Landscape Services for IHS, Mashpee Wampanoag Health Service Unit
ID: 75H71526Q00007Type: 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, specifically the Indian Health Service (IHS), is seeking qualified vendors to provide landscape services for the Mashpee Wampanoag Health Service Unit located in Mashpee, Massachusetts. The procurement is a 100% set-aside for Indian Small Business Economic Enterprises under the Buy Indian Act, with a firm-fixed price purchase order covering services from March 1, 2026, to October 31, 2026, and four optional one-year extensions through October 2030. These landscape services are crucial for maintaining the health service units' professional appearance and preventing infestations, with specific tasks including mowing, trimming, and gutter cleaning. Interested vendors must submit their quotes by email to Courtney Davis at courtney.davis@ihs.gov by 3:00 PM Central Time on December 29, 2025, and must be registered in the System for Award Management (SAM) with an active Unique Entity ID (UEI) number.

    Point(s) of Contact
    Files
    Title
    Posted
    The Indian Health Service (IHS) requires potential contractors to complete a Buy Indian Act Indian Economic Enterprise (IEE) Representation Form. This form serves as a self-certification that the offeror meets the definition of an “Indian Economic Enterprise” as defined by HHSAR 326.601, and this eligibility must be maintained throughout the offer, award, and contract performance periods. Contractors must immediately notify the Contracting Officer if they no longer meet these requirements. Documentation of eligibility may be requested, and successful offerors must also be registered with the System for Award Management (SAM). False or misleading information can lead to severe penalties under federal law.
    The document outlines a price schedule for landscape services at the Mashpee Wampanoag Health Service Unit. It specifies that pricing must be all-inclusive, covering labor, materials, equipment, tools, travel, lodging, per diem, fringe benefits, and all applicable taxes. The services are based on an estimated 64 hours annually (8 hours monthly for 8 months) for a base year (March 1, 2026 – October 31, 2026) and four subsequent 12-month option years (November 1, 2026 – October 31, 2030). The schedule requires vendors to provide an hourly rate for each year and a total cost for the base year plus all four option years.
    This government file outlines key provisions and clauses for federal solicitations and contracts, emphasizing the incorporation of Federal Acquisition Regulation (FAR) and Health and Human Services Acquisition Regulation (HHSAR) clauses by reference. It details procedures for accessing full text provisions electronically and indicates authorized deviations. A significant portion addresses Supply Chain Risk Assessment (SCRM), requiring offerors and contractors to provide detailed information on their supply chain, foreign ownership, business affiliations, and compliance history. Non-compliance with SCRM requirements may lead to ineligibility for award or contract performance. The document also includes specific provisions for Indian Economic Enterprise set-asides under the Buy Indian Act, outlining eligibility, representation, and subcontracting limitations. Furthermore, it covers options to extend services and contract terms, availability of funds, and mandates electronic submission of payment requests through the Invoice Processing Platform (IPP), detailing required invoice content and submission procedures.
    The Indian Health Service (IHS), Nashville Area Office, is issuing Solicitation No. 75H71526Q00007 for Landscape Services for the Mashpee Wampanoag Health Service Unit in Mashpee, MA. This is a 100% set-aside for Indian Small Business Economic Enterprises under the Buy Indian Act. The firm-fixed price purchase order will cover landscape services from March 2026 to October 2026, with four one-year option periods extending through October 2030. Quotes must include a completed price schedule, past performance information, and various forms demonstrating Indian Economic Enterprise representation. Vendors must be registered in the System for Award Management (SAM) with an active Unique Entity ID (UEI) number. Award will be based on the lowest-priced technically acceptable quote. Submissions are due via email by 3:00 pm Central Time on December 29, 2025, to Courtney Davis at courtney.davis@ihs.gov.
    The Indian Health Service (IHS), Nashville Area Office, is soliciting quotes for Landscape Services for the Mashpee Wampanoag Health Service Unit in Mashpee, MA. This is a 100% set-aside for Indian Small Business Economic Enterprises under the Buy Indian Act. The solicitation (No. 75H71526Q00007) seeks a firm-fixed price purchase order for services from March 1, 2026, to October 31, 2026, with four one-year option periods. Quoted pricing must be all-inclusive. Vendors must be registered in the System for Award Management (SAM) with an active Unique Entity ID (UEI) number. Quotes must include completed SF 1449 sections, a price schedule, past performance information (minimum of 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. Submissions are due via email to courtney.davis@ihs.gov by 3:00 p.m. Central Time on December 15, 2025.
    The document outlines a federal government Request for Proposal (RFP) process, focusing on the submission and evaluation of proposals. It details the solicitation number, key dates for submission, and contact information. The RFP emphasizes a comprehensive approach to proposal development, including specific technical requirements and evaluation criteria. It also provides instructions for addressing inquiries and outlines the structure for proposal content, covering aspects like technical solutions, management plans, and pricing. The document highlights the importance of adherence to federal acquisition regulations and ethical considerations throughout the procurement process. It further specifies the duration of the contract and the deliverables expected from the successful bidder, emphasizing compliance and performance standards.
    This government document, an amendment to a solicitation, primarily serves to extend the closing date and time for the Indian Small Business Economic Enterprise solicitation (Number 75H71526Q00007) to December 29, 2025, at 3 PM CT. It outlines the methods for offerors to acknowledge receipt of this amendment, including completing specific items, acknowledging on each offer copy, or sending a separate communication. Failure to acknowledge receipt by the specified deadline may lead to the rejection of an offer. The document also clarifies that if an offeror wishes to change a previously submitted offer due to this amendment, such changes must be communicated and received before the opening hour and date. All other terms and conditions of the original solicitation remain unchanged. The amendment is issued by the Nashville Area Office and signed by Courtney Davis, the Contracting Officer.
    The document describes a property of approximately one acre, which is primarily occupied by a structure. This concise description, likely from a government RFP or grant application, provides a fundamental detail regarding land use and the extent of development on the parcel. It is essential for understanding the physical characteristics of the site in question.
    The Indian Health Service (IHS) Mashpee Wampanoag Health Service Unit requires landscape and gutter maintenance services for its three modular units (Medical, Dental, Administration). The contract, spanning a base year (March 1 to October 31, 2026) and four optional years, focuses on preserving the 14-year-old units, preventing infestation, and maintaining a professional image. Services include mowing, edging, trimming, weeding, leaf removal, debris cleanup, and gutter cleaning, to be performed monthly between March and October. The contractor must provide all equipment and materials, adhere to specific work hours (Monday-Friday, 8:00 AM-4:30 PM), and carry liability insurance. Personnel are subject to security requirements, including identity verification and suitability determinations. All project-related information is government property and requires approval for public release.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Janitorial and Cleaning Supplies - Santa Fe Indian Health Center
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service (IHS), is seeking quotes for janitorial and cleaning supplies for the Santa Fe Indian Health Center in New Mexico. This procurement is set aside for Indian Small Business Economic Enterprises (ISBEE) under the Buy Indian Act, with the aim of providing essential cleaning products to support the health center's operations. The selected contractor will be responsible for delivering a comprehensive range of janitorial supplies, adhering to specific technical requirements, and ensuring timely deliveries. Interested offerors must submit their quotes by January 9, 2026, at 12:30 PM MST, and are required to register with the System for Award Management (SAM) prior to award. For further inquiries, potential bidders can contact Patricia P. Trujillo at patricia.trujillo@ihs.gov or by phone at 505-256-6754.
    ISBEE Set-Aside: Indian Health Service - Oracle Hyperion Licenses
    Health And Human Services, Department Of
    The Indian Health Service (IHS) within the Department of Health and Human Services is seeking quotations for Brand Name Oracle Hyperion Licenses, specifically for the renewal of existing licenses. This procurement is 100% set-aside for Indian Small Business Economic Enterprises (ISBEE) under NAICS code 541519, and it includes a fixed-price purchase order covering a base period from January 29, 2026, to January 28, 2027, with four optional one-year extensions through January 28, 2031. The Oracle Hyperion software is critical for IHS's centralized planning, budgeting, and forecasting processes, ensuring continuity and efficiency in operations. Interested vendors must submit their quotes by December 26, 2025, at 10 AM EST, and direct any questions to Natasha Bitsoi at Natasha.Bitsoi@ihs.gov by December 17, 2025.
    Firm-Fixed-Price, Non-Personal Services – Two (2) Hospitalist/Nocturnist Services-Pine Ridge, SD
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified Indian Small Businesses Economic Enterprises (ISBEE) to provide two Hospitalist/Nocturnist services at the Pine Ridge Comprehensive Health Care Facility in South Dakota. The objective is to secure non-personal services through a firm-fixed-price contract, which includes a three-month base period and nineteen additional three-month options, to enhance healthcare delivery for the Oglala Lakota Nation. This procurement is critical for addressing high patient demand and ensuring continuity of care in a facility that serves a significant population of American Indians and Alaska Natives. Interested parties must submit their capability statements by January 15, 2026, to Mona Weinman at mona.weinman@ihs.gov, including relevant company information and experience in similar services.
    Medical Equipment and Furnishings, Fixtures, and Equipment (FF&E) Planning Software as a Services (SaaS)
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for a Medical Equipment and Furnishings, Fixtures, and Equipment (FF&E) Planning Software as a Service (SaaS) to support the construction of new healthcare facilities. The objective is to acquire a software license that replaces current spreadsheet-based methods, which have resulted in cost overruns and project delays, by providing a web-based solution with features such as real-time updates, API connectivity, and compliance with federal regulations. Proposals are due by December 26, 2025, at 3:00 PM EST, with the contract covering a base year and one option year, and inquiries should be directed to Contracting Officer Jong Kim at jong.kim@ihs.gov or 206-619-0638.
    Medical Storage Cabinets Upgrade
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is soliciting proposals for the upgrade of medical storage cabinets at the Inscription House Health Center located in Tonalea, Arizona. The project entails the provision and installation of new, durable, and easy-to-clean medical cabinetry systems, including countertops and plumbing fixtures, while also requiring the removal of old cabinetry and related site preparation work. This procurement is designated as an Indian-Owned, Small Business Economic Enterprise (ISBEE) Set-Aside, emphasizing the importance of supporting Indian Economic Enterprises in federal contracting. Interested vendors must submit their proposals by January 6, 2025, and can direct inquiries to Flora Washington at flora.washington@ihs.gov or by phone at 928-380-8345.
    SOURCES SOUGHT: IAW Buy Indian Act of 1910: Inpatient Department Physician Services at Hopi Health Care Center
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors to provide non-personal professional Inpatient Physician Services at the Hopi Health Care Center in Polacca, Arizona. The procurement aims to address staffing shortages in a rural healthcare setting, with a contract duration of 12 months and four optional one-year extensions. The selected contractor will be responsible for delivering essential medical services to a critical access hospital serving approximately 18,000 residents, ensuring compliance with IHS policies and TJC accreditation standards. Interested firms must respond by December 29, 2025, at 12 PM ET, and provide necessary documentation, including the Indian Economic Enterprise Representation form, to demonstrate eligibility under the Buy Indian Act. For inquiries, contact Michele Lodge at Michele.Lodge@ihs.gov or call 702-204-9522.
    Two (2) Information Technology Specialists - 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 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.
    Bryan James (Skokomish) Replacement OSS
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified small businesses for the Bryan James (Skokomish) Replacement On-Site Septic System project in Mason County, Washington. This procurement involves the installation of a complete septic system, including sewer pipes, septic and pump tanks, effluent transport, and a gravel trench drainfield, while also requiring the abandonment of the existing tank. The project is significant for improving sanitation and public health in the area, with an estimated contract value between $25,000 and $100,000. Interested parties must respond to the Sources Sought notice by 2:00 pm CST on January 5, 2026, and can contact Robert S. Miller at robert.miller2@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov for further information.
    Albuquerque Area Indian Health Service Sustainable Products and Services
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified vendors for sustainable products and services in the Albuquerque area. This procurement aims to identify sources that can provide environmentally friendly and sustainable solutions tailored to the needs of the Indian Health Service. The goods and services procured will play a crucial role in enhancing healthcare delivery while promoting sustainability within the community. Interested vendors, particularly those classified as Indian Small Business Economic Enterprises (ISBEE), should reach out to Eric Wright at eric.wright@ihs.gov or call 505-256-6752 for further details regarding this opportunity.
    Crow Service Unit Pest Control Services
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified Indian Small Business Economic Enterprises (ISBEEs) to provide pest control services under a Sources Sought notice. The procurement aims to identify vendors capable of fulfilling exterminating and pest control services, with a contract duration consisting of a base period plus four option years, leveraging the Buy Indian Act to prioritize Indian Economic Enterprises. Interested vendors must submit a capability statement detailing their experience and compliance with IEE definitions, including ownership and management criteria, along with the Buy Indian Act Indian Economic Enterprise Representation Form. Responses should be directed to Vincent Hansen at Vincent.Hansen@ihs.gov, referencing Sources Sought ID 75H70926BAO-009-SS, by the specified deadline.