Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 12, 2026 SAM #8872
SOURCES SOUGHT

68 -- Oxygen, Nitrous, and Tank Rentals Supply and Delivery

Notice Date
3/10/2026 6:48:11 AM
 
Notice Type
Sources Sought
 
NAICS
325120 — Industrial Gas Manufacturing
 
Contracting Office
INDIAN HEALTH SERVICE PORTLAND OR 97209 USA
 
ZIP Code
97209
 
Solicitation Number
75H71326Q00016
 
Response Due
3/19/2026 10:00:00 AM
 
Archive Date
04/03/2026
 
Point of Contact
Tricia Charley, Phone: 5415532491
 
E-Mail Address
PORAOAcquisition@ihs.gov
(PORAOAcquisition@ihs.gov)
 
Small Business Set-Aside
ISBEE Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior and Indian Health Services)
 
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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/ba2d53e0aaed4520914b6a015d3d3385/view)
 
Place of Performance
Address: Warm Springs, OR 97761, USA
Zip Code: 97761
Country: USA
 
Record
SN07740822-F 20260312/260310230051 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.