Santa Fe and Taos-Picuris IHC Lab and Rx Casework 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 Indian Health Service (IHS) is conducting a Sources Sought/Request for Information (RFI) for Santa Fe and Taos-Picuris IHC Lab and Rx Casework Improvements in Santa Fe, NM, and Taos, NM. This market research aims to identify qualified firms, particularly Indian Economic Enterprises (IEE) and other small businesses, capable of performing the required construction work. Responses are due by May 14, 2026, at 12:00 PM Pacific Time.
Scope of Work
This project involves the repair, replacement, and reconfiguration of deteriorated casework, flooring, plumbing, and associated systems at the Santa Fe and Taos-Picuris laboratories and pharmacies. The objective is to restore safe, cleanable, and code-compliant conditions, supporting continued accreditation, equipment operation, and safe healthcare delivery within existing facility footprints.
Contract & Timeline
- Type: Sources Sought / Request for Information (RFI)
- Anticipated Magnitude: Between $500,000 and $1,000,000
- NAICS Code: 236220 (Commercial and Institutional Building Construction) with a $45M size standard
- PSC Code: Y1DA (Construction of Hospitals and Infirmaries)
- Response Due: May 14, 2026, 12:00 PM PT
- Published: April 28, 2026
Set-Aside & Preference
This is not a solicitation, but IHS is performing market research to identify firms, especially small businesses including Native American/Indian-Owned Businesses (Indian Economic Enterprise (IEE)), 8(a), HUB-Zone, Women Owned, Service Disabled Veteran-Owned, Small Disadvantaged, and Veteran Owned Small Businesses. Pursuant to the Buy Indian Act (25 U.S.C. 47), IHS must give preference to IEEs when authorized and practicable. Indian Small Business Economic Enterprises (ISBEEs) are highly encouraged to respond.
Submission Requirements
Interested firms must email responses to Jong Kim (jong.kim@ihs.gov) by the deadline. Submissions must include:
- Company Information (name, website, physical address, SAM UEI code)
- Point of Contact (name, phone, email)
- Indication of whether the firm would submit a proposal if a solicitation is issued (Yes/No)
- Type of Business (e.g., IEE/ISBEE, 8(a), HUB Zone, SDVOSB, WOSB, SB). IEE/ISBEE firms must submit Attachment 1: IHS IEE Representation Form (Jan 2022) and redacted BIA Certificate of Degree of Indian Blood documentation.
- Bond Capacity (single and aggregate)
- Experience Submission: At least two (2) but no more than five (5) similar projects completed within the last six (6) years. For each project, include prime/sub status, construction dates, contract value, location, completion date, complexity, project type (federal, state, tribal, other), and project references. If using affiliate experience, clearly demonstrate meaningful involvement.
- Answers to questions regarding quality control structure, construction management activities, and self-performing disciplines.
Additional Notes
This is for market research only; no proposals are being requested or accepted. This notice does not constitute a solicitation. No reimbursement will be made for response costs. Generic capability statements are insufficient. Not responding will not preclude participation in any future solicitation. Proprietary information will be handled accordingly. Questions should be directed to Jong Kim at jong.kim@ihs.gov.