Notice of Intent to Sole Source- Land Survey Services for the Albuquerque Indian Health Center West Campus
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.
The Albuquerque Area Indian Health Service (AAIHS), Albuquerque Area Office (AAO), Office of Environmental Health and Engineering (OEHE), hereby submits a Notice of Intent to award a sole source, firm-fixed price, contract for professional surveyor/engineering services for the Albuquerque Indian Health Center (AIHC) West campus. This sole source contract will be awarded to RLF Consulting LLC, UEI: GAAYJ15MFDM3.
RLF Consulting produced the survey components used in the Site Selection and Evaluation Report (SSER) completed in January 2025, including boundary information, preliminary topography, existing utility overlays, and aerial/UAS imagery. As a result, RLF already maintains:
• Established horizontal and vertical control for the site,
• Previously validated survey benchmarks,
• Prior aerial orthomosaic and terrain models,
• Documented survey methodologies tied to the site’s datum and geodetic network.
Any new firm would be required to repeat the entire control establishment effort and replicate work that RLF has already completed—resulting in increased cost, duplication of effort, schedule delays, and potential data compatibility issues.Therefore, market research concludes that only one source is reasonably available that can meet the Government’s needs without significant and unnecessary duplication of work. Proceeding with RLF ensures continuity of technical data, minimizes costs, and protects the project’s aggressive design schedule.
Period of Performance is for five months.
The estimated total value is below the simplified acquisition threshold.
The sole source contracting action is pursuing a waiver from placing an order on a competitive basis pursuant to FAR 6.302-1, only one responsible source and no other supply or service will satsify agency requirements and is based on market research.
Responses to this notice must demonstrate clear and convincing evidence that competition would be advantageous to the Government, would not be cost or time prohibitive, and would not hinder the mission objective of the agency.
The determination not to compete the proposed action is solely within the discretion of the Government. Information received normally will be considered for the purpose of determining whether to conduct a competitive procurement. The Government will not be responsible for any costs incurred for responding to this notice.
This is not a request for quotes or proposals.
Questions or comments to this Notice of Sole Intent should be directed to the Contracting Officer, Stephanie Begay, via email Stephanie.Begay3@ihs.gov.