Loading...
6982AF26SS000005
Response Deadline
Apr 15, 2026, 8:00 AM(MDT)10 days
Eligibility
Contract Type
Sources Sought
THIS IS NOT A REQUEST FOR BID – PLANS AND SPECIFICATIONS ARE NOT AVAILABLE.
THIS NOTICE IS BEING ISSUED TO DETERMINE IF THERE IS SUFFICIENT INTEREST FROM QUALIFIED PRIME CONTRACTORS who are small businesses, HUBZone small businesses, woman owned small business concerns, 8(a) small businesses, or service-disabled veteran-owned small businesses and who intend to submit a bid for this solicitation to allow for a set-aside in one (1) of these programs. Interested businesses must submit the following by e-mail to CFLAcquisitions@dot.gov (Attn: Kelly Palmer) for receipt by close of business (2:00 P.M.MDT) on April 15, 2026:
(1) A positive statement of your intention to submit a bid for this solicitation as a Prime Contractor;
(2) A list of all confirmed socioeconomic categories (i.e., 8(a), small-disadvantaged business, HUBZone small business, service-disabled veteran-owned small business, EDWOSB, or WOSB status) that apply to your business;
(3) A letter from a bonding agent stating your firm’s capability to bond for a single project of $30 million, and your firm’s aggregate bonding capacity; and
(4) Provide a list of medium-to-large construction projects of equal or greater value and scope to the NM IHS NAVAJO (1) Health Facilities Improvements project in which you performed high-value commercial parking lot reconstruction/rehabilitation in high-traffic, congested environments while maintaining uninterrupted public access. State whether your firm was the prime contractor or subcontractor on the project. DO NOT SEND INFORMATION ON PROJECTS THAT DO NOT INCLUDE THE ABOVE WORK.
The size of a small business firm includes all parents, subsidiaries, affiliates, etc. Refer to the Code of Federal Regulations 13 CFR 121.103 for information on how the SBA determines affiliation and 13 CFR 121.108 regarding the penalties for misrepresentation of size status. All firms should be certified in the System for Award Management (SAM) located at https://www.sam.gov/
NM IHS NAVAJO (1) Health Facilities Improvements
The project is in the Navajo Nation in Northeast New Mexico at various health facility sites. The project area consists of ten (10) discrete sites within the Navajo Nation.
SCOPE OF THE WORK:
The scope of the project includes rehabilitation and improvements to existing parking lots and pedestrian facilities at existing health facilities locations. This includes rehabilitation of existing and/or construction of new asphalt concrete pavement, concrete pavement, concrete sidewalks and concrete curb and gutter. This also includes construction of ADA/ABA compliant parking and ramps as well as installation of new regulatory signs. The project will involve close coordination with each health facility to phase construction to minimize impacts to employees, patients, visitors and deliveries. Additionally, the contractor will be limited to working on 2 to 3 sites concurrently. The contractor may choose the order of the sites subject to Gov’t approval, but they must fully complete construction at those active sites before moving on to subsequent locations.
PRINCIPAL WORK ITEMS:
ANTICIPATED SCHEDULE:
Advertisement – January 2027
Award – February 2027
NTP – March 2027
Contract Completion – June 2029
Due to weather, no onsite work is anticipated between January and April 2028
ESTIMATED COST RANGE:
Total estimated cost between $20,000,000 and $30,000,000
Kelly Palmer
DEPARTMENT OF TRANSPORTATION
FEDERAL HIGHWAY ADMINISTRATION
6982AF CENTRAL FEDERAL LANDS DIVISI
6982AF CENTRAL FEDERAL LANDS DIVISI
12300 W. DAKOTA AVE
LAKEWOOD, CO, 80228
NAICS
Other Heavy and Civil Engineering Construction
PSC
CONSTRUCTION OF PARKING FACILITIES