Automatic Transfer Switch Replacement - Life Safety and Critical
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), Shiprock Service Unit, is issuing a Sources Sought Notice to identify capable firms for the removal and replacement of Automatic Transfer Switches (ATS) supporting life safety and critical electrical systems at Shiprock, NM. This market research primarily targets Indian-owned, economic enterprises (IEE) or small (ISBEE), followed by other set-aside programs. Responses are due by April 06, 2026, 4:30 p.m. MST.
Scope of Work
The requirement involves the removal and replacement of ATS units that provide continuous electrical power to the hospital during outages. The scope includes:
- Installation of new cable conduits.
- Wire controls.
- Software/data integration.
- Testing and commissioning to verify operation and code compliance.
- Provision of a temporary ATS by the contractor during the project phase.
Contract & Timeline
- Type: Sources Sought / Market Research (This is NOT a solicitation).
- NAICS Code: 238210 - Electrical Contractors and other Wiring Installation Contractors (Small Business Size Standard: $19M).
- Set-Aside: Primarily Indian Small Business Economic Enterprise (ISBEE) and Indian-owned Economic Enterprises (IEE) under the Buy Indian Act, then other Small Business Act set-asides.
- Response Due: April 06, 2026, 4:30 p.m. MST.
- Published: March 23, 2026.
- Place of Performance: Shiprock, NM.
Submission Requirements
Interested parties should submit a response to Karen James at karen.james@ihs.gov with the subject line "SSN – SS-SRSU-26-0020". Submissions must include:
- Company Profile: UEI, Name and Address, Primary POC, business size and type of ownership, socio-economic status (e.g., 8(a), WOSB/EDWOSB, SDVOSB, HUBZone), identification of Native American ownership, and SAM.gov representations/certifications.
- Capability Statement: A brief statement demonstrating the company's ability to perform the described services, including current/past performance for similar requirements or established contracts (e.g., GSA, VA Schedule).
- IHS IEE Representation Form: Indian-owned Small Business Economic Enterprises (ISBEEs) and Indian-owned Economic Enterprises (IEEs) must submit a completed IHS IEE Representation Form (attached document) in accordance with HHSAR 326.606-1(b). This form is critical for self-certifying eligibility under the Buy Indian Act.
Purpose & Evaluation
Information collected will be used for market research to determine the contracting office's acquisition strategy, including competition, set-asides, and identifying Indian-owned economic enterprises. The government assumes no financial responsibility for costs incurred in response to this notice. Offerors must be registered in SAM.gov at the time of offer and award.
Contact Information
Primary Point of Contact: Karen James (karen.james@ihs.gov, 505-722-1212).