Grounds Maintenance Services for the Indian Health Service, Monacan Health Center
ID: 75H71525Q00037Type: Combined Synopsis/Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFINDIAN HEALTH SERVICENASHVILLE AREA INDIAN HEALTH SVCNASHVILLE, TN, 37214, USA

NAICS

Landscaping Services (561730)

PSC

HOUSEKEEPING- LANDSCAPING/GROUNDSKEEPING (S208)

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 seeking bids for Grounds Maintenance Services at the Monacan Health Center located in Madison Heights, Virginia. The procurement is a total small business set-aside and includes a firm-fixed-price contract with a base year from September 1, 2025, to August 31, 2026, and four optional years, requiring comprehensive lawn care and snow/ice removal services. This contract is crucial for maintaining the facility's operational readiness and supporting its healthcare mission. Interested vendors must submit their quotes by email to Courtney Davis at courtney.davis@ihs.gov by 12:00 PM Central Time on August 22, 2025, and must be registered in the System for Award Management (SAM) with an active Unique Entity Identifier (UEI) number.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a government file, likely an RFP or grant, detailing various sections and their corresponding page numbers. It covers a wide range of topics, including general requirements, specific services or products, administrative procedures, and technical specifications. The structure indicates a comprehensive framework for soliciting proposals or distributing funds, emphasizing compliance, operational guidelines, and technical standards. Key sections appear to address the scope of work, financial aspects, and legal considerations, which are typical for government procurement or funding opportunities.
    The document contains a series of fragmented and corrupted data, indicating a potential malfunction or corruption in file encoding. It appears to involve various government-related forms, possibly linked to federal or state RFPs (Request for Proposals) and grants, but the unclear formatting obscures specific details. The intended purpose could involve applications for funding, procurement processes, or project solicitations typical in government operations. Without coherent text or established context, the main topics, supporting ideas, or any structured information are unintelligible. The document requires reconstruction or retrieval of a clean version to reveal its true content and implications related to government procurement or grant applications.
    The document pertains to the Indian Health Service (IHS) under the Department of Health & Human Services, focusing on compliance with the Buy Indian Act. It outlines the self-certification process for Offerors to confirm they qualify as an "Indian Economic Enterprise" per federal regulations. Eligibility must be maintained throughout various stages: at the offer submission, contract award, and during contract performance. Should the contractor's status change at any point, they must promptly inform the Contracting Officer. Additionally, Offerors must be registered in the System of Award Management (SAM), and any inaccuracies in representation can lead to legal consequences. The form requires the designation of a 51% ownership representative and includes fields for the Federally Recognized Tribal Entity and Business Name, reinforcing the need for proper documentation and compliance with eligibility standards. This initiative demonstrates the government's commitment to supporting Indian-owned businesses in federal contracting.
    The document outlines a planting plan for the Monacan Health Clinic, detailing various plant types and quantities for landscaping purposes. The plan includes 11 large deciduous trees such as October Glory Red Maple and Fastigiate Maidenhair Tree, 19 evergreen trees primarily Emerald Green Arborvitae, and 3 Eastern Red Cedars. Additionally, the plan specifies 96 shrubs, including Edward Goucher Abelia, Dwarf Burford Holly, Shamrock Inkberry Holly, and Wax Myrtle. The document also includes site information such as Dixie Airport Road, S. Amherst Highway, and U.S. Route 29, along with contact details for David Verdis and Mark Boyd, and the date of the concept plant schedule (06/15/2021). This document appears to be a conceptual landscaping design, likely part of an RFP or grant for facility development or beautification.
    The provided document is a price schedule for grounds maintenance services at the Monacan Health Center, outlining the cost structure for a base year and four subsequent option years (from September 1, 2025, to August 31, 2030). The services include Lawncare/Landscape Maintenance (504 estimated hours annually), Snow/Ice Removal (20 estimated hours annually), and Pre and Post Salt/Chemical Treatment (10 estimated hours annually). Pricing must be all-inclusive, covering labor, materials, equipment, tools, travel, lodging, per diem, fringe benefits, and all applicable taxes. The estimated hours for lawncare are based on three workers providing 168 hours each annually. Services are seasonal and weather-dependent. The document serves as a template for bidders to provide hourly rates and total costs for each service category across all periods, culminating in a total cost for the base year plus all option years.
    The document outlines a Price Schedule for Grounds Maintenance Services at the Monacan Health Center for a five-year contract period, including a base year and four optional renewal years. It specifies the estimated labor requirements, detailing various tasks such as lawn care, snow and ice removal, and chemical treatments, with each task assigned a certain number of estimated hours annually. Contractors must provide all-inclusive pricing that covers labor, materials, equipment, travel, and applicable taxes. The base year, from September 1, 2025, to August 31, 2026, requires 504 hours for lawn care, 20 hours for snow removal, and 10 hours for chemical treatments. Similar estimates are outlined for the subsequent four option years, maintaining the same hourly estimates for service needs. The summary underscores the government's intent to procure seasonal grounds maintenance services, ensuring comprehensive cost inclusion and service consistency across the contract duration while adhering to local, state, and federal guidelines for labor and resource management. This reflects typical practices in government RFPs aiming to maintain public facilities efficiently and economically.
    This government file outlines key provisions and clauses for federal contracts, particularly focusing on those incorporated by reference and those provided in full text. It details regulations such as the System for Award Management, Commercial and Government Entity Code Reporting, and instructions for offerors regarding commercial products and services. A significant portion addresses prohibitions on contracting with entities using certain telecommunications and video surveillance equipment and services, as mandated by the John S. McCain National Defense Authorization Act. This section requires offerors to disclose their use or provision of such equipment and services, including detailed information if applicable. The document also covers various certifications and representations, including those related to small business concerns (e.g., veteran-owned, women-owned, disadvantaged, HUBZone), equal opportunity, payments to influence federal transactions, Buy American Act compliance, responsibility matters (debarment, convictions, delinquent taxes), child labor, place of manufacture, Service Contract Labor Standards, Taxpayer Identification Number, restricted business operations in Sudan, inverted domestic corporations, and engaging in transactions relating to Iran. Finally, it includes the HHSAR 352.204-74 (DEVIATION) regarding Supply Chain Risk Assessment, requiring offerors to provide detailed information on their products, vendors, manufacturers, and any foreign ownership or affiliations to assess potential supply chain risks. The document emphasizes compliance with federal regulations and transparency in business operations for government contractors.
    This government file outlines key provisions and clauses for federal contracts, particularly focusing on those incorporated by reference and those provided in full text. It details requirements for Offeror representations and certifications, including critical sections on telecommunications equipment, supply chain risk assessment, and various business classifications (e.g., small business, veteran-owned, women-owned). The document also covers certifications related to federal transactions,
    The document outlines various provisions and clauses incorporated by reference in federal solicitations and contracts, emphasizing compliance with established regulations. Key elements include the incorporation of solicitation and contract clauses regarding information technology accessibility, individual identity verification, and representations related to telecommunications equipment. Notably, the text details requirements for contractors pertaining to supply chain risk assessments and representations regarding foreign ownership and affiliations. It stipulates that offerors must confirm they do not engage with certain prohibited telecommunications equipment and services as mandated by the John S. McCain National Defense Authorization Act. The provisions also address economic opportunity and support for small businesses, particularly those owned by veterans or women. Contractors must complete specific certifications regarding their operational status, environmental compliance, and adherence to labor and anti-corruption laws. Ultimately, the document serves as a framework for ensuring that contractors meet federal compliance standards while promoting responsible business practices, thereby supporting the government's commitment to transparency and accountability in the procurement process.
    The Indian Health Service (IHS), Nashville Area Office, is seeking bids for Grounds Maintenance Services at the Monacan Health Center in Madison Heights, VA. This solicitation, 75H71525Q00037, is a 100% set-aside for small businesses and is being conducted under FAR Part 13 (Simplified Acquisition Procedures) and FAR Part 12 (Commercial Products/Services). The contract will be a firm-fixed-price purchase order with a base year (September 1, 2025 - August 31, 2026) and four optional years. Services must align with the provided Statement of Work, and pricing must be all-inclusive. Vendors must be registered in the System for Award Management (SAM) with an active UEI number. Quotes must include specific completed sections of the SF 1449, the price schedule, and relevant FAR representations. Award will be based on the lowest price technically acceptable quote. Submissions are due via email to Courtney Davis (courtney.davis@ihs.gov) by 12:00 pm Central Time on August 22, 2025.
    The Indian Health Service (IHS) Nashville Area Office is soliciting proposals for Grounds Maintenance Services at the Monacan Health Center in Madison Heights, VA. This is a 100% set-aside for Indian Small Business Economic Enterprises under the Buy Indian Act. The procurement is a firm-fixed price purchase order, conducted via simplified acquisition procedures. The contract includes a base year (Sept 2025-Aug 2026) and four option years, extending through August 2030. Quotes must be all-inclusive, cover all services, and include specific forms and certifications. Vendors must be registered in SAM with an active UEI number. Award will be based on the lowest priced technically acceptable quote. Submissions are due by 10:00 AM Central Time on August 11, 2025, via email to Courtney Davis at courtney.davis@ihs.gov.
    The Indian Health Service (IHS) is soliciting quotations for Grounds Maintenance Services for the Monacan Health Center in Madison Heights, Virginia. This procurement is exclusively set aside for Indian Small Business Economic Enterprises, aligning with the Buy Indian Act. It is a firm-fixed price contract governed by simplified acquisition procedures, whereby vendors must include comprehensive pricing covering all labor, materials, and related expenses. The intended contract spans five years, commencing September 1, 2025, with the potential for four option years. To qualify, vendors must provide a complete proposal, including a price schedule, relevant representations, and their Unique Entity ID (UEI) number, ensuring registration in the System for Award Management. The contract award will be determined based on the lowest price that meets technical acceptability. Quotes must be submitted via email by 10:00 am Central Time on August 11, 2025, directly to the contract specialist. All communications regarding the solicitation should also be directed to the same email address. This initiative exemplifies the government’s commitment to supporting Indian economic enterprises while fulfilling important service needs at the IHS facility.
    The document outlines a federal government Request for Proposal (RFP) for infrastructure upgrades. It details various services required, including preventive maintenance, corrective maintenance, and snow removal services, with specific periods of performance spanning from 2021 to 2024. The RFP specifies estimated hours for each service category and emphasizes continuous service. The overall purpose is to solicit bids for ongoing maintenance and support to ensure the proper functioning and safety of government facilities, indicating a commitment to sustained operational readiness and infrastructure integrity.
    This government document, an amendment to a solicitation, outlines crucial changes to an existing Request for Proposal (RFP). The primary purpose of this amendment is to broaden the scope of eligible bidders by opening the solicitation to "Small Businesses without the Indian Economic Enterprise set-aside." This modification also extends the response due date to August 22, 2025, at 12 PM CT. Additionally, the amendment includes the Site Plan for the Monacan Health Center. The document specifies methods for offerors to acknowledge receipt of the amendment, such as completing designated items on the form, acknowledging receipt on each offer copy, or sending a separate communication referencing the solicitation and amendment numbers. Failure to acknowledge receipt by the deadline may result in the rejection of an offer. All other terms and conditions of the original solicitation remain unchanged.
    The document in question appears to be a corrupted or malformed file containing data related to federal and state/local Requests for Proposals (RFPs) and grants. It lacks coherent topics or key ideas typical for RFP documents, presenting instead a series of unintelligible characters and gibberish. Key supporting details and any structure that could clarify its intent or context are absent, leading to uncertainty about its purpose. Without substantive content or clear information, it appears that the file may need reconstruction or clarification to serve any functional role in the realm of federal grants or RFP submissions. Adequate interpretation or analysis can't be drawn due to the document's corrupted state, rendering it ineffective for evaluating governmental initiatives or funding opportunities. Overall, the file's current form does not convey meaningful data related to government programs, priorities, or application processes.
    The Indian Health Service (IHS) Monacan Service Unit is soliciting proposals for grounds maintenance services at the newly constructed Monacan Health Center in Madison Heights, VA. This Statement of Work (SOW) outlines the need for comprehensive lawn care and snow/ice removal to support the facility's mission of providing healthcare services. The contract includes a base year (September 1, 2025 - August 31, 2026) and four option years. Services encompass bi-weekly lawn mowing, trimming, weed control, debris removal, aeration, seeding, fertilizing, mulching, and snow/ice removal before 8:00 AM on business days. The contractor must provide all necessary equipment and adhere to strict safety and security protocols, including personnel suitability determinations and compliance with federal IT regulations. All project data is government property and requires authorization for release.
    The document outlines the Statement of Work (SOW) for Grounds Maintenance Services for the Monacan Health Center by the Indian Health Service. The primary objective is to procure comprehensive lawncare and snow/ice removal services for the new 14,000 square foot health facility aimed at supporting the health of the Native American community in Virginia. Specific maintenance tasks include bi-weekly lawn mowing, weed control, seasonal debris cleanup, aeration, and snow removal during winter months. The contract spans five years, starting September 1, 2025, with specific guidelines for timing and execution of tasks. Additionally, the contractor is responsible for providing all necessary equipment and must adhere to safety and security protocols, including personnel identity verification procedures according to federal guidelines. Monthly payments for services are contingent on timely invoicing through the federal Invoice Processing Platform. The SOW emphasizes high-quality performance monitoring, compliance with the Occupational Safety and Health Act, and the protection of sensitive data related to the project. This contract reflects the government's commitment to efficient facility maintenance and adherence to health service operational standards.
    Lifecycle
    Title
    Type
    Similar Opportunities
    MATHC Elevator Maintenance
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for elevator maintenance and repair services for the newly constructed Mid-Atlantic Tribal Health Center (MATHC) in Charles City, Virginia. The contract will cover preventive maintenance and repairs for a Schindler 3100 MRL traction elevator, ensuring safe operation and compliance with ADA standards, with a base year from March 2026 to February 2027 and four optional one-year extensions. This procurement is crucial for maintaining the operational integrity of the health center, which aims to enhance the health of the Native American population in the area. Proposals are due by December 15, 2025, and interested contractors should contact Andrew Rhoades at Andrew.Rhoades@ihs.gov for further details.
    Medical Equipment and Furnishings, Fixtures, and Equipment (FF&E) Installation and Logistical Software as a Service (SaaS)
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking proposals for a Software as a Service (SaaS) solution to manage the procurement, installation, and tracking of medical equipment and furnishings, fixtures, and equipment (FF&E) for new healthcare facilities. The objective is to replace current spreadsheet-based tracking methods that have resulted in project delays and cost overruns, with a system capable of accurate tracking, reporting, and management from planning to commissioning. This software solution is crucial for supporting the logistics of healthcare facility construction and renovations, aiming to facilitate the tracking of hundreds to thousands of items and to support over 500 tribes and IHS employees in the future. Proposals are due by December 22, 2025, at 3:00 pm EST, and interested vendors can contact Colleen Henry at colleen.henry@ihs.gov or Andrew Hart at andrew.hart@ihs.gov for further information.
    Source Sought Notice, Hospital Facility Maintenance Supplies, Phoenix Indian Medical Center, IHS, BPA Five-Years
    Buyer not available
    The Indian Health Service (IHS) is conducting market research through a Sources Sought Notice to identify contractors for a Blanket Purchase Agreement (BPA) for Hospital Facility Maintenance Supplies at the Phoenix Indian Medical Center in Arizona. The required supplies include HVAC components, electrical and plumbing materials, tools, personal protective equipment (PPE), and other miscellaneous maintenance items, all of which are critical for the efficient operation of the medical facility. Interested firms must submit a letter of interest by December 11, 2025, detailing their capabilities, socioeconomic status, and confirming they have an active online ordering system. For further inquiries, interested parties can contact Donovan Conley at donovan.conley@ihs.gov or by phone at 602-364-5174.
    FY26 GSU THC FLOORING SUPPLY & SERVICE
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service's Navajo Area, is seeking qualified small businesses to provide flooring supplies and installation services at the Tohatchi Health Center in New Mexico. The project involves the removal of existing floor tiles and cove base, application of filler and self-leveling products, and installation of new vinyl flooring and cove base over approximately 1,434 square feet in designated rooms of Building 2004. This procurement is critical for maintaining a safe and functional healthcare environment, with a performance period set from January 1, 2026, to January 31, 2026. Interested offerors must submit their proposals by December 10, 2025, at 10:00 AM MS, and can direct inquiries to Ken Parrish at Ken.Parrish@ihs.gov or by phone at 928-871-1342.
    Firm Fixed-Price, Non-Personal Service Type, Commercial Item to provide Licensing, Maintenance, and Support for IHS Great Plains Areawide Laboratory Information Systems. Period of Performance: 01/01/2025 - 12/31/2025.
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified firms to provide licensing, maintenance, and support for the Great Plains Areawide Laboratory Information Systems, with a contract period from January 1, 2025, to December 31, 2025. The procurement aims to establish a comprehensive solution that includes middleware support, compatibility with existing HL7 interfaces, and ongoing training and maintenance services to enhance clinical operations across IHS service units. This initiative is crucial for ensuring effective data exchange and standardization in healthcare technology within the Great Plains Area. Interested parties should respond to the Sources Sought notice by submitting their company information to David Jones at david.jones@ihs.gov, and must be registered in the System for Award Management (SAM) to be eligible for future contracts.
    Remote Coding Services for the Albuquerque Indian Dental Clinic
    Buyer not available
    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).
    BFSU Trash Removal Services
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking to award a sole source contract for trash removal services to Blackfeet Solid Waste for the Blackfeet Service Unit in Browning, Montana. The contract will cover essential waste management services for the year 2025, from January 1 to December 31, at both the Blackfeet Service Unit and the Heart Butte Clinic. This procurement is crucial for maintaining public health standards through effective waste disposal in the community. Interested firms that believe they can provide these services are encouraged to contact Shannon Connelly at shannon.connelly@ihs.gov or by phone at 406-338-6452 within seven days of this notice, with the contract valued at $54,440.00.
    GIMC Housekeeping Supply BPAs
    Buyer not available
    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.
    Four (4) Medical Assistants - Santa Fe Indian Health Center & Satellite Clinics
    Buyer not available
    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.
    Two (2) Information Technology Specialists - Santa Fe Indian Health Center & Satellite Clinics
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service, is seeking proposals for two Information Technology Specialists to provide essential IT services at the Santa Fe Indian Health Center and its satellite clinics in New Mexico. The contract, structured as a Firm-Fixed-Price agreement, includes a base year and four option periods, focusing on responsibilities such as managing Windows and VM Cloud systems, IT Helpdesk support, network administration, and data management. This opportunity is set aside for Indian Small Business Economic Enterprises under the Buy Indian Act, emphasizing the importance of supporting tribal businesses in delivering healthcare services. Interested offerors must submit their quotes by December 29, 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.