Environmental Chamber for Large Component Reliability Testing Level 2
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 seeking quotes for an Environmental Chamber for Large Component Reliability Testing (Level 2). This Solicitation (RFQ) aims to procure equipment for PV reliability research, capable of testing large format modules. Proposals are due March 4, 2026, at 5:00 PM Mountain Time.
Scope of Work & Key Requirements
The core requirement is an environmental chamber meeting detailed technical specifications (Attachment 1) and vendor performance requirements (Attachment 3). Key capabilities include accommodating PV modules up to 1.5m x 3m x 5cm, with specific dead and live load capacities, precise humidity (10-95% RH) and temperature control (e.g., -40°C to 85°C in 75 minutes), and uniform temperature distribution (±2°C). The chamber must feature a floor drain, four access ports, and remote programmable controls.
Vendor performance requirements include a minimum of five comparable units manufactured and installed for research institutions within the last five years, a written warranty with defined response times, and evidence of long-term service maintenance agreements. Offerors must also demonstrate remote operation capability and adhere to strict physical and utility constraints for installation at Golden, CO, including maximum electrical power (160 kW) and cooling water energy requirements.
Deliverables must be domestic end products, with tariff costs itemized for any international components. Compliance with FAR 25.003, Section 889(a)(1)(B) (telecommunications), and Section 508 (EIT) is mandatory.
Contract & Timeline
- Contract Type: Firm Fixed Price, Purchase Order.
- Period of Performance/Delivery: Anticipated award lead time of nine months, with an expected delivery date by December 4, 2026.
- NAICS Code: 334519 (Other Measuring and Controlling Device Manufacturing), Size Standard: 600 employees.
- Set-Aside: None specified. Preference given to domestic offers per the Buy American Act.
Submission & Evaluation
- Proposal Due Date: March 4, 2026, 5:00 PM Mountain Time.
- Technical Questions Due: February 11, 2026.
- Submission Requirements: Official Quote, Cover Letter (acknowledging amendments), completed Attachment 2 (Equipment Specifications Spreadsheet), signed Representations and Certifications, and price justification (preferably 3 redacted invoices for similar systems within 18 months). Electronic quotes are required.
- Evaluation Criteria: Lowest Price (Cost), Technically Acceptable. Offers will be evaluated first for technical acceptability against baseline requirements (Attachments 1 & 3), then by price. Discussions may be held. Quotes must be valid for 90 days.
Contact & Location
- Primary Contact: Maurice Nelson, Maurice.Nelson@nlr.gov
- Place of Performance: Golden, CO, United States.
Additional Notes
Offerors must ensure their SAM.gov registration is current and accurate. Submission of a quote constitutes acceptance of NLR's standard terms and conditions (Appendix B-8).