Western Oregon Service Unit Grounds Maintenance

Project ID: 75H71326Q00032 FederalOpportunitiesSynopsis Solicitation
Overview
AgencyIndian Health Service
Deadline06/03/26
Posted05/08/26
Estimated ValueNot Provided
Set AsideISBEE
NAICS561730 - Landscaping Services
PSCS208 - Housekeeping- Landscaping/Groundskeeping
LocationSalem, OR 97305 United States
Description
Primary Latest Change

Summary

This is a combined synopsis/solicitation for commercial services prepared in accordance with FAR Part 12. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation No. 75H71326Q00032 has been issued as a Request for Quotation (RFQ) for a firm-fixed-price commercial services purchase order for Grounds Maintenance Services for the Indian Health Service, Portland Area Office, Western Oregon Service Unit, Salem, Oregon. The scope of work includes complete grounds maintenance services for the Western Oregon Service Unit campus, including routine grounds maintenance, mowing, edging, weed and leaf removal, retention pond maintenance, trash and debris policing, sidewalk and stairway cleaning, vegetation trimming, annual pruning, approved chemical applications, debris disposal, and snow and ice removal as needed. The anticipated period of performance includes one 12-month base period and four 12-month option periods. The base period shall begin on the date stated in the award and continue for 12 months. Each option period, if exercised, will continue for 12 months following the prior performance period. The place of performance is the Western Oregon Service Unit campus, Chemawa Indian Health Center, 3750 Chemawa Road NE, Salem, Oregon 97305. Government acceptance will occur at the Western Oregon Service Unit.

Solicitation Number

75H71326Q00032

Request Type

Request for Quotation

Contract Type

Firm Fixed Price Commercial Services Set-Aside: Indian Small Business Economic Enterprise (ISBEE) Set-Aside under the Buy Indian Act

NAICS Code

561730 - Landscaping Services

Small Business Size Standard

$9.5 million average annual receipts

Product Service Code

S208 - Housekeeping - Landscaping/Groundskeeping

Issue Date

May 8, 2026

Quotation Due Date

June 2, 2026 at 5:00 PM Pacific Time

Submit Quotations To

jacob.blalock@ihs.gov and pao.doa@ihs.gov

Email Subject Line

75H71326Q00032 - WOSU Grounds Maintenance Quote This requirement is set aside for Indian Small Business Economic Enterprises. Under the Buy Indian Act, offers are solicited only from Indian Economic Enterprises that are also small business concerns under the applicable NAICS code. Offers received from enterprises that are not both Indian Economic Enterprises and small business concerns will not be considered and will be rejected. Offerors shall submit a completed IHS Indian Economic Enterprise Representation Form with the quotation. The offeror shall remain eligible as an Indian Economic Enterprise at the time of quotation, at the time of award, and throughout contract performance. If an offeror proposes to use subcontractors or teaming partners, the quotation shall clearly identify the proposed subcontracting or teaming arrangement and show how the prime offeror will comply with applicable Buy Indian Act subcontracting limitations. ATTACHMENTS Attachment 1 - Schedule of Items Attachment 2 - Performance Work Statement Attachment 3 - IHS IEE Representation Form Attachment 4 - Wage Determination 2015-5573 Rev. 28 Attachment 5 - Landscape Map

APPLICABLE PROVISIONS AND CLAUSES

The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2026-01 dated March 13, 2026. FAR 52.212-1 Instructions to Offerors Commercial applies to this acquisition. FAR 52.212-2 Evaluation Commercial Items applies to this acquisition. FAR 52.212-4 Contract Terms and Conditions Commercial Items applies. Full text available at http://www.acquisition.gov FAR 52.204-7, System for Award Management - Registration (NOV 2025). FAR 52.212-1, Instructions to Offerors - Commercial Products and Commercial Services (NOV 2025). FAR 52.212-2, Evaluation - Commercial Products and Commercial Services (NOV 2025). FAR 52.217-5, Evaluation of Options (NOV 2025). FAR 52.203-17, Contractor Employee Whistleblower Rights (NOV 2023). FAR 52.204-13, System for Award Management - Maintenance (NOV 2025). FAR 52.204-19, Incorporation by Reference of Representations and Certifications (DEC 2014). FAR 52.212-4, Terms and Conditions - Commercial Products and Commercial Services (NOV 2025). FAR 52.217-8, Option to Extend Services (NOV 1999). FAR 52.217-9, Option to Extend the Term of the Contract (MAR 2000). FAR 52.219-14, Limitations on Subcontracting (NOV 2025). FAR 52.222-3, Convict Labor (NOV 2025). FAR 52.222-35, Equal Opportunity for Veterans (NOV 2025). FAR 52.222-36, Equal Opportunity for Workers with Disabilities (NOV 2025). FAR 52.222-37, Employment Reports on Veterans (NOV 2025). FAR 52.222-41, Service Contract Labor Standards (NOV 2025). FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014). FAR 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards - Price Adjustment (Multiple Year and Option Contracts) (NOV 2025). FAR 52.222-50, Combating Trafficking in Persons (NOV 2025). FAR 52.222-54, Employment Eligibility Verification (NOV 2025). FAR 52.222-62, Paid Sick Leave Under Executive Order 13706 (NOV 2025). FAR 52.224-1, Privacy Act Notification (APR 1984). FAR 52.224-2, Privacy Act (APR 1984). FAR 52.224-3, Privacy Training (JAN 2017). FAR 52.226-8, Encouraging Contractor Policies to Ban Text Messaging While Driving (May 2024). FAR 52.232-33, Payment by Electronic Funds Transfer - System for Award Management (OCT 2018). FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (MAR 2023). FAR 52.233-3, Protest After Award (NOV 2025). FAR 52.233-4, Applicable Law for Breach of Contract Claim (NOV 2025). FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation (APR 1984). FAR 52.237-3, Continuity of Services (JAN 1991). FAR 52.237-7, Indemnification and Medical Liability Insurance (NOV 2025). FAR 52.240-91, Security Prohibitions and Exclusions (NOV 2025). FAR 52.240-93, Basic Safeguarding of Covered Contractor Information Systems (NOV 2025). FAR 52.244-6, Subcontracts for Commercial Products and Commercial Services (NOV 2025). DEPARTMENT OF HEALTH AND HUMAN SERVICES ACQUISITION REGULATION (HHSAR) (48 CFR CHAPTER 3) CLAUSES: HHSAR 352.224-70, Privacy Act (DEC 2015). HHSAR 352.226-1, Indian Preference (DEC 2015). HHSAR 352.226-2, Indian Preference Program (DEC 2015). HHSAR 352.226-4, Notice of Indian Small Business Economic Enterprise Set-Aside (JAN 2022). HHSAR 352.226-6, Indian Economic Enterprise Subcontracting Limitations (JAN 2022). HHSAR 352.226-7, Indian Economic Enterprise Representation (JAN 2022). HHSAR 352.232-71, Electronic Submission of Payment Requests (FEB 2022). HHSAR 352.237-70, Pro-Children Act (DEC 2015). HHSAR 352.237-71, Crime Control Act of 1990 - Reporting of Child Abuse (DEC 2015). HHSAR 352.237-72, Crime Control Act of 1990 - Requirement for Background Checks (DEC 2015). HHSAR 352.239-73, Electronic and Information Technology Accessibility Notice (DEC 2015). HHSAR 352.239-74, Electronic and Information Technology Accessibility (DEC 2015). The Contractor may submit invoices weekly or monthly through IPP. Invoices shall only include services that have been performed. Weekly invoices shall be based on the applicable weekly unit price for completed weekly service periods. Monthly invoices shall be based on the sum of the applicable weekly unit prices for completed weekly service periods included in the monthly invoice period.

Submission of Quotes

Quotations shall be submitted electronically to jacob.blalock@ihs.gov and pao.doa@ihs.gov no later than June 2, 2026 at 5:00 PM Pacific Time. The email subject line should read: 75H71326Q00032 - WOSU Grounds Maintenance Quote. The Government may consider a quotation received after the due date and time only if the Contracting Officer determines that doing so would not unduly delay the acquisition and would be in the Government interest. Offerors are responsible for ensuring timely receipt. Quotes shall include: - Completed price quote (CLIN Schedule of Items) with weekly pricing and extended annual amounts for the base period and all four option periods, and shall include all labor, management, supervision, equipment, tools, materials, supplies, fertilizer, herbicide, ice melt, consumables, transportation, disposal fees, insurance, overhead, profit, and other costs necessary to perform the requirement. - Technical quotation addressing the Performance Work Statement and evaluation factors below, including routine grounds maintenance, retention pond maintenance, snow and ice removal, chemical application controls, quality control, equipment, and debris disposal. - Technical submission addressing demonstrated prior experience and past performance on recent and relevant grounds maintenance, landscaping, or facilities support requirements, including at least three references. - Confirmation of active SAM.gov registration for Federal Government contracts and the offeror's UEI. - Evidence of required licenses, insurance, and pesticide or herbicide applicator certifications, if chemicals will be applied. - Completed IEE Form. Questions Questions regarding this solicitation shall be submitted in writing via email to jacob.blalock@ihs.gov and pao.doa@ihs.gov no later than four (4) business days prior to the closing date. The subject line shall include the solicitation number 75H71326Q00032.

BASIS FOR AWARD

The Government intends to award a contract to the responsible Offeror whose quote represents the best value to the Government, considering price and non-price factors. The Government may award to other than the lowest-priced Offeror. The Government reserves the right to: - Make no award - Evaluate quotes without discussions - Communicate with Respondents for clarification purposes only - Exclude quotes that fail to follow solicitation instructions

EVALUATION FACTORS

The Government will award a purchase order to the responsible offeror whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The Government may make no award if no quotation is technically acceptable, if no offeror is responsible, or if pricing is not determined fair and reasonable. The following factors will be used to evaluate quotations: Factor 1 - Technical Capability and Staffing/Team Approach. The Government will evaluate the extent to which the quotation demonstrates the ability to perform the Performance Work Statement and achieve the required outcomes for routine grounds maintenance, mowing and edging, parking lot and sidewalk cleaning, retention pond maintenance, pruning and vegetation management, chemical application controls, snow and ice response, safety, debris disposal, quality control, and continuity of service. The Government will evaluate whether the proposed staffing, supervision, schedule, equipment, and communication approach are adequate for performance at an operating healthcare campus. If subcontractors or teaming partners are proposed, the Government will evaluate whether the arrangement is organized and enforceable and whether the prime offeror demonstrates a credible plan to manage the work and comply with applicable Buy Indian Act subcontracting limitations. A quotation may be found technically unacceptable if it merely restates the PWS without explaining how the work will be performed or if it fails to demonstrate credible capability to perform and manage the requirement. Factor 2 - Past Performance. The Government will evaluate the recency and relevance of the offeror and any proposed major subcontractor experience providing comparable grounds maintenance, landscaping, retention pond maintenance, snow and ice removal, facilities support, subcontractor management, and reporting services. The Government may consider references provided by the offeror and information available from other Government or commercial sources. The Government may consider timeliness, quality, customer satisfaction, safety, management of subcontractors, and performance on similar requirements. An offeror without any history of Past Performance will receive a neutral rating for this factor. Factor 3 - Price. The Government will evaluate the total evaluated price, including the base period and all option periods. Total evaluated price will be calculated using the extended annual amounts for all five line items. The Government will determine whether prices are fair and reasonable. The Government may also evaluate price realism to assess whether the quoted weekly prices reflect a clear understanding of the requirement and are not so low as to create unacceptable performance risk. The Government may determine a quotation unacceptable if option prices are significantly unbalanced, incomplete, unrealistic, or if the price is not fair and reasonable.

Relative Importance

Factor 1 is more important than Factor 2. Factors 1 and 2, when combined, are more important than Factor 3, Price. Price will become more important as non-price quotations become more equal. The Government may award to other than the lowest-priced offeror. Options: The Government will evaluate quotations for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options does not obligate the Government to exercise the option(s).

AWARD INFORMATION

A single award is anticipated. Written notice of award or acceptance of a quotation furnished to the successful offeror within the time for acceptance specified in the quotation shall result in a binding contract without further action by either party. The Government reserves the right to award without exchanges, to communicate with offerors if needed, to reject any or all quotations, and to waive informalities and minor irregularities when in the Government interest. End of Combined Synopsis-Solicitation.

Summary (Newest Update)

Background The Indian Health Service (IHS) is issuing this solicitation for Grounds Maintenance Services for the Portland Area Office, specifically for the Western Oregon Service Unit located in Salem, Oregon. The goal of this contract is to ensure that the campus remains safe, clean, accessible, and hazard-free for patients, staff, and visitors. This requirement is set aside for Indian Small Business Economic Enterprises under the Buy Indian Act. Work Details The contractor shall provide complete grounds maintenance services including: - Routine grounds maintenance - Mowing and edging - Weed and leaf removal - Retention pond maintenance - Trash and debris policing - Sidewalk and stairway cleaning - Vegetation trimming - Annual pruning - Approved chemical applications - Debris disposal - Snow and ice removal as needed. Specific tasks include inspecting and maintaining parking lot retention ponds, collecting trash from various areas, sweeping sidewalks, removing weeds and dead vegetation, hauling away debris after each service visit, mowing lawns to maintain an orderly appearance, trimming bushes monthly, applying fertilizers as needed, aerating lawns annually, pruning trees once a year, controlling chemical applications responsibly, and providing snow and ice removal during winter weather events. The contractor must also provide a written service report with each invoice detailing services performed. Period of Performance The contract will have a base period of 12 months with four additional 12-month option periods available. Place of Performance The work will be performed at the Western Oregon Service Unit campus located at 3750 Chemawa Road NE, Salem, Oregon 97305.

Contacts
Contact nameJacob Blalock
Contact emailjacob.blalock@ihs.gov
Contact phone(503) 304-7661
Contact fax(503) 304-7677
Same Region Opportunities