Pediatrics Department on the 4th floor (approximately 50 sq. ft.). Key tasks include:
- Complete assessment and field verification of asbestos-containing materials (ACM).
- Cleaning of concrete decking to prepare for new flooring.
- Provision of a competent supervisor and trained crew.
- Disposal of all asbestos debris at a certified landfill.
- Setting up a regulated work area with air ducts sealed and HEPA filtration, using hand tools and wet methods for removal with appropriate PPE.
- Creation of a decontamination unit and temporary shower.
- Post-cleanup air quality testing and reporting.
- Coordination with GIMC Facility Maintenance and DOHSM. The scope is clarified to not include cove base replacement or additional testing beyond what is referenced in the Statement of Work.
Contract & Timeline
- Opportunity Type: Solicitation
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: F108 (Hazardous Substance Removal, Cleanup, And Disposal Services And Operational Support)
- NAICS Code: 562910, Size Standard: $25 Million
- Period of Performance: March 2, 2026 - May 1, 2026
- Proposal Due Date: February 11, 2026, at 10:00 a.m. MST
- Published Date: February 5, 2026
Evaluation
Award will be based on Technical Capabilities (evaluated as acceptable or unacceptable) and Lowest Price Technically Acceptable (LPTA). Bidders must complete blocks 12, 17, 23, 24, and 30 of the solicitation.
Additional Notes
A testing report from FiberQuant Analytical Services (dated 5/6/25) confirms asbestos presence. Photos and drawings (Bldg 2000 - 2nd Floor OR-5, Bldg 2000 - 4th Floor Sterilizer Flood) have been provided. A site visit will not be permitted as all necessary information is considered sufficient. Abatement activities are intended for standard day shift hours, but non-patient hours may be permitted to avoid disrupting surgical operations. Invoices are to be submitted electronically via www.ipp.gov.