ContractCombined Synopsis/SolicitationTotal Small Business Set-Aside (FAR 19.5)

Nitrogen Generator System and Nitrogen Storage Banks

DEPT OF DEFENSE FA857126Q0027
Response Deadline
Dec 23, 2025
Deadline passed
Days Remaining
0
Closed
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Combined Synopsis/Solicitation

Contract Opportunity Analysis

The Department of Defense, specifically the Air Force Sustainment Center at Robins Air Force Base, Georgia, is seeking proposals for a Nitrogen Generator System and two High-Pressure Nitrogen Storage Banks. The procurement aims to acquire a compact nitrogen generation system capable of producing nitrogen at a minimum flow rate of 18 SCFM and a pressure of 4,500 psi, along with storage banks that meet specified capacity and footprint requirements. This equipment is critical for supporting various operational needs within the Air Force, ensuring efficient nitrogen supply for maintenance and other applications. Interested small businesses must submit their proposals by December 23, 2025, at 12:00 PM EST, and direct any questions to Elizabeth Haines or SSgt. Bobby Ballow via the provided email addresses.

Classification Codes

NAICS Code
325120
Industrial Gas Manufacturing
PSC Code
3655
GAS GENERATING AND DISPENSING SYSTEMS, FIXED OR MOBILE

Solicitation Documents

6 Files
RFQ FA857126Q0027 8 Dec 2025.pdf
PDF147 KBDec 11, 2025
AI Summary
The Air Force Sustainment Center PZIMA at Robins AFB, GA, requires a Nitrogen Generator System and Nitrogen Storage Banks as detailed in the Purchase Description. This streamlined combined synopsis/solicitation, FA857126Q0027, is a 100% small business set-aside under NAICS code 325120. A Firm Fixed Priced (FFP) award will be made to the lowest-priced, responsible offeror. Proposals, including a completed FAR 52.212-3, are due by December 23, 2025, 12:00 PM EST, via email to bobby.ballow@us.af.mil and elizabeth.haines.2@us.af.mil. Questions must be submitted by December 20, 2025, 12:00 PM EST. The acquisition includes one Nitrogen Generator System and two High Pressure Nitrogen Storage Banks, with a requested delivery of 8 weeks ARO. Offerors must download the entire requirements package, including the Product Description and Contract Terms and Conditions.
Purchase Description.pdf
PDF213 KBDec 8, 2025
AI Summary
This document outlines the requirements for a contractor to provide a Nitrogen Generator System and two High-Pressure Nitrogen Storage Banks to Robins Air Force Base, Georgia. The Nitrogen Generator System must be compact, forkliftable, convert ambient air to nitrogen meeting specific purity standards (A-A-59503- Type 1, Grade B, Class 1), and have a minimum output of 18 SCFM and 4500 psi. Key features include stainless steel piping, 20-micron filters, a moisture separator, and compatibility with various power options. The two storage banks must be stand-alone, DOT-rated 12-packs, with 6000 psi cylinders, 500 cubic feet capacity per cylinder, and galvanized forkliftable cradles. The contractor is responsible for delivery within eight weeks of contract award, providing a manufacturer's manual, and offering a 12-month warranty. The document also details security requirements, supply chain risk management, affirmative procurement, and electronic invoicing via PIEE/WAWF.
RFQ FA857126Q0027.pdf
PDF147 KBDec 8, 2025
AI Summary
The Air Force Sustainment Center PZIMA at Robins AFB, GA, requires a Nitrogen Generator System and two High-Pressure Nitrogen Storage Banks. This 100% small business set-aside acquisition, under NAICS code 325120, is a Firm Fixed Priced (FFP) award issued as an RFP. Proposals are due by December 17, 2025, 12:00 PM EST, and must be submitted via email. All questions must be received by December 12, 2025, 12:00 PM EST. The award will be based on the lowest price from a responsible offeror, in accordance with the provided Purchase Description and contract terms. Deliverables include the generator system, storage banks, and commercial off-the-shelf manuals, with an expected delivery of 8 weeks ARO.
Questions and Answers.pdf
PDF57 KBDec 11, 2025
AI Summary
This document addresses vendor questions regarding an RFP for a nitrogen generation system. Key clarifications include that no training or installation is required, only delivery. A nitrogen distribution panel is not a mandatory requirement, though it would be a beneficial addition. FOB Destination is explicitly required as per Section 2.2 of the Purchase Description. The required N₂ flow is a minimum of 18 SCFM, with a purity of A-A-59503 Type 1, Grade B, Class 1 (99.50% minimum purity). The system needs a booster capable of a minimum 4,500 psi output. While the system doesn't have to be completely oil-free, the final nitrogen output must contain less than or equal to 0.005 ppm of oil, likely necessitating a carbon filter post-booster.
Purchase Description 8 Dec 2025.pdf
PDF192 KBDec 11, 2025
AI Summary
This government solicitation outlines the requirement for a Nitrogen Generator System and two High-Pressure Nitrogen Storage Banks for the 402d Commodities Maintenance Group at Robins Air Force Base, Georgia. The Nitrogen Generator System must be compact, fork-liftable, and produce Nitrogen at 4500psi with a minimum of 18 SCFM, meeting specific purity and operational standards including a maximum footprint of 140” x 60” and a noise level not exceeding 78 decibels. The two stand-alone storage banks each require twelve 6000 psi rated cylinders with a minimum 500 cubic feet capacity per cylinder, a maximum footprint of 60” x 40” per bank, and include a galvanized forkliftable cradle and distribution panel. The contractor must provide manuals, deliver within eight weeks of contract award, and offer a 12-month warranty. No installation or training is required. The document also specifies security requirements, supply chain risk management, affirmative procurement program compliance, and electronic invoicing procedures.
Contract Terms and Conditions.pdf
PDF190 KBDec 11, 2025
AI Summary
This government file, document number FA857126Q0027, outlines crucial federal acquisition regulations and clauses, covering a range of compliance requirements for contractors. Key areas include prohibitions on covered defense telecommunications equipment and services, requirements for item unique identification and valuation (IUID) for delivered goods exceeding certain cost thresholds or specific categories, and detailed instructions for electronic payment requests and receiving reports via the Wide Area WorkFlow (WAWF) system. It also addresses various contractor representations and certifications related to small business concerns, Buy American provisions, trade agreements, and responsibility matters, including those concerning child labor and taxpayer identification. The document emphasizes the importance of adherence to these regulations for national defense, emergency preparedness, and energy programs, ensuring compliance and transparency in federal contracting.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedDec 2, 2025
amendedAmendment #1· Description UpdatedDec 8, 2025
amendedLatest AmendmentDec 11, 2025
deadlineResponse DeadlineDec 23, 2025
expiryArchive DateJan 7, 2026

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE AIR FORCE
Office
FA8571 MAINT CONTRACTING AFSC PZIM

Point of Contact

Name
Elizabeth Haines

Place of Performance

Warner Robins, Georgia, UNITED STATES

Official Sources