Environmental Chamber for Large Component Reliability Testing Level 3
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 Energy's National Laboratory of the Rockies (NLR) is soliciting quotes for an Environmental Chamber for Large Component Reliability Testing (Level 3). This requirement is for a Firm Fixed Price Purchase Order to acquire a chamber capable of advanced stress testing for large format PV modules and related equipment. Proposals are due March 4, 2026, at 5:00 PM Mountain Time.
Scope of Work & Key Requirements
NLR seeks an environmental chamber to meet specific technical and vendor performance requirements. Key attachments defining the scope include:
- Attachment 1 (Technical Specifications): Details capabilities for 8 full-size solar panels (up to 1.5m x 3m x 5cm), humidity control (10-95% RH), programmable temperature control (±2°C stability), floor drain, wiring ports, remote control, and a water inlet for spray. It specifies heating/cooling ramp rates and performance under live load conditions (8 kW and 15 kW). Delivery is needed by January 1, 2027.
- Attachment 2 (Equipment Specifications Spreadsheet): Must be completed by offerors, detailing physical, electrical, utility, and environmental requirements.
- Attachment 3 (Vendor Performance Requirements): Mandates offerors have manufactured, delivered, and installed at least five comparable units in the past five years for research institutions, provide a written warranty with guaranteed response times, and offer remote demonstration capability. It also outlines installation location constraints (e.g., 8' wide roll-up door, 9' overhead clearance) and utility limits (<160 kW electrical, <239,000 btu/h cooling water).
Clarifications from Amendment 1 address racking systems, water inlet, access ports, live load considerations, walk-in chamber dimensions (constrained to 117" tall x 90" wide entryways), humidity control setpoints, acceptable codes/standards (UL508A, NFPA 70, UL61010-1), floor drain specifications, test article temperature uniformity, and a preference for price justification via redacted invoices.
Contract & Timeline
- Contract Type: Firm Fixed Price Purchase Order.
- NAICS Code: 334519 (Other Measuring and Controlling Device Manufacturing) with a 600-employee size standard.
- Set-Aside: None specified, but preference will be given to domestic offers per the Buy American Act.
- Anticipated Lead Time for Award: Nine months.
- Expected Delivery Date: By December 4, 2026.
- Proposal Due Date: March 4, 2026, 5:00 PM Mountain Time.
- Technical Questions Deadline: February 11, 2026.
- Quote Validity: Must be valid for 90 days.
- Place of Performance: Golden, CO.
Submission & Evaluation
Offers will be evaluated using a Lowest Price, Technically Acceptable Selection method, with technical acceptability assessed first, followed by price. Offerors must provide an official quote, a cover letter accepting specifications, and completed representations/certifications. Electronic quotes must be submitted to Nicole.Edun@nlr.gov. Offerors must acknowledge receipt and acceptance of all amendments in their cover letter. SAM.gov registration must be current and active.
Contact Information
Primary Contact: Nicole Edun (nedun@nlr.gov).