NITROGEN GENERATION SYSTEM
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 Department of the Air Force is soliciting proposals for a Nitrogen Generation System for the Air Force Institute of Technology (AFIT) at Wright-Patterson AFB, OH. This acquisition, identified as FA860126Q0028, is a Total Small Business Set-Aside and will result in a Firm-Fixed-Price contract. The system is required to provide clean and reliable N2 to multiple laboratories. Proposals are due March 26, 2026, by 2:00 PM Eastern Daylight Time.
Scope of Work
AFIT requires one production-qualified Nitrogen Generation System to supply N2 for laboratory equipment, vacuum chambers, dry boxes, and manual nozzle applications. Key technical requirements, as detailed in the Statement of Work (SOW), include:
- Flow Rate: 400 scfh at 99.5% purity.
- Discharge Pressure: 125 +/-25 psig.
- System Type: Membrane-type generator with cabinet design, flow/purity control, pressure gauges, oxygen analyzer, and automatic on/off switch.
- Compatibility: Must integrate with existing facility air capabilities (190 acfm max flow @ 175 psig, 125 psig min supply pressure, dry air at -40 deg. F pdp).
- Physical: US 60Hz electrical, max dimensions 10'H x 82"W x 36"D, max weight 1000 lbs, and able to pass through an 8'H x 58"W door.
- Documentation: Electronic general system design, operation manual, routine maintenance procedures, certification, and detailed item list.
- Materials: Components must be of quality consistent with industrial nitrogen generation systems.
Contract Details
- Contract Type: Firm-Fixed Price.
- Set-Aside: Total Small Business.
- Delivery: Expected within 12 weeks after contract award, FOB Destination to AFIT/ENY, 2950 Hobson Way, Bldg 640 WPAFB, OH 45433.
- Warranty: One (1) year from receipt of delivery for defects in material and workmanship, with on-site repairs at the contractor's expense.
- Compliance: All products must be manufactured in a qualifying country per DFARS 225.872. Contractors must register with SAM and use Wide Area Workflow (WAWF) for electronic payment requests and receiving reports.
Submission & Evaluation
- Proposal Due: March 26, 2026, by 2:00 PM Eastern Daylight Time.
- Submission Method: Electronically to both danara.barlow@us.af.mil and jessica.stamper.2@us.af.mil. The subject line must be "FA860126Q0028 AFIT Thermal Imager". Proposals must be a single email (max 5MB) with attachments in .pdf, .doc, .docx, .xls, or .xlsx formats only.
- Proposal Content: Must include company details (name, address, DUNS, CAGE, TIN), Point of Contact, proposal number & date, validity timeframe, individual item price, total price (FOB Destination, no progress payments), and a complete description of items with technical manuals/literature demonstrating compliance with the SOW. Proposals should be clear, concise, and structured into separate technical and price sections.
- Basis for Award: Lowest Price Technically Acceptable (LPTA). Award will be made to the lowest-priced offeror whose proposal conforms to requirements, receives an "Acceptable" rating on the Technical Capability evaluation factor, and has a fair and reasonable total evaluated price. Technical requirements are considered more important than price.
Additional Notes
Offerors are responsible for familiarizing themselves with applicable FAR/DFARS clauses. The Government reserves the right to award without discussions or make no award.