Skip to content
Department of Health and Human Services

Flood Mitigation and Landscape Maintenance Services – Sacred Oaks Healing Center

Solicitation: 75H70326Q00003
Notice ID: de852d3da23148dda6430aac82cc0842

Solicitation from INDIAN HEALTH SERVICE • HEALTH AND HUMAN SERVICES, DEPARTMENT OF. Place of performance: CA. Response deadline: Feb 14, 2026. Industry: NAICS 561730 • PSC S208.

Market snapshot

Awarded-market signal for NAICS 561730 (last 12 months), benchmarked to sector 56.

12-month awarded value
$34,297,307
Sector total $921,599,318 • Share 3.7%
Live
Median
$133,501
P10–P90
$28,150$453,157
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
3.7%
share
Momentum (last 3 vs prior 3 buckets)
+10843%($33,676,163)
Deal sizing
$133,501 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for CA
Live POP
Place of performance
Davis, California • 95616 United States
State: CA
Contracting office
Sacramento, CA • 95814 USA

Point of Contact

Name
Jose TapiaRamirez
Email
jose.tapiaramirez@ihs.gov
Phone
Not available

Agency & Office

Department
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Agency
INDIAN HEALTH SERVICE
Subagency
CALIFORNIA INDIAN HEALTH SERVICE
Office
Not available
Contracting Office Address
Sacramento, CA
95814 USA

More in NAICS 561730

Description

The Indian Health Service (IHS), California Area Office is issuing a Request for Quotation (RFQ) for Flood Mitigation and Landscape Maintenance Services at the Sacred Oaks Healing Center located in Davis, California. This acquisition is being conducted in accordance with FAR Parts 12 and 13 for commercial services and is set aside for small businesses.

The scope of work includes preventative and corrective maintenance of flood mitigation infrastructure, including but not limited to drainage swales, berms, culverts, storm drains, underground stormwater chambers, and lift station pumps, as well as routine landscape and grounds maintenance services. A mandatory site visit for the prime contractor is required in order to verify existing site conditions, as specified in the solicitation.

Award will be made on a Lowest Price Technically Acceptable (LPTA) basis to the responsible quoter whose quotation conforms to the solicitation requirements. The period of performance consists of one (1) base year with four (4) one-year option periods. Quotations shall include pricing completed in accordance with the pricing schedule provided with the solicitation.

Interested vendors shall review the solicitation and all attached documents for complete requirements, submission instructions, and evaluation criteria.

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.