Opportunity
SAM #36C24126Q0379
Medical-Grade Gas Cylinder Delivery and Support for VA Maine Healthcare System
Buyer
Department of Veterans Affairs
Posted
April 24, 2026
Respond By
May 01, 2026
Identifier
36C24126Q0379
NAICS
325120, 424690, 423450
The Department of Veterans Affairs, Network Contracting Office 1 (NCO 1), is seeking vendors to provide medical-grade gas cylinder delivery services for the VA Maine Healthcare System and its Community Based Outpatient Clinics (CBOCs). - Government Buyer: - Department of Veterans Affairs, VA Connecticut, Network Contracting Office 1 (NCO 1) - Products/Services Requested: - Weekly and as-needed delivery of medical-grade gas cylinders, including: - Compressed air (AI KUSP) - Argon (AR 40UHP) - Carbon dioxide (CD ANEUSP, CD KBD) - Helium (HE 6K) - Nitrogen (NI DEWARMAXFIL, NI KNF) - Nitrous oxide (NO ANEUSP, NO KUSP) - Oxygen (OX ANETOTEUSP, OX ANEUSP, OX KUSP) - Specialty gas mixtures (MNI L0.3CMMEOX-K) - Cylinder rental services - Onsite technical training for clinical and logistics staff - Unique/Notable Requirements: - Contractor must supply full, clean, patient-ready cylinders - Emergency and non-emergency service call response required - OEM factory-approved parts and training must be provided as requested - All tanks must meet regulatory and safety guidelines - Additional supplies such as tags, caps, and carts for transportation may be required - Ability to add new medical-grade gas products as needed - Period of Performance: - Base year with up to four option years - Place of Performance: - Multiple VA facilities across Maine, including Togus VA Medical Center and CBOCs in Bangor, Calais, Lewiston, Lincoln, Portland, Rumford, and Presque Isle - No specific OEMs are named, but the requirement specifies OEM-approved parts and training
Description
This is a Sources Sought notice only. This is not a request for quotes and no contract will be awarded from this announcement. The Government will not provide any reimbursement for responses submitted in response to this Source Sought notice. Respondents will not be notified of the results of the evaluation. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation. The purpose of this announcement is to perform market research to gain knowledge of potential qualified sources and their size classification relative to NAICS 325120, (Industrial Gas Manufacturing) with a size standard of 1200 Employees. The Department of Veterans Affairs (VA), Network Contracting Office 1 (NCO 1) is seeking to identify any vendor capable of providing Medical-Grade Gas Cylinder Deliveries for the VA Maine Healthcare System and all the VA Maine CBOCs, as detailed in the Performance Work Statement below. This Sources Sought notice provides an opportunity for respondents to submit their capability and availability to provide the requirement described below. Vendors are encouraged to submit information regarding their capabilities to fulfill this requirement, in the form of a statement that addresses the specific requirement identified in this Sources Sought. Information received from this Sources Sought shall be utilized to facilitate the Contracting Officer's review of the market base, for acquisition planning, size determination, and procurement strategy. Submission Instructions Interested parties who consider themselves qualified to perform the services are invited to submit a response to this Sources Sought Notice by 5:00 PM EST, 1 May 2026. All responses must be emailed to Kenya.Mitchell1@va.gov with RFI # 36C24126Q0379 in the subject line. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided regarding submissions. Interested parties should complete the attached Sources Sought Worksheet. Parties may submit additional information related to their capabilities, provided it contains all the requirements contained in the worksheet. Responses shall not exceed 8 pages. All submissions should be provided electronically in a Microsoft Word or Adobe PDF format. Attachment 1: Sources Sought Worksheet QUALIFICATION INFORMATION: Company / Institute Name: ____________________________________________________ Address: ________________________________________________________________ Phone Number: __________________________________________________________ Point of Contact: _________________________________________________________ E-mail Address: __________________________________________________________ Unique Entity Identifier (UEI) #: _______________________________________________ CAGE Code: ____________________________________________________________ SAM Registered: (Y / N) Other available contract vehicles applicable to this sources sought (GSA/FSS/NASA SEWP/ETC): _______________________________________________________________ SOCIO-ECONOMIC STATUS: VIP Verified SDVOSB: (Y / N) VIP Verified VOSB: (Y / N) 8(a): (Y / N) HUBZone: (Y / N) Economically Disadvantaged Women-Owned Small Business: (Y / N) Women-Owned Small Business: (Y / N) Small Business: (Y / N) NOTE: Respondent claiming SDVOSB and VOSB status shall be registered, and Center for Veterans Enterprise (CVE) verified in VetBiz Registry www.vetbiz.gov. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SDVOSB, VOSB, SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION. CAPABILITY STATEMENT: Provide a brief capability and interest in providing the products as listed in Attachment 2: PERFORMANCE WORK STATEMENT with enough information to determine if your company can meet the requirement. The capabilities statement for this Sources Sought is not a Request for Quotation, Request for Proposal, or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach, but rather the Government is requesting a short statement regarding the company's ability to provide the services outlined in the PWS. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities statement. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government. The Government will not pay for information solicited. Respondents will not be notified of the results of the evaluation. Statement of Work: Medical Gas Delivery Place of Performance: Contractor should have the means to provide services throughout Maine for these locations weekly and/or on an as-needed basis. VA MAINE HCS: Togus - 1 VA Center Augusta, Maine 04330 Bangor CBOC - 35 State Hospital St. Bangor, ME 04401 Calais CBOC - 50 Union St Calais, ME 04619 Lewiston CBOC - 15 Challenger Dr. Lewiston, ME 04240 Lincoln CBOC - 99 Rover Rd Lincoln, ME 04457 Portland CBOC - 141 West Commercial St. Portland, ME Rumford CBOC - 10 Railroad St. Rumford, ME 04276 Presque Isle CBOC - 732 Main St Presque Isle ME 04769 Period of Performance: Base year, with up to four (4) option years that will be exercised at the Government's discretion. Performance Work Statement (PWS) Design and Content GENERAL The purpose of this requirement is to establish a committed source of supply of medical-grade gas cylinder deliveries for the VA Maine Healthcare System. The contractor shall also provide deliveries to all the VA Maine CBOCs. BACKGROUND In fulfilling the core values of the VA, our clinic strives to maintain excellence by providing the highest quality care while seeking continuous improvement. This technology will help us provide the highest quality care and allow for better management of various services throughout VA Maine campuses. The timely and accurate deployment of medical-grade gases is vital to maintain quality healthcare and ensures that the facilities and clinics can provide daily operational care and critical care when needed without delay. Days and hours of operation Monday - Friday, 8:00 am to 4:30 pm excluding federal holidays. PERFORMANCE REQUIREMENTS The Contractor must be able to supply the facilities listed above with the compressed gases listed in Section 8. Deliveries need to be made weekly any time after 9:00 am but before 3:00 pm without fail, excluding holidays. On holidays, a needs assessment will be completed, and the delivery date will be adjusted accordingly. Orders will be placed by authorized individuals to be determined after contract award. Only these authorized individuals will be permitted to place orders against this contract. Deliveries of full cylinders, clean and ready for immediate patient use. The Contractor shall respond to all emergency service calls within 2 hours. The Contractor shall respond to non-emergency service calls within 24 hours or the next business day. The Contractor shall make all repairs as expeditiously as possible to avoid compromising patient care. Immediate notification of the Contracting Officer Representative (COR) is required if repairs are needed. If requested, the contractor shall provide new OEM factory-approved parts or replacements as needed. If requested, the contractor shall provide training and guidance on new technology. The contractor shall repair all minor cylinder leaks and provide a full report of leak tests and repairs to the COR. All tanks must meet regulatory guidelines, ensuring continuous oxygen flow between regulator settings. Safety features include: Oxygen airflow that does not stop if the regulator is placed between two numbers. Integrated valve and regulator built into the tank, not requiring staff installation. Single valve tanks; two-valve tanks are discouraged due to safety risks. Rupture disk relief valve. 50 psi DISS outlet delivering up to 200 lpm for ventilators. Delivery of requested items shall be made by the vendor within the negotiated timeframes or by special request after receipt of the request. Cylinders must be clean, in good working condition, and available for immediate patient use. The contractor shall call requesting service when dropping off new cylinders and removing empties, with an employee verifying the exchange. INVOICES Invoicing is required monthly via Tungsten (IPPS). Payment will be made upon receipt of a properly prepared, detailed invoice validated by the COR. The invoice must include: Invoice Number and Date Contractor's Name and Address Contract Number Accurate Purchase Order Number Itemized list of supplies or services, including number and type of cylinders Medical Gases and Supplies to be Provided CLINPART #PRODUCTUNIT 0001AI KUSPCompressed Air K USPCY 0002AR 40UHPArgon UHP 40 CU FTCY 0003CD ANEUSPCarbon Dioxide ANE USPCY 0004CD KBDCarbon Dioxide Bone DryCY 0005HE 6KHelium 6000 PSICY 0006MNI L0.3CMMEOX-K0.3% CO / 0.3% ME / 21% O2 / N2CY 0007NI DEWARMAXFILNitrogen Liquid Dewar Max FillCY 0008NI KNFNitrogen K NFCY 0009NO ANEUSPNitrous Oxide ANE USPCY 0010NO KUSPNitrous Oxide K USPCY 0011OX ANETOTEUSPOxygen ANE USP with OxyToteCY 0012OX ANEUSPOxygen ANE USPCY 0013OX KUSPOxygen K USPCY Delivery Delivery of requested items shall be made by the vendor at the specific times negotiated in the contract, within the defined time periods or by special request after receipt of the request. Cylinders must be clean, in good condition, and ready for immediate use. The contractor shall call requesting service when delivering new cylinders and removing empties, with an employee verifying the exchange. Training The contractor shall provide onsite general technical training for clinical and logistics staff as requested. Training shall include mechanics, operations, preventative maintenance, troubleshooting, and general maintenance of the cylinders. Inspection and Acceptance The contractor shall conduct joint inspections with an employee from the requesting service upon delivery of cylinders. Warranty The warranty shall include all travel and shipping costs associated with warranty repairs. Task Frequency and Instructions Cylinders will be filled as needed. The number of empty cylinders returned should match the number of cylinders delivered. Cylinders will be filled to maximum capacity. Special Work Requirements The contractor shall comply with infection control risk assessments and VA standards, policies, and directives during all work activities. Property Damage The contractor shall take precautions to prevent damage to government property, report damages immediately, and replace or repair damaged property at no cost to the government. Identification, Parking, Smoking, and Regulations Employees shall wear visible ID badges. Park in designated areas; parking violations are not reimbursable. Smoking is prohibited inside VA buildings. Cellular phones and radios are not to be used near medical equipment. Weapons are prohibited; containers are subject to search.