Firm-Fixed Price, Non-Personal Service Type, Commercial Item, Purchase Order
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Great Plains Area Indian Health Service (IHS) is soliciting quotes for Medical Gas Services (Oxygen and Air Filters) for the Cheyenne River Health Center in Eagle Butte, South Dakota. This is a Firm-Fixed Price, Non-Personal Service Type, Commercial Item Purchase Order, awarded on an "all-or-none" basis. This is an Unrestricted acquisition. Quotes are due March 18, 2026, at 12:00 pm CST.
Scope of Work
The contractor will provide medical and non-medical bottled gas tanks, reserve bottles, and air filters, adhering to applicable NFPA standards for healthcare. Specific requirements include various sizes of medical oxygen, liquid nitrogen, acetylene, and argon CO2 mix gases, along with MERV 10 and MERV 15 pleated air filters. The contractor must provide Material Safety Data Sheets (MSDS) for specified gases, respond to emergency calls within twenty-four (24) hours, provide purity testing results, and ensure cylinder inventory replenishment.
Contract & Timeline
- Contract Type: Firm-Fixed Price, Non-Personal Service Type, Commercial Item Purchase Order.
- Period of Performance: One base year plus four (4) one-year option periods.
- Location: Cheyenne River Health Center, 24276 166th St., Eagle Butte, South Dakota 57625.
- NAICS Code: 325120 (Medical Gas Manufacturing), with a small business standard of 1,200 employees.
- Response Due: March 18, 2026, at 12:00 pm CST.
- Questions Due: March 16, 2026, 12:00 pm CST.
Submission Requirements
Quotes must be submitted electronically via email to wenda.wright@ihs.gov. Submissions must be on company letterhead, signed, dated, and include: the solicitation number (RFQ 75H70626Q00068), closing date, company contact information, a technical description of services, warranty terms, price and discount terms, "remit to" address, acknowledgment of amendments, a statement of ability to meet the Statement of Work, past performance information (recent/relevant contracts, POCs), and a statement of agreement with all terms and conditions. Offerors must complete the attached SF-1449 and Price Schedule, ensuring unit pricing is all-inclusive. Proposals must be firm for at least 90 days.
Evaluation Criteria
Award will be made on a Lowest Price Technically Acceptable (LPTA) basis. The Government will evaluate offers for technical acceptability (rated "acceptable" or "unacceptable") and price. Technical acceptability comprises meeting the Scope of Work and Past Performance. Past performance requires a list of similar services performed within the last three years. Award will go to the technically acceptable offeror with the lowest overall price. Discussions are not anticipated unless minor clarifications are necessary.
Eligibility & Notes
This is an Unrestricted acquisition. Offerors must have a UEI number, TIN number, and be registered with www.sam.gov. Contractors must not be listed on the OIG Exclusions List. The solicitation incorporates FAR and HHSAR provisions and clauses by reference.