Crownpoint Medical Gas Upgrade Construction
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) is conducting a Sources Sought/Request for Information (RFI) to identify qualified firms for the Crownpoint Medical Gas Upgrade Construction project in Crownpoint, NM. This market research aims to gather information on the capabilities of businesses, particularly Indian Economic Enterprises (IEE) and Indian Small Business Economic Enterprises (ISBEEs), as well as other small businesses. The anticipated project magnitude is between $500,000 and $1,000,000. Responses are due by April 24, 2026.
Scope of Work
This project involves the construction of a new Medical Gas (MEDGAS) system at the Crownpoint Hospital, based on a revised construction design completed in 2024. The complete medical code update report will be provided upon the issuance of a Request for Proposal (RFP).
Contract & Timeline
- Type: Sources Sought / Request for Information (RFI)
- Anticipated Magnitude: $500,000 - $1,000,000
- PSC Code: Y1DA (Construction of Hospitals and Infirmaries)
- NAICS Code: 238220 (Plumbing, Heating, and Air-Conditioning Contractors) with a $19M size standard
- Response Due: April 24, 2026, 12:00 PM Pacific Time
- Published: April 9, 2026
Set-Aside & Special Considerations
This is market research to identify firms, with a strong emphasis on Indian Economic Enterprises (IEE) and Indian Small Business Economic Enterprises (ISBEEs), pursuant to the Buy Indian Act. Other small businesses, including 8(a), HUB-Zone, Women-Owned, Service-Disabled Veteran-Owned, Small Disadvantaged, and Veteran-Owned Small Businesses, are also encouraged to respond.
Response Requirements
Interested firms must submit the following via email to Jong Kim (jong.kim@ihs.gov):
- Company Information (name, website, address, SAM UEI code)
- Point of Contact (name, phone, email)
- Indication of intent to submit a proposal if a solicitation is issued (Yes/No)
- Type of Business (e.g., IEE/ISBEE, 8(a), HUB-Zone, SDVOSB, WOSB, SB). Native American-owned (IEE/ISBEE) firms must submit the attached IHS IEE Representation Form (Jan 2022) and redacted BIA Certificate of Degree of Indian Blood documentation.
- Bond Capacity (single and aggregate)
- Experience Submission: 2-5 similar projects completed within the last six years, detailing prime/subcontractor role, construction dates, contract value, location, complexity, and project references. Firms must also answer questions regarding quality control structure, construction management activities, and self-perform capabilities.
Additional Notes
This is not a solicitation for proposals, and no reimbursement will be made for response costs. Information received will be used for market research to determine potential small business participation. Generic capability statements are insufficient for effective evaluation. Proprietary information will be handled accordingly.