SOURCES SOUGHT
S -- Sacred Oaks Healing Center Landscape Flood Mitigation
- Notice Date
- 1/13/2026 9:57:52 AM
- Notice Type
- Sources Sought
- NAICS
- 561730
— Landscaping Services
- Contracting Office
- CALIFORNIA INDIAN HEALTH SERVICE SACRAMENTO CA 95814 USA
- ZIP Code
- 95814
- Solicitation Number
- 75H703-26-SS-00001
- Archive Date
- 01/21/2026
- Point of Contact
- Jose TapiaRamirez
- E-Mail Address
-
jose.tapiaramirez@ihs.gov
(jose.tapiaramirez@ihs.gov)
- Small Business Set-Aside
- ISBEE Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior and Indian Health Services)
- Description
- Sources Sought Number 75H703-26-SS-00001. This �Sources Sought� is for Market Research purposes only. Its purpose is to gauge interest regarding availability and capabilities of qualified small business entities. This notice may or may not result in a Solicitation, Request for Proposal (RFP), Invitation for Bid (IFB) or Request for Quotation (RFQ). The Indian Health Service (IHS), California Area Office (CAO) will utilize any responses for information purposes only upcoming Government acquisitions. Agency Mission. Indian Health Service (IHS) is an agency within the Department of Health and Human Services (DHHS), is responsible for providing federal health services to American Indians and Alaska Natives from federally recognized tribes. The California Area Office�s (CAO) mission is to raise the physical, mental, social, and spiritual health of American Indians and Alaska Natives to the highest level. IHS, CAO will utilize responses to determine set-aside potential and competition requirements to methods of procurement, i.e., Request for Proposals (RFP), Request for Quotations (RFQ), Invitation for Bids (IFB). Any competition requirements and subsequent contract types which may include Indefinite Delivery Indefinite Quantity (IDIQ), Requirement contracts, and/or standalone contracts for a specific services or items. All acquisitions will be solicited and awarded utilizing Federal Acquisition Regulations, DHHS and IHS policies, regulations, and best practices. Indian Economic Enterprise (IEE) and Indian Small Business Economic Enterprise (ISBEE) Preference. The Government is interested in ALL businesses to include Native-Owned entities. In order to analyze set-aside potential, your response shall include a facsimile copy of the owner�s Tribal Enrollment Card or Certificate of Indian Blood. The ISBEE firm shall have 51% share of: (1) Native ownership; (2) Day-to-day operations; and (3) Self-Performance this same share of the work with W9 staff. More information may be found at: https://www.hhs.gov/about/news/2022/01/13/ihs-announces-efforts-provide-more-opportunity-contracting-indian-owned-businesses.html. Requirement. The Indian Health Service, California Area Office, anticipates a requirement for Flood Mitigation and Landscape Maintenance Services at the Sacred Oaks Healing Center, located in Davis, California. The Sacred Oaks Healing Center is a residential behavioral health treatment facility situated on approximately 12 acres. The anticipated services include, but are not limited to: Preventative and corrective maintenance of flood mitigation systems (berms, drainage swales, culverts, storm drains, underground stormwater chambers, and lift station pumps) Biannual storm drain cleaning and erosion control Bi-weekly landscape and grounds maintenance Invasive species identification and removal Seasonal landscaping services (mulch refresh, power washing, pruning) Development and implementation of flood mitigation and landscaping management plans Small Business and Other Small Business Categories. The purpose of this notice is to gain knowledge of interest, capabilities and qualifications of small business entities in the following categories. All small businesses types are encouraged to respond to this notice, they include: Small Business; Small Disadvantaged Business; Native American Owned Business. Indian Small Business Economic Enterprise (ISBEE) or Indian-Owner Economic Enterprise (IEE)-to be considered for an IHS contract awarded under the Buy Indian act, offeror must be a member of a federally recognized tribe; Provide the name of your tribe along with verification of tribal registration in form of a reproduced copy of a Tribal Enrollment Card or Certificate of Indian Blood; 8(a); HUBZone; Service-Disabled Veteran-Owned; Veteran-Owned; and Women-Owned Businesses. Period of Performance. The Government is contemplating soliciting with a base period (365-calendar days), and four (4) one-year option periods (365-calendar days each). Exercising of the option periods is dependent upon the Contractor�s successful performance for the previous period and the Government�s bona fide need for the work efforts. NAICS Code. The anticipated NAICS Code(s) for this requirement may include: 561730 � Landscaping Services 237990 � Other Heavy and Civil Engineering Construction 238910 � Site Preparation Contractors Respondents are encouraged to identify which NAICS best represents their primary capability. Working with the Federal Government. System for Award Management. All parties interested in working with the Federal Government as a prime awardee, are required to register with the General Services Agency System for Award Management. Failure to register will result in Offeror�s Bid/Proposal/Quote to be considered unresponsive. More information can be found at https://sam.gov/content/home. Please note IHS does not run this platform for registration questions or issues please contact the Help Desk at 866.606.8220 or https://www.fsd.gov/gsafsd_sp/?id=gsa_landing Invoice Processing Platform (IPP). All parties interested in working with the Federal Government as a prime awardee, are required to register with the Department of Treasury�s Invoice Processing Platform. IPP is a secure, web-based service, which manages Government invoicing, and payment. More information can be found at https://www.ipp.gov. Please note IHS does not run this platform for registration questions or issues please contact the Help Desk at 866.973.3131 or IPPCustomerSupport@fiscal.treasury.gov. Required Information in your package. Your response to this notice shall include: Business Name and Contact Information. Business Name, Address, Point of Contact for further information; Phone Number, and Email Address; IHS Buy Indian Program. In order to self-certify firm as an Indian Small Business Economic Enterprise (ISBEE) a reproduced copy of a Tribal Enrollment Card or Certificate of Indian Blood. More information can be found at: The Buy Indian Act | Division of Acquisition Policy (ihs.gov) UEI. Unique Entity ID. Business Size. Please indicate the firm�s business size, i.e., Large Business, Small Business, Native Owned, Service Disabled Veteran Owned, Veteran Owned, HubZone, etc. More information regarding business size and each categories size parameters can be found at https://www.sba.gov/document/support-table-size-standards Experience. Provide no more than two (2) sheets detailing your company�s experience doing the same or similar work in the last two-year period. Project Delivery Team (PDT) Meetings. The Owner and/or Chief Executive Officer shall be available to meet face-to-face with the Contracting Officer�s Representative and/or Contracting Officer on a weekly basis at the job site. If your company were awarded a contract with IHS, how will your company fulfill this contractual obligation? Please describe as part of your response to this notice. Point(s) of Contact: Primary PoC. Jose Tapia, Contracting Specialist, Indian Health Service, California Area Office, 650 Capitol Mall, Suite 7-100, Sacramento, CA 95814, Email: Jose.tapiaramirez@ihs.gov Alternate PoC. Ronda English, Contracting Officer, Indian Health Service, California Area Office, 650 Capitol Mall, Suite 7-100, Sacramento, CA 95814, Email: Ronda.English@ihs.gov Disclaimer. This is not a solicitation for bids or proposals. IHS will not award a contract as a result of this Sources Sought. The Government will not reimburse respondents for any costs associated with their response to this notice.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/62d84841b08a4c1fa37eaf5ff834e2ef/view)
- Place of Performance
- Address: Davis, CA 95616, USA
- Zip Code: 95616
- Country: USA
- Zip Code: 95616
- Record
- SN07686250-F 20260115/260113230045 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |