Mid-Atlantic Tribal Health Center General Maintenance

SOL #: 75H71526R00003Combined Synopsis/Solicitation

Overview

Buyer

Health And Human Services
Indian Health Service
NASHVILLE AREA INDIAN HEALTH SVC
NASHVILLE, TN, 37214, United States

Place of Performance

Charles City, VA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

Maintenance Of Laboratories And Clinics (Z1DB)

Set Aside

Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior) (ISBEE)

Timeline

1
Posted
Jan 21, 2026
2
Last Updated
Feb 4, 2026
3
Submission Deadline
Feb 12, 2026, 10:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The Indian Health Service (IHS), Nashville Area, is soliciting proposals for General Maintenance Services for the Mid-Atlantic Tribal Health Center (MATHC) in Charles City, VA. This opportunity is a Combined Synopsis/Solicitation for a firm fixed-price Blanket Purchase Agreement (BPA) to ensure the operational readiness of the new clinic. This is a 100% Indian Small Business Economic Enterprise (ISBEE) Set-Aside. Proposals are due February 12, 2026, at 5:00 PM ET.

Scope of Work

The contractor will provide all equipment, labor, supplies, tools, materials, and transportation for various maintenance tasks. Services include, but are not limited to:

  • Light electrical work: Adding, changing, repairing outlets (low voltage only).
  • Carpentry: Appliance installation, baby changing stations, soap dispensers, hole drilling.
  • Emergent plumbing.
  • Pest control: Monthly service for ants, spiders, crickets, and removal of mice/snakes (requiring general cleaning/disinfection).
  • Semi-annual window washing: 52 windows on Fl. 1, 20 windows on Fl. 2.
  • HVAC unit cleaning: For 3 roof HVAC units.
  • Semi-annual exterior building power washing.
  • Initial list of items will be requested within the first 30 days of contract award.

Contract Details

  • Contract Type: Firm Fixed-Price Blanket Purchase Agreement (BPA) for annual maintenance services.
  • Period of Performance: Base year + four (4) additional option years.
  • Place of Performance: 2401 Roxbury Road, Charles City, VA 23030.
  • Hours of Operation: Monday-Friday, 8:00 am to 4:30 pm, excluding federal holidays.
  • Pricing: Per hour per skill/service, detailed in Section P of the solicitation, to be split out in a spreadsheet. Different fixed-rates for non-routine/emergent hours should be proposed.
  • Minimum Guarantee: A two-hour minimum charge applies for any service provided and completed.
  • Contractor Presence: Not required to be on-site daily; services are on an as-needed basis.

Set-Aside & Eligibility

This opportunity is a 100% Indian Small Business Economic Enterprise (ISBEE) Set-Aside.

  • NAICS Code: 236220 (Commercial and Institutional Building Construction) with a $45 Million size standard.
  • Eligibility: Offerors must meet the definition of an "Indian Economic Enterprise" and submit the "IHS IEE Form" within the Pricing Volume.
  • Wage Determination: WD 2015-4313 applies, outlining minimum wage rates and fringe benefits ($5.55/hr H&W).

Submission & Evaluation

  • Proposal Due Date: February 12, 2026, at 5:00 PM ET.
  • Site Visit: Recommended, scheduled for February 2, 2026, 11:00 AM - 2:00 PM ET.
  • Evaluation Basis: Trade Off, considering Price, Past Performance, Technical Conformance, Design, and Proposal.
  • Submission Instructions:
    • If attachments exceed 25MB, request a secure data transfer service from the Contracting Officer.
    • Evaluation factors "v. Proposal," "iii. Technical Conformance," and "iv. Design" can be incorporated into one, but content should be split based on pricing of skill/service.
    • "Design" covers work control procedures, scheduled service dates, trap installation schedule, and a draft pest control plan.
    • "Technical Conformance" covers Technical Competence and required licensure.
    • SF1449 and IHS IEE forms should be submitted within the Pricing Volume.
  • Required Certifications: Proof of Class B minimum license, insurance ($500,000 minimum), and pest control certification (or subcontracting).
  • Materials: Government supplies bulbs and filters only; contractors provide hand tools, power tools, screws, washers, and other materials. Material costs can be submitted with a flat rate markup.
  • Amendment Acknowledgment: Bidders must acknowledge receipt of Amendment 0001.

Contact Information

People

Points of Contact

Andrew RhoadesPRIMARY

Files

Files

Download
Download
Download
Download

Versions

Version 2Viewing
Combined Synopsis/Solicitation
Posted: Feb 4, 2026
Version 1
Combined Synopsis/Solicitation
Posted: Jan 21, 2026
View
Mid-Atlantic Tribal Health Center General Maintenance | GovScope