Oxygen, Nitrous, and Tank Rentals Supply and Delivery
Combined Synopsis Solicitation from INDIAN HEALTH SERVICE • HEALTH AND HUMAN SERVICES, DEPARTMENT OF. Place of performance: OR. Response deadline: Mar 31, 2026. Industry: NAICS 325120 • PSC 6835.
Market snapshot
Awarded-market signal for NAICS 325120 (last 12 months), benchmarked to sector 32.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 46 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 325120
Description
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
Yakama Service Unit
Toppenish Medical-Dental Clinic
516 Fort Road
Toppenish, WA 98948
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.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
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.