Oxygen, Nitrous, and Tank Rentals Supply and Delivery
Sources Sought from INDIAN HEALTH SERVICE • HEALTH AND HUMAN SERVICES, DEPARTMENT OF. Place of performance: OR. Response deadline: Mar 19, 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 36 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 325120
Description
This is a Sources Sought Notice issued for market research purposes only. This is NOT a solicitation for offers, proposals, or quotations. No contract will be awarded as a result of this notice. A formal solicitation may be issued at a later date.
1. PURPOSE
The Indian Health Service (IHS), Portland Area Office, is conducting market research to identify qualified and capable businesses that can provide cylinder rental services with exchange of medical-grade Oxygen and Nitrous Oxide tanks in support of patient care for Dental and Medical programs within the Portland Area IHS Service Units.
2. SCOPE OF SERVICES
• Rental of medical oxygen and nitrous oxide cylinders;
• Routine and emergency exchange/refill services;
• Delivery and pickup services;
• Compliance with all applicable federal, state, and safety regulations governing medical gases;
• Reliable service to remote and rural healthcare facilities, including facilities located on Indian reservations.
3. PLACE OF DELIVERY AND PERFORMANCE
• Warm Springs Service Unit, 1270 Kot-Num Road, Warm Springs, OR 97761;
• Fort Hall Service Unit, 33 North Mission Road, Fort Hall, ID 83203;
• Western Oregon Service Unit, 3750 Chemawa Road NE, Salem, OR 97305;
• Yakama Service Unit, 401 Buster Road, Toppenish, WA 98948.
Vendors must demonstrate the ability to reliably provide services in remote and/or rural locations, including Indian reservations. Capability statements shall include evidence of prior or current performance in similar remote service environments.
4. SET-ASIDE CONSIDERATION AND BUY INDIAN ACT
The Government seeks information regarding the availability and capability of Indian Economic Enterprises (IEE), Native-owned small businesses, small businesses, HUBZone small businesses, Service-Disabled Veteran-Owned Small Businesses (SDVOSB), Veteran-Owned Small Businesses (VOSB), 8(a) small businesses, Woman-Owned Small Businesses (WOSB), Small Disadvantaged Businesses, and large businesses.
This notice is issued in accordance with 48 CFR Part 326, Subpart 326.603-3 and IHM 5.5-6. The Indian Health Service must use the negotiation authority under the Buy Indian Act (25 U.S.C. § 47) to give preference to Indian Economic Enterprises whenever authorized and practicable.
Responses to this notice will assist the Government in determining the appropriate acquisition strategy, including whether a Buy Indian set-aside or other small business set-aside is appropriate.
Applicable NAICS Code: 325120 – Industrial Gas Manufacturing.
5. REGISTRATION REQUIREMENTS
• Be registered in the System for Award Management (SAM) at www.sam.gov;
• Have an active Unique Entity Identifier (UEI);
• Complete Online Representations and Certifications.
6. CAPABILITY STATEMENT REQUIREMENTS
• Business Name;
• Point of Contact (Name, Phone Number, Email Address);
• UEI and NAICS Code;
• Business Size (Small or Large under NAICS 325120);
• Socioeconomic Status (IEE, Native-Owned, HUBZone, SDVOSB, VOSB, 8(a), WOSB, etc.);
• Demonstrated capability and capacity to provide cylinder rental and exchange services;
• Evidence of past performance providing medical gas delivery services;
• Evidence of experience providing services to remote, rural, or tribal healthcare facilities, including Indian reservations;
• Description of delivery schedule flexibility and emergency response capability.
Capability Statements should be clear, concise, and shall not exceed ten (10) pages.
7. SUBMISSION INSTRUCTIONS
All responses must be submitted electronically in MS Word or PDF format.
Email responses to:
• PORAOAcquisition@ihs.gov
• tricia.charley@ihs.gov
Subject Line: 75H71324Q00048 – Sources Sought Response.
Responses will not be reimbursed. Proprietary information must be clearly marked.
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.