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 soliciting quotes for landscape services at the Mashpee Wampanoag Health Service Unit in Mashpee, Massachusetts. The procurement aims to maintain the landscaping and gutter services for three modular units, ensuring a professional appearance and preventing infestation, with services required from March 1, 2026, to October 31, 2026, and four optional one-year extensions. This opportunity is a 100% set-aside for Indian Small Business Economic Enterprises under the Buy Indian Act, emphasizing the importance of supporting Indian-owned businesses. Interested vendors must submit their quotes, including required documentation, to Courtney Davis at courtney.davis@ihs.gov by 3:00 p.m. Central Time on December 15, 2025, to be considered for the contract, which will be awarded based on the lowest price technically acceptable.

    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 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.
    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
    IHS Nationwide Multiple Award Task Order Contract
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service, is soliciting proposals for the IHS Nationwide Multiple Award Task Order Contract (MATOC) aimed at providing design-build and design-bid-build services for the construction, renovation, alteration, and repair of medical facilities across various IHS geographic regions. This Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract will primarily focus on facilities in areas such as Albuquerque, Billings, California, Great Plains, Nashville, Navajo, Oklahoma City, Phoenix, and Portland, with a maximum contract capacity of $10 million per awardee and a guaranteed minimum order of $1,000. The selected contractors will be responsible for a range of services, including the modernization of the Kyle Health Center in South Dakota, which has a seed project budget between $1 million and $5 million, and must comply with various federal regulations, including the Buy Indian Act. Interested parties must submit their proposals by December 5, 2025, and can direct inquiries to Matt D Sanders at matt.sanders@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov.
    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.
    Ophthalmic Equipment Service and Maintenance - 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 qualified contractors to provide ophthalmic equipment service and maintenance for the Santa Fe Indian Health Center and its satellite clinics in New Mexico. The procurement aims to ensure the proper functioning and upkeep of essential medical equipment, which is critical for delivering quality eye care services to the community. This contract will be awarded as a Firm-Fixed-Price agreement, consisting of a 12-month base period with four additional option years, and is set aside for Indian Small Business Economic Enterprises (ISBEEs) as the primary tier. Interested offerors must submit their quotes by December 5, 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.
    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.
    Sources Sought: IEE SMAART Medical Systems Inc PACS service and support
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified Indian Economic Enterprises (IEE) to provide service and support for the SMAART© Medical Systems Inc Picture Archiving and Communications System (PACS) across multiple healthcare facilities in the Great Plains Area. The primary objective is to ensure connectivity to the PACS data center, including software updates and the provision of cloud-based image sharing capabilities, while maintaining compatibility with existing SMAART© systems. This procurement is critical for enhancing the efficiency and functionality of healthcare services provided to Indian Health Service facilities, with a firm fixed price purchase order anticipated for a base period starting January 1, 2026, and extending through multiple option years. Interested parties must submit their capability statements by December 5, 2025, to Erin Doering at Erin.Doering@ihs.gov, and must self-certify their status as an Indian Firm under the Buy Indian Act.
    HVAC Preventive Maintenance and Repair Services - Ute Mountain Ute Health Center - Towaoc, CO
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors to provide Heating, Ventilation, and Air Conditioning (HVAC) preventive maintenance and repair services for the Ute Mountain Ute Health Center located in Towaoc, Colorado. The procurement involves a firm-fixed-price contract for a base year starting January 1, 2026, with four optional one-year extensions, focusing on bi-annual maintenance and as-needed repairs for six HVAC units. This opportunity is set aside for Indian Small Business Economic Enterprises (ISBEEs) and other small businesses, with evaluation criteria emphasizing technical capability, past performance, and pricing. Interested vendors must submit their quotes via email by 5:30 PM MST on December 5, 2025, and can direct inquiries to Shandiin DeWolfe at Shandiin.DeWolfe@ihs.gov or (505) 256-6755.
    FY26 GSU THC CEILING TILE SUPPLIES
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service's Navajo Area Indian Health Service, is soliciting offers for ceiling tile supplies for the Tohatchi Health Center in New Mexico. This procurement is set aside for Indian-owned Small Business Economic Enterprises (ISBEE) and requires offerors to demonstrate technical capability, delivery timelines, and pricing in their proposals. The contract performance period is from January 1, 2026, to January 31, 2026, with proposals due by December 5, 2025, at 11:00 AM MS. Interested parties should contact Ken Parrish at Ken.Parrish@ihs.gov or call 928-871-1342 for further information.
    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.