NM IHS NAVAJO (1) Health Facilities Improvements
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 Department of Transportation, Federal Highway Administration is conducting market research for the NM IHS NAVAJO (1) Health Facilities Improvements project. This is a Sources Sought notice to identify qualified prime contractors, specifically small businesses, HUBZone, woman-owned, 8(a), or service-disabled veteran-owned small businesses, to determine if a set-aside is appropriate. The project involves significant rehabilitation and improvements to parking lots and pedestrian facilities across ten health facility sites within the Navajo Nation in Northeast New Mexico. Responses are due by March 26, 2026.
Scope of Work
The project focuses on rehabilitating and constructing new asphalt concrete pavement, concrete pavement, concrete sidewalks, and concrete curb and gutter. It also includes the construction of ADA/ABA compliant parking and ramps, and the installation of new regulatory signs. Work will be phased to minimize disruption to health facility operations, with the contractor limited to 2-3 sites concurrently. Key work items include:
- Removal of Pavement, Asphalt: 17,000 SQYD
- Removal of Pavement, Concrete: 600 SQYD
- Removal of Sidewalk, Concrete: 1,700 SQYD
- Removal of Curb and Curb and Gutter, Concrete: 3,000 LNFT
- Asphalt Concrete Pavement: 28,000 TON
- Asphalt Pavement Milling: 170,000 SQYD
- Minor Concrete Pavement: 4,500 SQYD
- Curb and Gutter: 7,000 LNFT
- Sidewalk, Concrete: 2,200 SQYD
- Public Information Program: 1 LPSM
Contract & Timeline
- Opportunity Type: Sources Sought
- Estimated Cost Range: $20,000,000 to $30,000,000
- Anticipated Advertisement: January 2027
- Anticipated Award: February 2027
- Anticipated Notice to Proceed (NTP): March 2027
- Anticipated Contract Completion: June 2029 (No onsite work Jan-Apr 2028 due to weather)
- Response Due: March 26, 2026, by 2:00 P.M. MDT
- Published: March 5, 2026
Eligibility & Submission Requirements
This is not a request for bids, and plans/specifications are not yet available. Interested prime contractors must submit the following via email to CFLAcquisitions@dot.gov (Attn: Kelly Palmer):
- A positive statement of intent to submit a bid as a Prime Contractor.
- A list of all confirmed socioeconomic categories (e.g., 8(a), HUBZone, WOSB, SDVOSB).
- A letter from a bonding agent confirming capability to bond for a single project of $30 million and aggregate bonding capacity.
- A list of medium-to-large construction projects of equal or greater value and scope, specifically involving high-value commercial parking lot reconstruction/rehabilitation in high-traffic, congested environments while maintaining uninterrupted public access. Indicate prime or subcontractor role. Do not send irrelevant project information.
Firms must be certified in SAM.gov. Refer to 13 CFR 121.103 and 121.108 regarding SBA affiliation and misrepresentation of size status.