This is a Sources Sought/Request for Information (RFI) notice issued by the United States Marine Corps (USMC), Marine Corps Systems Command (MCSC), Program Manager Combat Support Systems (PM CSS), Product Manager Maintenance Support Systems (PdM MSS). PM CSS is conducting market research to identify potential sources for portable nitrogen generators capable of rapid deployment and operation in austere environments, including desert, mountainous, jungle, and shipboard locations. These generators must be capable of operating reliably within a temperature range of 0°F to above 100°F and humidity levels ranging from 70% to 80%.
The USMC seeks two nitrogen generator systems: One high-pressure and one low-pressure with a desired to have an input power selection between a 110v/50-60Hz/1ph 20A connection in compliance with NEMA WD6 5-20P and a NATO SLAVE 28V DC connection in compliance with STANAG 4074. Also, desire to be transported in a transit case with wheels and have a weight allowable for four-man lift per MIL-STD-1472. The USMC additionally seeks information on vendors capable of providing any of the following capabilities: lifecycle maintenance, repair, sustainment, technical training, and warranty/technical support for portable nitrogen generators (both high and low pressure).
The answers provided in response to this Request for Information (RFI) could aid the government in determining its acquisition strategy. Responders are encouraged to share information about potential solutions, even if the solution does not fully meet the characteristics below.
**High-Pressure Nitrogen Generator Request for Information**
The high-pressure portable nitrogen generator is expected to produce Class 2 and Class 1 purity, including grade A and grade B per Commercial Item Description A-A-59503D. It can be located at the following link by searching for Document ID A-A-59503D.
https://quicksearch.dla.mil/qsSearch.aspx
It is desired to produce pressures up to 3600 psi at the associated standard temperatures. It is desired to have a fill rate of no greater than 6 hours for a K-type bottle filled with Type 1, Grade A, Class 1 Nitrogen to 2400 psi.
**Low-Pressure Nitrogen Generator Request for Information**
The low-pressure portable nitrogen generator is desired to produce Class 2 purity, including grade A and grade B per Commercial Item Description A-A-59503D. It is desired to produce pressures up to 600 psi at the associated standard temperatures. Specify the fill rate on your response.
The entity may be able to provide the capabilities listed above and integrate the portable nitrogen generator with the hardware and accessories required for the Marine Corps.
Both High-Pressure and Low-Pressure Systems
Both systems need to meet Class II requirements of MIL-PRF-28800 for operation and transportation in the field environment and requires an Item Unique Identification (IUID) marking per MIL-STD-130. Both systems should be able to be transported in a Joint Light Tactical Vehicles (JLTV).
Responses
Interested parties are requested to respond to this RFI with a white paper in Microsoft Office Word 2016 or compatible format no later than 3:00 PM EST on Monday, August 4, 2025. Responses shall be written in Times New Roman single spaced 12-point font. Responses shall be submitted via email only to: Cheryl Harding at cheryl.harding@usmc.mil, and Ebony King at ebony.king@usmc.mil. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned.
(1) Section 1 of the white paper shall provide administrative information. Administrative information shall include at a minimum:
- Name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, and email of designated point of contact (POC).
- Business website
- Business type and number of employees (large business, small business, small-disadvantaged business, 8(a)-certified small-disadvantaged business, HUBZone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business).
- SAM.gov Unique Entity ID (UEI) and Contractor and Government Entity (CAGE) Code (if your company has these).
- Recommended contracting strategy (Commercial, Noncommercial, Firm Fixed price, Cost).
- The facility security clearance of the vendor or the ability to acquire one (if available but not required).
- Do you have a viable Federal Supply Schedule that can support this procurement? If so, provide your GSA Schedule information to include the category of products provided.
- Do you have a current contract with other DoD Activities? If so, provide associated information.
Section 1 of the white paper shall be limited to one page.
(2) Section 2 of the white paper shall provide information on the products and services each vendor can offer with respect to the Nitrogen Generators. Responders shall address the following in their RFI response:
• Technical Specifications: Furnish detailed technical specifications of the system and accessories, including dimensions, weight, materials used, and any additional features or capabilities.
• Mobility and Versatility: Describe the mobility of the system. Include information on ease of deployment, setup time, and any mobility restrictions.
• Durability and Environmental Resistance: Provide details on the durability of the system, including resistance to extreme weather conditions, environmental elements, and potential threats encountered in operational environments.
• Manufacturing Readiness and Production Capacity: Please address the following:
- Manufacturing Readiness Level (MRL) with justification; identify maturity shortfalls and associated costs and risks.
- If the system is not currently in full-rate production, is the system design complete and stable to enter low-rate production.
- Supply Chain Management and risks addressing long lead items (defined as greater than 1 year) and critical components.
- Production capacity and scalability and schedule to maximum production rate with existing facilities.
- Lead time from contract award to first delivery.
- Identify the minimum sustainment rate to ensure continuous production.
• Support and Maintenance: Describe the support services and maintenance requirements offered with the system, including availability of spare parts, supply chain risks, training for personnel, and warranty provisions.
• Cost and Delivery: Provide estimated costs for the procurement of the systems, including any associated expenses such as installation, and logistics. Additionally, indicate lead times for delivery upon order placement. Identify any relevant systems listed on GSA and National Stock Number.
- Training: The offer shall explain their training program, the products and services to be provided and any on-line resources, such as a help desk or portals to operator and maintenance manuals, and training.
Section 2 of the white paper shall be limited to 20 pages per variant type.
(3) Enclosure 1 of the white paper may contain test data or reports discussing but not limited to:
- Drop resistance
- Water resistance
- Dust resistance
- Fill Time for standard canisters/bottles
- Filter Replacement Frequency
- Return Loss of Splice
- Dimensions and Weight
- Power Source
- Safety information such as pressure protection and emergency shut down.
Enclosure 1 of the white paper shall be limited to 20 pages.
Questions
Questions regarding this announcement shall be submitted in writing via email to Cheryl Harding at cheryl.harding@usmc.mil, and Ebony King at ebony.king@usmc.mil, no later than July 11, 2025. Verbal questions will NOT be accepted. Questions shall NOT contain proprietary or classified information. The Government does not guarantee that questions received after July 11th will be answered.
Answers to submitted questions are posted as of 17 July 2025.
THIS IS A REQUEST FOR INFORMATION ONLY. This RFI has been issued solely for information and planning purposes in accordance with Federal Acquisition Regulation (FAR) Clause 52.215-3. It does not constitute an Invitation for Bid (IFB), a Request for Proposal (RFP), a Request for Quotation (RFQ), or an indication that the Government will contract for any of the items and/or services contained in this notice. This RFI does not commit the Government to contract for any supply or service whatsoever. Further, the Marine Corps is not seeking proposals at this time and will not accept unsolicited proposals. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party’s expense. Responses may not include classified material. Not responding to this RFI does not preclude participation in any future solicitation if one is issued. If a solicitation is released, it will be synopsized on the SAM.Gov (https://sam.gov/) website. It is the responsibility of the potential offerors to monitor SAM.gov for additional information pertaining to this requirement.