ENVIRONMENTAL CHAMBER

SOL #: 140R8125Q0351Solicitation

Overview

Buyer

Interior
Bureau Of Reclamation
UPPER COLORADO REGIONAL OFFICE
SALT LAKE CITY, UT, 84138, United States

Place of Performance

Place of performance not available

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

Laboratory Equipment And Supplies (6640)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Dec 10, 2025
2
Last Updated
Jan 28, 2026
3
Submission Deadline
Dec 17, 2025, 10:00 PM

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 Bureau of Reclamation (USBR) is soliciting proposals for the procurement of one (1) freestanding environmental chamber. This chamber is required to support routine concrete, aggregate, soils, and rock testing at their laboratories, replacing aging equipment. This acquisition is a Total Small Business Set-Aside. Offers are due December 17, 2025, by 1700 ES.

Scope of Work

The requirement is for a new, freestanding environmental chamber to facilitate essential materials testing. The current equipment is over 37 years old and requires increasing maintenance, necessitating this replacement to ensure continued laboratory operations.

Key Requirements

  • Type: One (1) new, freestanding environmental chamber.
  • Internal Volume: 75 to 85 cu. Ft. (2,124 to 2,405 liters).
  • Internal Dimensions: Minimum 48" x 48" x 48".
  • Temperature Range: -30 °C to 180 °C.
  • Humidity Range: 10% to 95% RH.
  • Load Capacity: 75 lbs per shelf, 450 lbs total.
  • Power: Must utilize 480v, hardwired.
  • Control Panel: UL 508A compliant.
  • Interior: Stainless steel liner.
  • Controller: Digital, displaying temperature in °C or °F to nearest 1 degree.
  • Warranty: Minimum 1-year manufacturer's warranty (parts, labor, repair).
  • Parts Availability: All parts must be available for a minimum of 10 years.

Contract Details

  • Contract Type: Firm-Fixed-Price (FFP).
  • Period of Performance: June 1, 2026, to June 30, 2026.
  • Delivery: FOB Destination. Shipping costs must be included in the quote. Delivery must be in a single shipment and not exceed 180 days from the award date.

Submission & Evaluation

  • Offer Due Date: December 17, 2025, 1700 ES.
  • Evaluation Criteria: Award will be made to the responsible offeror whose offer is most advantageous to the Government, considering price and other factors. Technical and past performance, when combined, are equal to price.
  • Submission Instructions: Offers must be submitted electronically. Offerors must review specific instructions regarding electronic invoicing and payment via the Invoice Processing Platform (IPP).

Eligibility & Set-Aside

  • This acquisition is a Total Small Business Set-Aside.
  • NAICS Code: 334516 (Environmental Environmental Controls and Industrial Equipment Manufacturing).
  • Size Standard: 1,000 employees.

Additional Notes

The solicitation includes numerous FAR clauses and provisions that offerors must review carefully. Inspection and acceptance will occur at the delivery destination.

People

Points of Contact

Cook, KellyPRIMARY

Files

Files

Download

Versions

Version 2
Award Notice
Posted: Jan 28, 2026
View
Version 1Viewing
Solicitation
Posted: Dec 10, 2025
66--ENVIRONMENTAL CHAMBER | GovScope