Automatic Transfer Switch Replacement - Life Safety and Critical

Project ID: SS-SRSU-26-0020 FederalOpportunitiesSources Sought
Overview
AgencyIndian Health Service
Deadline04/06/26
Posted03/23/26
Estimated ValueNot Provided
Set AsideOther
NAICS238210 - Electrical Contractors and Other Wiring Installation Contractors
PSCN061 - Installation Of Equipment- Electric Wire And Power Distribution Equipment
LocationShiprock, NM 87420 United States
Description
Primary

Sources-Sought Notice

The Indian Health Service, Shiprock Service Unit is issuing this sources-sought notice (SSN) to identify capable Indian-owned, economic enterprises large (IEE) or small (ISBEE) that can provide services for removal and replacement of Automatic Transfer Switches (ATS) supporting two life safety branches and one critical equipment. The ATS is to support the hospital during a power outage with continuous electrical power. The service also includes installing new cable conduits, wire controls, software/data integration, and testing/commissioning to verify operation and compliance with applicable codes. A temporary ATS during the project phase will be provided by the contractor. Other capable firms are also invited to respond to this SSN. The Contracting Officer will consider responses for Buy Indian Act (25 U.S.C. 47) opportunities first, then for set aside programs under the Small Business Act (41 U.S.C. 3104). The applicable North American Industry Classification System (NAICS) code assigned to this requirement is 238210-Electrical Contractors and other Wiring Installation Contractors with a small business size standard of $19M. 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 4.203-1(b), offerors and quoters must be registered in System for Award Management at SAM.gov, at the time an offer or quotation is submitted and at time of award.

Submission Instructions

Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this notice by April 06, 2026, 4:30 p.m. MST to Karen James at karen.james@ihs.gov with the subject line SSN SS-SRSU-26-0020 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, SAM.gov representations and certifications, and other related documentation. 2. A brief statement of the company's capability relates to the described government requirement. Additional demonstrations 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. Indian-owned Small Business Economic Enterprises (ISBEEs) and Indian-owned Economic Enterprises (IEEs) must also submit a completed IHS IEE Representation Form (attached) in accordance with HHSAR 326.606-1(b). Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.

Contacts
Contact nameKaren James
Contact emailkaren.james@ihs.gov
Contact phone(505) 722-1212
Same Region Opportunities