Grounds Maintenance Services for the IHS, Mid-Atlantic Tribal Health Center
ID: 75H71526Q00004Type: 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 (IHS), is soliciting quotes for Grounds Maintenance Services at the Mid-Atlantic Tribal Health Center (MATHC) located in Charles City, Virginia. The contract requires comprehensive grounds maintenance for approximately 3 acres, including seasonal tasks such as mowing, trimming, mulching, weeding, and snow removal, with a focus on maintaining a welcoming environment for the clinic. This opportunity is a 100% set-aside for Indian Small Business Economic Enterprises under the Buy Indian Act, with a firm-fixed price contract spanning a base year and four option years, from December 1, 2025, to November 30, 2030. Interested vendors must submit their quotes by email to Courtney Davis at courtney.davis@ihs.gov by 3:00 PM Central Time on November 18, 2025, and must comply with specific eligibility requirements, including registration in SAM and submission of relevant documentation.

    Point(s) of Contact
    Files
    Title
    Posted
    The provided government file outlines various administrative and operational guidelines, likely pertaining to federal grants or state/local RFPs. It details specific project codes, dates, and financial figures, indicating a structured approach to program management. Key sections include instructions for project initiation, financial reporting, and compliance, with references to different project types and their associated requirements. The document also lists numerous administrative codes and categories, suggesting a comprehensive framework for resource allocation and oversight. Overall, it serves as a detailed procedural guide for implementing and managing government-funded initiatives, ensuring accountability and adherence to established protocols.
    The Indian Health Service (IHS) Buy Indian Act Indian Economic Enterprise Representation Form is a crucial document for businesses seeking to participate in solicitations, sources sought, or RFIs under the Buy Indian Act (25 U.S.C. 47). This form requires self-certification that the Offeror meets the definition of an “Indian Economic Enterprise” (HHSAR 326.601) at the time of offer, contract award, and throughout the contract performance period. Failure to meet eligibility requirements or submitting false information carries severe penalties, including those under 18 U.S.C. 1001 for false statements and 31 U.S.C. 3729 to 3731 and 18 U.S.C. 287 for false claims. Offerors must also be registered with the System for Award Management (SAM). The form includes sections for the Offeror to represent whether they meet the Indian Economic Enterprise definition, along with spaces for the owner's name, certifying signature, tribal entity, business name, and DUNS number.
    The provided document is a price schedule for Grounds Maintenance services required by the Mid-Atlantic Tribal Health Center. It outlines the cost structure for a base year (12/1/2025 – 11/30/2026) and four subsequent option years, each spanning 12 months. Services include Lawn Maintenance (30 estimated occurrences), Snow Removal (5 estimated occurrences), and Mulching (2 estimated occurrences) per year. The quoted pricing must be all-inclusive, covering labor, materials, equipment, tools, travel, lodging, per diem, fringe benefits, and all federal, state, and local taxes, plus any other pertinent costs. Services are seasonal and contingent on weather, with task/delivery orders issued as needed. The document requires vendors to submit per-occurrence pricing for each service and a total for each year, culminating in a grand total for the base year plus all four option years.
    This government file outlines standard solicitation provisions and contract clauses, incorporating various regulations by reference and in full text, primarily focusing on supply chain risk management and specific requirements for Indian Economic Enterprises. Key provisions include the ability for offerors to access full text electronically, instructions for submitting proposals, and detailed requirements for electronic payment requests via the Invoice Processing Platform (IPP). The document also includes extensive definitions and representations related to supply chain risk assessments, especially concerning foreign ownership, affiliations, and legal history. It details set-aside provisions for Indian Economic Enterprises under the Buy Indian Act, including ownership, management, and subcontracting limitations, with strict compliance requirements. The file covers ordering procedures, options for extending services and contract terms, and the availability of funds. It emphasizes the importance of compliance with all referenced clauses for contract eligibility and performance.
    The Indian Health Service (IHS) seeks grounds maintenance services for the new Mid-Atlantic Tribal Health Center (MATHC) in Charles City, VA. This contract aims to maintain the clinic's exterior and vegetation, ensuring a welcoming environment. The scope includes providing all necessary equipment, labor, and supervision for outdoor grounds maintenance, with the contractor responsible for any damages. The contract is a fixed-price Requirements Contract for grounds maintenance and winter parking lot treatment, with an initial period from December 1, 2025, to November 30, 2026, and up to four optional years. Services include seasonal tasks like trimming, mulching, mowing, weeding, and snow removal when accumulation exceeds 1 inch, to be completed 30 minutes before clinic opening. Contractors must adhere to strict security requirements, including personnel identity verification and suitability determinations, and use biodegradable chemicals for weed remediation. Invoices are to be submitted monthly via the Treasury portal Invoice Processing Platform (IPP).
    This document, part of Solicitation No. 75H71526Q00004, provides questions and answers regarding the Grounds Maintenance contract in Charles City. It clarifies that approximately 3 total acres require grounds maintenance services, with 1.5 of those acres potentially needing snow removal. The solicitation encourages contractors to conduct a site visit for more accurate area estimates before submitting a quote.
    The Indian Health Service (IHS), Nashville Area Office, is soliciting quotes for Grounds Maintenance Services at the Mid-Atlantic Tribal Health Center (MATHC) in Charles City, VA. This is a 100% set-aside for Indian Small Business Economic Enterprises under the Buy Indian Act. The contract will be a firm-fixed price commercial product/service Requirements Contract with a base year and four option years, from December 1, 2025, to November 30, 2030. Quoted pricing must be all-inclusive. Vendors must be registered in SAM, have a UEI number, and submit a complete SF 1449, price schedule, past performance information (minimum 2 relevant contracts), required submissions per HHSAR Clause #352.226-5, and the IHS Indian Economic Enterprise Representation form. Award will be based on the lowest price technically acceptable (LPTA) quote. Quotes are due via email to Courtney Davis at courtney.davis@ihs.gov by 3:00 pm Central Time on November 18, 2025.
    This government file, likely an RFP or grant document, outlines specific requirements for various services related to facility management and maintenance. It details tasks such as general maintenance, planned preventative maintenance, and emergency response services across different categories like electrical, plumbing, HVAC, and structural work. The document specifies service levels, response times, and compliance with relevant standards and regulations. It also includes sections on reporting, quality assurance, and contractor responsibilities. The recurring mention of "Building Management" and various technical service codes suggests a comprehensive request for proposals for ongoing operational support of government facilities, ensuring safety, functionality, and compliance with federal guidelines.
    This government document, a Standard Form 30 (SF30), serves as an amendment to a solicitation (Amendment Number 00001 to Solicitation Number 75H71526Q00004). The primary purpose of this specific amendment is to add a Questions and Answers document to the existing solicitation package. The document outlines the methods for offerors to acknowledge receipt of the amendment, including completing specific items on the form, acknowledging it on each offer copy, or sending a separate communication. It emphasizes that failure to acknowledge receipt by the specified deadline may lead to the rejection of the offer. The amendment also clarifies that all other terms and conditions of the original solicitation remain unchanged. The issuing office for this amendment is the Nashville Area Office.
    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.
    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.
    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.
    3-Passenger Crossover Utility Vehicle - Acoma-Cañoncito-Laguna (ACL) Indian Health Center - Pueblo of Acoma, NM
    Buyer not available
    The Department of Health and Human Services, through the Albuquerque Area Indian Health Service, is seeking quotations for the procurement of one 3-Passenger Crossover Utility Vehicle along with a compatible Snowplow Attachment for the Acoma-Cañoncito-Laguna Indian Health Center in New Mexico. The specific requirements include a John Deere Gator XUV 845M Open from the 2025 model year and a Western Impact Heavy-Duty Straight Blade snowplow, which must include a mounting kit and a cost estimate for shipping. This procurement is essential for maintaining operational efficiency in snow removal and utility transportation, reflecting the government's commitment to supporting Indian Small Business Economic Enterprises (ISBE) under the Buy Indian Act. Interested vendors must submit their quotes via email by March 25, 2025, and direct any questions to Shandiin DeWolfe at Shandiin.DeWolfe@ihs.gov by March 18, 2025.
    MODIFICATION 001 - Two (2) Licensed Independent Social Workers - Santa Fe Indian Health Center & Satellite Clinics
    Buyer not available
    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.
    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.
    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.
    Sources Sought: UFMS and HYPERION Operations and Maintenance (O&M) Support
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking information from qualified entities for a Sources Sought Notice regarding Operations and Maintenance (O&M) support for UFMS and HYPERION systems. The procurement aims to gather capabilities for providing technical, functional, and business operations support for the IHS Office of Finance and Accounting and its Area Offices, focusing on systems such as Oracle Federal Financials and Oracle Hyperion. This initiative is crucial for ensuring effective financial management and reporting within the IHS, and responses are particularly encouraged from Indian Small Business Economic Enterprises (ISBEE) and other small business concerns under NAICS code 541511. Interested parties should submit their capabilities, including a cover page, executive summary, technical capabilities, and past performance, not exceeding 10 pages, to the primary contact, Hillary Marshall, at Hillary.Marshall@ihs.gov, or the secondary contact, Natasha Bitsoi, at Natasha.Bitsoi@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.
    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).