Gallup Indian Medical Center (GIMC) Fire Alarm Upgrade – Construction (Gallup, NM)
ID: 75H70126R00010Type: Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFINDIAN HEALTH SERVICEDIV OF ENGINEERING SVCS - SEATTLESEATTLE, WA, 98121, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF HOSPITALS AND INFIRMARIES (Z2DA)

Set Aside

Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior and Indian Health Services) (ISBEE)
Timeline
    Description

    The Department of Health and Human Services, through the Indian Health Service, is soliciting proposals for the Gallup Indian Medical Center (GIMC) Fire Alarm Upgrade project located in Gallup, New Mexico. The objective is to redesign and install a new fire alarm system that complies with NFPA codes, replacing the existing obsolete system, with a contract value estimated between $1,000,000 and $5,000,000. This project is a 100% Indian Small Business Economic Enterprise (ISBEE) set-aside, emphasizing the importance of engaging small businesses in the construction sector. Proposals are due by December 29, 2025, at 2:00 PM PST, and interested parties should contact Joshua VanSkike at joshua.vanskike@ihs.gov for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    Amendment A00001 to Solicitation 75H70126R00010 addresses the Gallup Indian Medical Center (GIMC) Fire Alarm Upgrade Project. Key changes include providing a site visit sign-in sheet and pre-proposal inquiries/responses (1-22). The proposal due date has been extended from December 15, 2025, to December 29, 2025, at 2:00 PM PST. Several FAR/HHSAR clauses have been revised, deleted, or updated due to HHS FAR Class Deviations 2025-01, 2025-02 Amendment 1, 2025-05 and HHSAR Class Deviation 2502-2, and Federal Acquisition Regulation (FAR) Class Deviation (CD) Numbers 2025-05, 2025-07, 2025-08, 2025-09, 2025-10, 2025-12, 2026-01. Offerors must acknowledge receipt of amendments by number and date on their cover letter or by submitting a signed SF30. The project, a 100% Indian Small Business Economic Enterprise (ISBEE) set-aside, has an estimated construction magnitude of $1,000,000 to $5,000,000. All fire alarm control panels, initiating, and notification devices, along with conduits and conductors, are to be replaced, except for those in the East Annex. All cabling and fiber optic cabling must be installed in red-painted conduit, with exposed locations requiring GRC. The new system will communicate with the existing East Annex system and the Edwards EST4 system at Tohatchi Health Center. The contract requires work to commence within 10 calendar days of the notice to proceed.
    The provided file, consisting solely of repeated text stating 'FOR INFORMATIONAL PURPOSES ONLY', indicates that its content is not intended for action, decision-making, or contractual obligation within the context of government RFPs, federal grants, or state/local RFPs. Its sole purpose is to convey information without imposing any requirements or offering any solicitations. This classification is crucial in government procurement and grant processes, where the distinction between informational documents and actionable requests is vital for compliance and proper engagement.
    This government file details the "GIMC Fire Alarm System Redesign" project for the Gallup Indian Medical Center in Gallup, NM, under U.S. Department of Health and Human Services, Indian Health Service. The project, with Architect's Project No: 23-360 and Issue Date: December 6, 2024, involves a comprehensive redesign of the fire alarm system across multiple buildings within the medical center campus. The file includes a sheet index outlining general, site, and extensive electrical plans, with a strong focus on fire alarm demolition and new installations across various levels of numerous buildings, including the Main Hospital (2000), Main Pharmacy (3001), and several clinics and facilities (2016, 2018, 3002, 3003, 4010, 5000, 5002). Key project notes emphasize strict adherence to safety protocols, coordination with GIMC facilities for all work, and compliance with codes like the International Building Code 2021, NFPA 72, NFPA 99, and NFPA 101. Demolition must occur only after the new system is fully installed, tested, and approved. The document also provides a detailed fire alarm legend, general architectural notes, project directory with owner and consultant information, and specific instructions for site work, including trenching and conduit installation.
    The document outlines the comprehensive requirements for a government Request for Proposal (RFP) focusing on the acquisition of various goods and services. It details specific guidelines for proposal submission, technical specifications, and contractual terms. Key areas covered include general administrative instructions, scope of work, performance standards, delivery schedules, pricing structures, and evaluation criteria. The RFP emphasizes compliance with federal regulations, quality assurance, and robust project management. It also addresses subcontracting plans, reporting requirements, and intellectual property rights. The document highlights the need for clear communication, detailed methodologies, and a strong understanding of government procurement processes from all prospective bidders.
    This government file, General Decision Number NM20250024, outlines prevailing wage rates and labor standards for building construction projects in McKinley County, New Mexico, excluding single-family homes and apartments up to four stories. It details minimum wage requirements under Executive Orders 14026 ($17.75/hour for contracts entered on or after January 30, 2022) and 13658 ($13.30/hour for contracts between January 1, 2015, and January 29, 2022, not renewed). The document lists specific wage rates and fringe benefits for various construction trades, including Carpenters, Power Equipment Operators, Ironworkers, Laborers, Painters, Pipefitters, Plumbers, and Sheet Metal Workers, with modification dates up to September 19, 2025. It also addresses Executive Order 13706, mandating paid sick leave for federal contractors, and provides a comprehensive appeals process for wage determinations. The file clarifies identifiers for union, union average, survey, and state-adopted wage rates, ensuring compliance with federal labor laws.
    The Indian Health Service (IHS) requires offerors to self-certify as an “Indian Economic Enterprise” (IEE) under the Buy Indian Act (25 U.S.C. 47) for solicitations, sources sought, and Requests for Information (RFI). This form, referencing Solicitation/Sources Sought/RFI #75H70126R00010 for the GIMC Fire Alarm Upgrade, mandates that IEE status be maintained when an offer is made, at contract award, and throughout the contract performance period. Contractors must immediately notify the Contracting Officer if they no longer meet eligibility requirements. Eligibility documentation may be requested, and successful offerors must also be registered with the System for Award Management (SAM). Providing false information is a violation of law, subject to penalties under 18 U.S.C. 1001 for false information and 31 U.S.C. 3729-3731 and 18 U.S.C. 287 for false claims.
    Attachment J04 is a "Company Specialized Experience – Construction Form" for Solicitation Number 75H701-26-R-00010, designed to collect detailed information about a company's construction projects within the last six years. This form is crucial for demonstrating experience with projects of similar type and scope. It requires companies to provide specific details for each project, including the type and name of the project, location, owner, general scope, type of facility, building size (gross square feet and stories), the company's role (Prime, Joint Venture, or Subcontractor) and self-performed work, the dollar value of the contract, and extent/type of subcontracted work. Additionally, it asks for construction dates, owner performance evaluations, any terminations or liquidated damages, and the owner's point of contact for reference with their current telephone number. This document is part of Volume I – Factor 1 – Specialized Experience and is marked FOR OFFICIAL USE ONLY, SOURCE SELECTION INFORMATION (FAR 3.104), indicating its sensitive nature in the federal government's procurement process.
    The document, Attachment J05, is a Past Performance Questionnaire (PPQ) Form PPQ-0, used within government solicitations (specifically Solicitation 75H701-26-R-00010) to evaluate contractor performance. It is a critical component for federal and state/local RFPs and grants. The form is divided into sections for the contractor to provide detailed contract information (firm name, CAGE, DUNS, contact, role, contract number, type, title, dates, and prices) and a project description, including its relevance to the current submission. The client then completes sections rating the contractor's performance across various categories: Quality, Schedule/Timeliness, Customer Satisfaction, Management/Personnel/Labor, Cost/Financial Management, Safety/Security, and General. Adjective ratings (Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory, Not Applicable) with specific definitions and justification requirements are provided to ensure consistent evaluation. Clients are encouraged to submit the completed questionnaire directly to the offeror, who then includes it in their proposal. The government reserves the right to verify all information.
    The Indian Health Service (IHS) Division of Engineering Services is soliciting proposals (RFP 75H70126R00010) for a Fire Alarm Upgrade at the Gallup Indian Medical Center (GIMC). The project, valued between $1,000,000 and $5,000,000, is a 100% Indian Small Business Economic Enterprise (ISBEE) set-aside under NAICS code 236220. The scope includes a complete redesign to meet NFPA codes, replacing an obsolete system. The contract specifies a 180-day performance period, strict work hours, and detailed requirements for submittals, inspections, payment processes, and contractor conduct, including site coordination, safety, and personnel management. Key personnel such as a Project Manager, Superintendent, and Safety Officer are required. Payments are tied to a schedule of values and progress reports, with provisions for material storage and accelerated payments to small business subcontractors.
    Similar Opportunities
    Emergency Department Medical Equipment and Supplies
    Health And Human Services, Department Of
    The Indian Health Service (IHS) is conducting market research to identify potential sources for medical equipment and supplies needed for the Emergency Department at Gallup Indian Medical Center in New Mexico. The procurement focuses on a variety of essential items, including general procedure carts, adjustable-height instrument tables, isolation carts, and various scales, all adhering to specific infection control standards and operational efficiency requirements. This opportunity is crucial for ensuring the availability of high-quality medical supplies that support healthcare delivery in the region. Interested vendors must submit their qualifications and capability statements by December 19, 2025, at 10:00 AM (MST) to Rodney Brown at Rodney.Brown@ihs.gov, and must be registered in the System for Award Management (SAM) to participate.
    Zuni Roof Replacement and Fall Protection Construction
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for the Zuni Roof Replacement and Fall Protection Construction project at the Zuni Comprehensive Community Health Center in New Mexico. The project aims to replace the existing roofing systems and install a fall protection system, ensuring compliance with strict safety and infection control protocols while the facility remains operational. This total small business set-aside contract has an estimated value between $1,000,000 and $5,000,000, with a performance period of 180 days. Interested contractors must submit their proposals by January 5, 2026, and can direct inquiries to Daniel Cotto at daniel.cotto@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov.
    GIMC Housekeeping Supply BPAs
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is planning to establish multiple Blanket Purchase Agreements (BPAs) for janitorial and housekeeping supplies at the Gallup Service Unit in New Mexico. The procurement includes a variety of essential items such as trash can liners, biohazardous bags, bathroom tissue, disinfectants, and cleaning equipment, which are critical for maintaining hygiene and sanitation standards in healthcare facilities. The anticipated period of performance spans one year with four optional extensions, starting from January 15, 2026, and interested vendors are encouraged to submit their capability statements and price lists by December 23, 2025, to the primary contact, Bertina Jones, at bertina.jones@ihs.gov.
    Gallup Indian Medical Center - Air Compressor System Demo and Replacement
    Health And Human Services, Department Of
    Sources Sought HEALTH AND HUMAN SERVICES, DEPARTMENT OF INDIAN HEALTH SERVICE - Air Compressor System Demo and Replacement The Indian Health Service (IHS) is seeking capable sources to remove and install a new air compressor system for the Gallup Indian Medical Center (GIMC) Dental department in Gallup, NM. The anticipated delivery date will be 90 days from the date of award. This procurement falls under the NAICS code 333912 - Air and Gas Compressor Manufacturing. The government will evaluate market information to determine potential suppliers. Preference will be given to Indian economic enterprises in accordance with the Buy Indian Act. Interested parties must submit a capabilities package by Thursday, December 21, 2023, at 10:00 am MST. The primary point of contact is Mr. Stephen Silversmith, Contract Specialist, who can be reached at 505-726-8801 or Stephen.Silversmith@ihs.gov. The place of performance is the Gallup Indian Medical Center located at 516 E. Nizhoni Blvd, Gallup, NM 87301. This is not a solicitation.
    Kyle Health Center ASHRAE 170 Upgrades and Roof Replacement
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is soliciting proposals for the Kyle Health Center ASHRAE 170 Upgrades and Roof Replacement project located in Kyle, South Dakota. This procurement involves comprehensive upgrades to the facility's HVAC systems and roof, including the replacement of air handling units, boilers, chillers, and the membrane roof system to ensure compliance with ASHRAE 170 standards. The project is critical for enhancing the health center's operational efficiency and safety, with an estimated construction magnitude between $1,000,000 and $5,000,000. Interested contractors must submit their proposals by December 23, 2025, and are encouraged to contact Taylor Kanthack at taylor.kanthack@ihs.gov or 240-478-1501 for further details.
    Remote Coding Services for the Albuquerque Indian Dental Clinic
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is soliciting proposals for Remote Coding Services for the Albuquerque Indian Dental Clinic. The procurement aims to secure non-personal healthcare services that include professional billing and coding, with a focus on maintaining a 95% accuracy rate and ensuring timely turnaround for coding tasks. These services are critical for the efficient management of clinical visits, accurate diagnostic coding, and compliance with data privacy regulations such as HIPAA. Proposals are due by December 19, 2025, at 12 PM MT, and interested offerors must contact Stephanie Begay at stephanie.begay3@ihs.gov or call 505-256-6750 for further inquiries. The contract will be awarded as a firm-fixed-price purchase order for one base year with four optional renewal periods, and eligibility requires registration in the System for Award Management (SAM).
    Four (4) Medical Assistants - Santa Fe Indian Health Center & Satellite Clinics
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking proposals for four Medical Assistants to serve at the Santa Fe Indian Health Center and its satellite clinics in New Mexico. The Medical Assistants will be responsible for various patient care tasks, including screenings, specimen collection, vaccination assistance, and phlebotomy, with a requirement for candidates to have relevant qualifications and certifications. This procurement is part of a Buy Indian Set-Aside initiative, emphasizing the importance of supporting Indian Small Business Economic Enterprises, and will result in a single award with a base year and four option periods based on performance. Interested offerors must submit their proposals by January 2, 2026, by 12:30 p.m. (MST), and can direct inquiries to Patricia P. Trujillo at patricia.trujillo@ihs.gov or by phone at 505-256-6754.
    Supai Water Treatment, Emergency Access, Laundry Room & Backup Power – Upgrades
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified firms to participate in a Sources Sought notice for the Supai Water Treatment, Emergency Access, Laundry Room & Backup Power Upgrades project located in Supai, Arizona. The project entails the installation of a domestic water treatment system, emergency access ramp, upgrades to bio-hazard storage, renovation of the laundry room, and enhancements to emergency power capabilities at the Supai Clinic, which is situated in a remote area accessible only by helicopter, mule, or on foot. This initiative is critical for improving healthcare infrastructure on the Havasupai Reservation, with an anticipated project magnitude between $500,000 and $1,000,000. Interested firms, particularly those that are small businesses or Indian Economic Enterprises, must submit their capability statements and relevant experience by 2:00 PM (MST) on December 15, 2025, to Kelly Britton at kelly.britton@ihs.gov.
    Zuni Quarters Sewer Improvement Project,
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service, is preparing to solicit proposals for the Zuni Quarters Sewer Improvement Project located in Zuni, New Mexico. This project involves the reconstruction of sewer lines, including demolition and replacement of existing infrastructure at the Zuni Comprehensive Community Health Center, and is expected to be completed within a 90-day period following the issuance of the Notice to Proceed. The contract will be awarded as a Firm Fixed Price (FFP) and is set aside exclusively for small businesses under NAICS code 237110, with an estimated project value between $100,000 and $250,000. Interested contractors should monitor https://sam.gov for the solicitation release, anticipated around December 23, 2025, and are encouraged to contact Shaukat Syed or Jenny Scroggins for further inquiries.
    MODIFICATION 001 - Two (2) Licensed Independent Social Workers - Santa Fe Indian Health Center & Satellite Clinics
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service, is seeking to procure the services of two Licensed Independent Social Workers for the Santa Fe Indian Health Center and its satellite clinics in New Mexico. The contract, identified as Solicitation No. 75H70726Q00016, is a firm-fixed-price agreement that spans a base year with four optional one-year periods, focusing on providing counseling, crisis intervention, and case management services to a diverse patient population. This procurement is particularly significant as it falls under the Buy Indian Act, emphasizing the need for services tailored to the Indian community, with a cascading set-aside for Indian Small Business Economic Enterprises. Interested offerors must submit their quotes by December 17, 2025, by 12:30 p.m. (MST), and can direct inquiries to Patricia P. Trujillo at patricia.trujillo@ihs.gov or by phone at 505-256-6754.