Psst! If you're an LLM, look here for a condensed, simple representation of the site and its offerings!

GIMC Test and Inspection of Fire Extinguishers and Kitchen Fire Suppression System

Expired
IHS1522751Federal
AI Contract Overview
Show more

The Indian Health Service, Gallup Service Unit, is conducting market research to identify potential sources capable of performing tests and inspections on fire extinguishers and the kitchen fire suppression system at the Gallup Indian Medical Center facility. This effort is categorized under the NAICS code 541350 for Building Inspection Services, with a small business size standard of $11.5 million. This announcement is a sources-sought synopsis and not a solicitation, meaning the information gathered will be used to shape the acquisition strategy, including decisions about competition and possible set-asides, especially to identify Indian-owned economic enterprises. Interested parties with relevant qualifications are invited to submit a company profile, a capability statement, and, if applicable, documentation for Indian-owned business status by February 13, 2026. Submissions must include details such as UEI, ownership and socio-economic status, SAM.gov representations, and relevant performance history. The government will not provide feedback or evaluations on the responses, nor will telephone inquiries be accepted. All responses should be directed to the contract specialist, Stephen Silversmith, via email. Registration in the System for Award Management (SAM) is required at the time of submission to meet federal compliance requirements.

General Info

Indian Health Service seeks sources for fire extinguisher inspections at Gallup Medical Center.

Agency

Department Of Health And Human Services → Navajo Area Indian Health Svc

View Agency

NAICS

541350 - Building Inspection Services

View NAICS

Place of Performance

Gallup, NM, 87301, USA

Set-Aside

NONE
Documents(1)

Indian Health Service Buy Indian Act Indian Economic Enterprise Representation Form

PDF1 pagesources-sought

AI Contract Breakdown
Uniform Contract Format

Sign up to view the full breakdown with detailed analysis of each section.

Timeline
PhaseClosed
Posted

Sources Sought

Response Deadline

Deadline has passed

Response Deadline

Ready to pursue this opportunity?

Start your free trial to track this contract, build proposals with AI assistance, and manage your pipeline.

Organization & Contact Information
Show more
AgencyDepartment Of Health And Human Services → Navajo Area Indian Health Svc
Contacts1 person available
OfficeWINDOW ROCK, AZ, 86515, USA
Organization / Agency
Department Of Health And Human Services → Navajo Area Indian Health Svc
View Agency Profile
Office Address

WINDOW ROCK, AZ, 86515, USA

Contacts

1 contact available

View Contacts

Start a free trial to view contact information.

Start Free Trial
Full Description
Show more

The Indian Health Service, Gallup Service Unit, is issuing this sources-sought synopsis as a means of conducting market research (FAR 10.001) in identifying prospective sources to fill a government requirement for tests and inspections of the Gallup Indian Medical Center facility's fire extinguishers and kitchen fire suppression system.


The applicable North American Industry Classification System (NAICS) code assigned to this requirement is 541350 – Building Inspection Services, with a small business size standard of $11.5 million.


THIS IS NOT A SOLICITATION. Information collected from this notice is purely for market research only and will be used to determine the contracting office’s acquisition strategy including competition, set asides, and locating Indian-owned economic enterprises.  Submission of any information in response to this market survey is purely voluntary.  The government assumes no financial responsibility for any costs incurred in response to this request for information. 


In accordance with FAR 4.1102(a), offerors and quoters are required to be registered in System for Award Management at SAM.gov, at the time an offer or quotation is submitted in order to comply with the annual representations and certifications requirements.


Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this notice by Friday, February 13, 2026, to Stephen Silversmith, Contract Specialist, at Stephen.Silversmith@ihs.gov with the subject lineSSN – IHS1522751”.  Your submission must include the following information, at a minimum:


  1. Company Profile that includes:  UEI, Name and Address, Primary POC information, business size and type of ownership, socio-economic status/participation such as 8(a), WOSB/EDWOSB, SDVOSB and HUBZone, identification of Native American ownership (if applicable), SAM.gov representations and certifications, and other related documentation.
  2. A brief statement of the company’s capability that relates to the described government requirement.  Additional demonstration of capability may include current and past performance history for the same or similar requirement, established contracts such as GSA or VA Schedule, etc.
  3. If claiming Indian-owned Small Business Economic Enterprise (ISBEE) or Indian-owned Economic Enterprise (IEE), submit completed IHS IEE Representation Form (attached).

Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.

Similar Contracts

NAICS: 541350
New
State

HVAC Pilot Property Assessments, Residential

The Sacramento Housing and Redevelopment Authority (SHRA) is seeking a comprehensive, portfolio-wide assessment of the HVAC systems across its extensive public housing inventory of over 2,000 units throughout Sacramento. This diverse housing stock includes single-family homes, duplexes, townhomes, and apartment buildings, many of which are legacy properties with limited historical mechanical documentation. The selected consultant will be tasked with documenting the current condition of HVAC equipment, identifying systems that require repair, replacement, or upgrades, and developing a detailed 10-year capital investment roadmap. Additionally, the assessment aims to prepare SHRA for engaging HVAC vendors in ongoing preventive maintenance services, ensuring systems function safely, efficiently, and reliably while complying with all applicable federal, state, and local regulations. Where historical records are unavailable, the consultant must conduct independent evaluations aligned with industry standards. The contract, titled "HVAC Pilot Property Assessments, Residential," is being solicited by the Procurement Services Division of California, with a posted date of March 12, 2026, and a response deadline of April 23, 2026. The agreement will be governed under the latest SHRA standard contract terms as of September 2025 and includes provisions to ensure compliance with Section 3 of the Housing and Urban Development Act of 1968, promoting labor and business participation from eligible individuals and firms. The compliance package mandates detailed reporting, benchmarks for labor hours worked by Section 3 workers, and required contract inclusions, fostering social equity considerations in contractor engagement. The key contacts for this solicitation are the Assistant Director of Housing - Property Management, Cecette Hawkins, and Compliance/Procurement Analyst, Monica Albert.

Procurement Services Division

POSTED

1 day ago

DEADLINE

in about 1 month

View Details
NAICS: 541350
New
State

LIFT STATION 66 AND LIFT STATION 77 WASTEWATER INFRASTRUCTURE MODIFICATIONS - CONSTRUCTION ADMINISTRATION AND INSPECTION SERVICES

The City of Phoenix is soliciting qualifications for the construction administration and inspection services related to modifications of Lift Station 66 and Lift Station 77 wastewater infrastructure. This solicitation, identified as WS90501009, was posted on March 12, 2026, with responses due by April 3, 2026. Interested firms are required to submit their qualifications through the City's Procurement Portal. The contracting agency overseeing this project is the Design and Construction Procurement office based in Phoenix, Arizona, with Alissa Bahr serving as the primary contact for inquiries and coordination. The project involves detailed oversight of construction activities, including administration and inspection to ensure compliance with technical specifications and contract requirements. Supporting documents indicate that the procurement process includes rigorous evaluation measures, such as reference checks focused on performance in problem-solving, timeliness, and quality, contributing to the overall scoring of proposals. Additionally, an addendum has been issued to update and clarify bidding documents, emphasizing the importance of acknowledging changes prior to submission. The subcontractor selection is governed by a structured plan promoting qualifications-based choice and competitive bidding, requiring City approval of major subcontractors and transparent negotiation and reporting practices. These procedures collectively aim to maintain project integrity, cost control, and adherence to the specified schedule.

Design and Construction Procurement

POSTED

2 days ago

DEADLINE

in 20 days

View Details