Opportunity
SAM #75H71326Q00032
Grounds Maintenance Services for Chemawa Indian Health Center, Western Oregon Service Unit
Buyer
Portland Area Indian Health Service (IHS)
Posted
May 08, 2026
Respond By
June 03, 2026
Identifier
75H71326Q00032
NAICS
561730
This opportunity seeks a contractor to provide comprehensive grounds maintenance services for the Western Oregon Service Unit campus at the Chemawa Indian Health Center in Salem, Oregon. - Government Buyer: - Department of Health and Human Services, Indian Health Service, Portland Area Office - OEMs and Vendors: - No specific OEMs or vendors are named in the solicitation - Products/Services Requested: - Full-service grounds maintenance, including: - Mowing, edging, and trimming - Weed and leaf removal - Retention pond maintenance - Trash and debris policing - Sidewalk and stairway cleaning - Vegetation trimming and annual pruning - Approved chemical applications - Debris disposal - Snow and ice removal as needed - Contractor must provide all labor, equipment, materials, and chemicals - Unique or Notable Requirements: - Set aside for Indian Small Business Economic Enterprises under the Buy Indian Act - Only eligible Indian Economic Enterprises that are also small business concerns may submit offers - Minimum of 12 hours of service per week, Monday through Friday during business hours - Offerors must submit the IHS Indian Economic Enterprise Representation Form, proof of required licenses/certifications, and evidence of relevant past performance - Performance-based contract with detailed standards and reporting requirements - Period of Performance: - 12-month base period with four 12-month option periods (total potential duration: five years) - Place of Performance: - Chemawa Indian Health Center campus, 3750 Chemawa Road NE, Salem, Oregon 97305
Description
Synopsis/Solicitation for Grounds Maintenance Services
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 Details
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.
Scope of Work
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 and annual pruning Approved chemical applications Debris disposal Snow and ice removal as needed
Period of Performance
The period includes one 12-month base period and four 12-month option periods. The base period begins on the date stated in the award and continues for 12 months. Each option, if exercised, will continue for 12 months following the prior period.
Place of Performance
The work will be performed at 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 INFORMATION
Details include: Solicitation Number: 75H71326Q00032 Request Type: Request for Quotation Contract Type: Firm Fixed Price Commercial Services Set-Aside: Indian Small Business Economic Enterprise (ISBEE) 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. Offers are solicited only from Indian Economic Enterprises that are also small business concerns under the applicable NAICS code. Offers from enterprises that are not both Indian Economic Enterprises and small businesses 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 throughout the process. If proposing to use subcontractors or teaming partners, the quotation must clearly identify the arrangement and demonstrate compliance with 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 and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2026-01 dated March 13, 2026. Relevant FAR clauses include: FAR 52.212-1 Instructions to Offerors—Commercial FAR 52.212-2 Evaluation—Commercial Items FAR 52.212-4 Contract Terms and Conditions—Commercial Items
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 Services (NOV 2025) FAR 52.212-2, Evaluation - Commercial Products and 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 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 (NOV 2025) FAR 52.222-50, Trafficking in Persons (NOV 2025) FAR 52.222-54, Employment Eligibility Verification (NOV 2025) FAR 52.222-62, Paid Sick Leave (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, Text Messaging While Driving (May 2024) FAR 52.232-33, Payment by Electronic Funds Transfer (OCT 2018) FAR 52.232-40, 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 (NOV 2025) FAR 52.237-2, Protection of Government Buildings (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 Services (NOV 2025)
HHSAR 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 - 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 performed. Weekly invoices are based on the weekly unit price for completed periods; monthly invoices are based on the sum of weekly prices within the period.
INSTRUCTIONS AND EVALUATION CRITERIA
Submission of Quotes
Quotations shall be submitted electronically to jacob.blalock@ihs.gov and pao.doa@ihs.gov no later than June 2, 2026, 5:00 PM PT. The email subject line must read: 75H71326Q00032 - WOSU Grounds Maintenance Quote.
The Government may consider late submissions only if they do not cause undue delay and are in the Government's interest. Offerors are responsible for timely submission.
Quotes shall include: Completed price quote (CLIN Schedule of Items) with weekly pricing and extended amounts for all periods, including all costs necessary to perform the requirement. Technical quotation addressing the Performance Work Statement and evaluation factors, including routine grounds maintenance, pond maintenance, snow and ice removal, chemical application, quality control, equipment, and debris disposal. Demonstrated prior experience and past performance, including at least three references. Active SAM.gov registration and UEI. Licenses, insurance, and certifications if chemicals are applied. Completed IEE Form.
Questions
Questions shall be submitted in writing via email to jacob.blalock@ihs.gov and pao.doa@ihs.gov no later than four (4) business days before the closing date. The subject line must include the solicitation number 75H71326Q00032.
BASIS FOR AWARD
The award will be made to the responsible offeror whose quote offers the best value, considering price and non-price factors. The Government may award other than the lowest-priced offeror and reserves the right to: Make no award Evaluate without discussions Clarify with respondents Reject non-compliant quotes
EVALUATION FACTORS
The Government will award based on the most advantageous quote considering technical capability, past performance, and price. Factors include: Technical Capability and Staffing/Team Approach: Ability to perform the work and manage the requirement effectively, including staffing, supervision, schedule, equipment, and communication. Subcontractor arrangements will also be evaluated. Past Performance: Recent and relevant experience, references, quality, safety, and management. Price: Total evaluated price, fairness, reasonableness, and realism.
Factor 1 is more important than Factor 2; combined, Factors 1 and 2 are more important than Price. Price becomes more important when non-price quotes are similar. The Government may award to other than the lowest-priced offeror.
Options will be evaluated by adding their total price to the base period, but this does not obligate the Government to exercise them.
AWARD INFORMATION
A single award is anticipated. The successful offeror will receive written notice, resulting in a binding contract. The Government may award without exchanges, reject any or all quotes, and waive minor irregularities if in the Government's interest.
End of Combined Synopsis-Solicitation.