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 National Laboratory of the Rockies (NLR), a U.S. Department of Energy national laboratory, is soliciting quotes for an Environmental Chamber for Large Component Reliability Testing (Level 2). This acquisition aims to procure equipment capable of testing contemporary PV modules and other related components. The selection will be based on the Lowest Price (Cost), Technically Acceptable method. Quotes are due by March 4, 2026, at 5:00 PM Mountain Time.
Scope of Work
The core requirement is a "Level 2 Environmental Chamber" designed to accommodate large-format PV modules (up to 1.5m x 3m x 5cm) and support broader reliability research. Key capabilities include:
- Humidity control from 10-95% RH.
- Temperature control based on a probe affixed to the device under test, with uniform temperature distribution (±2°C).
- Temperature ramp rates of -40°C to 85°C in 75 minutes, and 85°C to -40°C in 75 minutes.
- Ability to maintain 10°C with a 21 kW live load and cool test articles from 60°C to 15°C in 18 minutes with a 15 kW live load.
- Specific features like a floor drain, four wiring ports, remote programmable setpoints, and water inlet for spray capability.
Key Requirements & Deliverables
Offerors must meet baseline requirements outlined in:
- Attachment 1 – Technical Specifications: Details performance criteria, safety standards, and facility requirements.
- Attachment 2 – Equipment Specifications Spreadsheet: Must be completed by offerors, detailing equipment parameters and utility needs.
- Attachment 3 – Vendor Performance Requirements: Mandates specific vendor experience (minimum five comparable units in past five years for research institutions), written warranty with defined response times, evidence of service maintenance agreements (7+ years), and a remote demonstration capability. It also specifies installation site constraints, including maximum electrical power (160 kW) and cooling water requirements.
Contract Details
- Type: Firm Fixed Price Purchase Order.
- Anticipated Delivery: By December 4, 2026. Delivery of the chamber is needed by January 1, 2027.
- Set-Aside: None specified. NAICS code is 334519 (600 employees). Preference will be given to domestic offers in accordance with the Buy American Act.
- Place of Performance: Golden, CO.
Submission & Evaluation
- Quotes Due: March 4, 2026, 5:00 PM Mountain Time.
- Technical Questions Due: February 11, 2026.
- Submission Method: Electronic quotes to Nicole.Edun@nlr.gov.
- Required Documents: Official Quote, Cover Letter (acknowledging amendments), acceptance of NLR's terms and conditions (Appendix B-8), completed Attachment 2, Representations and Certifications, and price justification (preferably with three redacted invoices for similar systems from the last 18 months).
- Evaluation: Three steps: Initial Evaluation (technical acceptability), Price (Cost) Evaluation (reasonableness and lowest price), and Selection.
- Eligibility: Offerors must have full and active SAM.gov registration.
Important Notes
This solicitation has been amended twice. Amendment 1 provided Q&As and technical clarifications, while Amendment 2 included Attachment 3 (Vendor Performance Requirements). Offerors must acknowledge receipt and acceptance of all amendments in their cover letter. International shipments must clearly itemize tariff costs.