SOLICITATION NOTICE
68 -- Oxygen, Nitrous, and Tank Rentals Supply and Delivery
- Notice Date
- 3/30/2026 10:24:59 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 325120
— Industrial Gas Manufacturing
- Contracting Office
- INDIAN HEALTH SERVICE PORTLAND OR 97209 USA
- ZIP Code
- 97209
- Solicitation Number
- 75H71326Q00016
- Response Due
- 3/31/2026 10:00:00 AM
- Archive Date
- 04/15/2026
- Point of Contact
- Tricia Charley
- E-Mail Address
-
PORAOAcquisition@ihs.gov
(PORAOAcquisition@ihs.gov)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- AMENDMENT: 75H71326Q00016 � This amendment to the Combined Synopsis/Solicitation updates delivery location information for the Portland Area, which includes federal healthcare facilities in Idaho, Oregon, and Washington. The Yakama Service Unit, address is revised to 401 Buster Road, Toppenish, WA 98948. Delivery locations include Warm Springs Health and Wellness Center (Warm Springs, OR), Yakama Service Unit (Toppenish, WA), Fort Hall Service Unit (Fort Hall, ID), and Chemawa Indian Health Center (Salem, OR). Quoters shall ensure the capability to provide services and/or deliver supplies to all listed locations; failure to do so may render the quote non-responsive. All other terms and conditions remain unchanged. This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Part 12. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. SOLICITATION INFORMATION Solicitation Number: 75H71326Q00016 Solicitation Type: Request for Quotation (RFQ) Contract Type: Firm-Fixed-Price, Commercial Items (Services/Supplies) Issue Date: March 26, 2026 Response Deadline: March 31, 2026, 10:00 AM Pacific Time DESCRIPTION Title: Portland Area-Wide Medical Gas Supply, Cylinder Rental, and Delivery Services (Standing Price Quotation � Multiple Award) Locations (Portland Area Service Units): Warm Springs, Oregon Salem, Oregon Toppenish, Washington Fort Hall, Idaho SUPPLIES OR SERVICES AND PRICES/COSTS (CLIN STRUCTURE) The Government anticipates awarding multiple purchase orders with fixed unit pricing based on Standing Price Quotations (SPQs). The Government may include a not-to-exceed amount per CLIN when quantities are not specified, while fixed unit rates will remain in effect upon award. Offerors shall complete pricing for the following Contract Line Item Numbers (CLINs): Base Year CLINs CLIN 0001 � Medical Gases Supply Description: Supply of USP-grade medical gases (e.g., Oxygen, Nitrous Oxide, Medical Air, etc.) Unit: Each / Cylinder Unit Price: $__________ CLIN 0002 � Cylinder Rental Description: Rental of gas cylinders, including inventory management Unit: Monthly Rate per Cylinder Unit Price: $__________ CLIN 0003 � Delivery Services Description: Routine delivery and pickup of medical gas cylinders Unit: Per Delivery Unit Price: $__________ CLIN 0004 � Emergency Delivery Services Description: Urgent or after-hours delivery services Unit: Per Occurrence Unit Price: $__________ CLIN 0005 � Other Related Services Description: Additional services not otherwise specified (must be defined in quote) Unit: Each Unit Price: $__________ Option Year 1 CLINs CLIN 1001 � Medical Gases Supply (Option Year 1) CLIN 1002 � Cylinder Rental (Option Year 1) CLIN 1003 � Delivery Services (Option Year 1) CLIN 1004 � Emergency Delivery Services (Option Year 1) CLIN 1005 � Other Related Services (Option Year 1) Option Year 2 CLINs CLIN 2001 � Medical Gases Supply (Option Year 2) CLIN 2002 � Cylinder Rental (Option Year 2) CLIN 2003 � Delivery Services (Option Year 2) CLIN 2004 � Emergency Delivery Services (Option Year 2) CLIN 2005 � Other Related Services (Option Year 2) Option Year 3 CLINs CLIN 3001 � Medical Gases Supply (Option Year 3) CLIN 3002 � Cylinder Rental (Option Year 3) CLIN 3003 � Delivery Services (Option Year 3) CLIN 3004 � Emergency Delivery Services (Option Year 3) CLIN 3005 � Other Related Services (Option Year 3) Option Year 4 CLINs CLIN 4001 � Medical Gases Supply (Option Year 4) CLIN 4002 � Cylinder Rental (Option Year 4) CLIN 4003 � Delivery Services (Option Year 4) CLIN 4004 � Emergency Delivery Services (Option Year 4) CLIN 4005 � Other Related Services (Option Year 4) STATEMENT OF WORK Medical Gas Supply and Cylinder Rental � Portland Area Wide Background The Portland Area Indian Health Service provides healthcare services across federal healthcare facilities located in Idaho, Oregon, and Washington. Facilities include primary care clinics providing medical, dental, optometry, pharmacy, laboratory, radiology, and specialty services. The mission is to provide an innovative, caring, and responsive healthcare system to meet the needs of the communities served. Scope and Purpose The purpose of this contract is to provide medical gases and related services necessary for direct patient care across Portland Area facilities. This includes support for dental and medical services requiring oxygen, nitrous oxide, and other medical gases. The Government requires routine replenishment deliveries of medical gases, including but not limited to: Carbon Dioxide Liquid Nitrous Liquid Oxygen Nitrous Oxide Helium K Liquid Nitrogen Nitrogen Contractor Responsibilities The contractor shall: a) Provide gas cylinders for rental at designated clinic locations. b) Provide routine deliveries, such as weekly deliveries, and exchange ordered gases. c) Deliver full cylinders and remove empty cylinders as required. d) Maintain appropriate inventory levels at each supported facility. e) Coordinate with facility personnel to ensure uninterrupted patient care. Delivery and Site Requirements Deliveries shall occur on a routine basis or as otherwise specified in individual orders. Delivery locations may include, but are not limited to, the following. The Portland Area covers federal healthcare facilities located in Idaho, Oregon, and Washington. Warm Springs Health and Wellness Center 1270 Kot-Num Road Warm Springs, OR 97761 Fort Hall Service Unit PHS Indian Hospital Bannock Avenue Fort Hall, ID 83203 Chemawa Service Unit Chemawa Indian Health Center 3750 Chemawa Road NE Salem, OR 97305 Offeror Location Selection Requirement Offerors shall clearly identify in their quotation which location(s) they are proposing to support. Offerors may submit quotes for one location, multiple locations, or all locations. The Government may make awards by individual location, by group of locations, or area-wide, based on best value and vendor capability. Ordering The contractor shall deliver supplies and services in accordance with individual purchase orders. Quantities are estimates only and may be provided to assist offerors in planning deliveries and identifying any commercial minimums or other considerations. There is no guarantee of a minimum purchase. STANDING PRICE QUOTATION (SPQ) AND MULTIPLE AWARD STRUCTURE This solicitation will result in the establishment of multiple-award purchase orders based on Standing Price Quotations (SPQs). Offerors shall submit unit pricing applicable to the location(s) they propose to support and in accordance with the CLIN structure. Awards will establish a pool of qualified contractors. Orders will be issued based on best value, availability, and location capability. Submission of an SPQ does not guarantee order placement. PERIOD OF PERFORMANCE One (1) year from date of award, with option periods not to exceed up to a total of five (5) years. The initial delivery need is located in the Warm Springs Service Unit, with a requested start date of April 1, 2026. DELIVERY REQUIREMENTS Delivery shall begin upon award or as specified in individual orders. F.O.B.: Destination Delivery locations include all listed facilities and other facilities within the Portland Area. Specific delivery points will be identified at the order level. PRICING Pricing shall be submitted in accordance with the CLIN structure and shall be all-inclusive. 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. CLAUSES INCORPORATED BY REFERENCE FAR 52.252-2 Full text available at http://www.acquisition.gov 52.202-1 Definitions (Jun 2020) 52.204-7 System for Award Management (Oct 2018) 52.204-9 Personal Identity Verification of Contractor Personnel (Jan 2011) 52.212-4 Contract Terms and Conditions � Commercial Items (Mar 2026) 52.217-8 Option to Extend Services (Nov 1999) 52.217-9 Option to Extend the Term of the Contract (Mar 2000) 52.222-3 Convict Labor (Jun 2003) 52.222-26 Equal Opportunity (Sep 2016) 52.222-35 Equal Opportunity for Veterans (Jun 2020) 52.222-36 Equal Opportunity for Workers with Disabilities (Jun 2020) 52.223-6 Drug-Free Workplace (May 2001) 52.224-1 Privacy Act Notification (Apr 1984) 52.224-2 Privacy Act (Apr 1984) 52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving (May 2024) 52.229-3 Federal, State, and Local Taxes (Feb 2013) 52.229-4 Federal, State, and Local Taxes (State and Local Adjustments) (Feb 2013) 52.232-1 Payments (Apr 1984) 52.232-8 Discounts for Prompt Payment (Feb 2002) 52.232-17 Interest (May 2014) 52.232-33 Payment by Electronic Funds Transfer�System for Award Management (Oct 2018) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Mar 2023) 52.233-1 Disputes (May 2014) 52.233-3 Protest After Award (Aug 1996) 52.237-3 Continuity of Services (Jan 1991) 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (Apr 1984) FULL TEXT CLAUSES FAR 52.204-9 Personal Identity Verification of Contractor Personnel (Jan 2011) FAR 52.217-9 Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice within 30 days prior to expiration. (b) The total duration of this contract shall not exceed five (5) years. SET-ASIDE AND NAICS INFORMATION Set-Aside: Unrestricted (Full and Open Competition) NAICS Code: 325120 � Industrial Gas Manufacturing Size Standard: 1,200 Employees EVALUATION FACTORS Factor 1 Past Performance Factor 2 Price QUOTATION INSTRUCTIONS Non-Price Volume organized by evaluation factors Price Volume using CLIN/SPQ format Required Submissions � Price quotation � Minimum of three past performance references � Identification of proposed service locations SUBMISSION REQUIREMENTS Due Date: March 30, 2026 Time: 11:00 AM Pacific Time Submit to: PORAOAcquisition@ihs.gov Questions Tricia Charley (Warm Springs Service Unit Only) Phone: 541-553-2491 Email: PORAOAcquisition@ihs.gov AWARD INFORMATION The Government intends to make multiple awards. No guarantee of work is implied. Purchase orders will be issued on an as-needed basis by location; however, the Government reserves the right to issue a purchase order covering multiple locations.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/0611e4650d064725a79382aa3d97245a/view)
- Place of Performance
- Address: Warm Springs, OR 97761, USA
- Zip Code: 97761
- Country: USA
- Zip Code: 97761
- Record
- SN07762128-F 20260401/260330230050 (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 |