Environmental Chamber for Large Component Reliability Testing Level 2

SOL #: RFQ_2025025451Solicitation

Overview

Buyer

Energy
Energy, Department Of
ALLIANCE SUSTAINABLE ENRGY-DOECONTR
Golden, CO, 80402, United States

Place of Performance

Golden, CO

NAICS

Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals (334515)

PSC

Environmental Chambers And Related Equipment (6636)

Set Aside

No set aside specified

Timeline

1
Posted
Feb 4, 2026
2
Last Updated
Apr 8, 2026
3
Submission Deadline
Apr 15, 2026, 11:00 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 National Laboratory of the Rockies (NLR), a U.S. Department of Energy (DOE) national laboratory managed by Alliance for Energy Innovation, LLC, is seeking quotes for an Environmental Chamber for Large Component Reliability Testing (Level 2) for its facility in Golden, CO. This Firm Fixed-Price Purchase Order aims to procure equipment for testing PV modules and other large components. Proposals are due April 15, 2026.

Scope of Work

The core requirement is an environmental chamber capable of testing large PV modules (up to 1.5m x 3m x 5cm) with specific dead and live load capacities. Key technical requirements include:

  • Temperature & Humidity Control: 10-95% RH, temperature control via probe, uniform +/-2°C distribution. Specific setpoints include 85°C/85%RH, 60°C/95%RH, and 60°C/10%RH. An air dryer is requested. Test article temperature must not overshoot by more than 2°C.
  • Ramp Rates: -40°C to 85°C in 75 minutes, and 85°C to -40°C in 75 minutes.
  • Features: Floor drain (4'x2" trench, 1/4" drain, 2.1 gpm flow), four access ports, remote programmable controls, water inlet for spray capability.
  • Physical & Utility Constraints: Equipment must fit through an 8'x10' loading dock door and a hallway with 9' overhead clearance. Final tool height is restricted to 12' near walls, up to 18'11" interior. Electrical consumption must be less than 160 kW, with specific cooling water (<239,000 btu/h) and heat dissipation (<12,000 btu/h to ambient air) limits. A drawing within Attachment 3 details footprint requirements.
  • Vendor Experience: Offerors must have manufactured, delivered, and installed at least five comparable units for research institutions within the last five years, providing evidence. A written warranty and availability of replacement parts/personnel for at least seven years post-delivery are required. A remote demonstration capability may be required.
  • Compliance: Domestic end product preference (Buy American Act), compliance with FAR 25.003, Section 889(a)(1)(B) (telecommunications), and Section 508 (electronic/IT accessibility). Equipment must be NRTL listed (e.g., UL508A, NFPA 70, UL61010-1) or field evaluated. Installation and commissioning must be quoted separately.

Contract Details

  • Contract Type: Firm Fixed Price Purchase Order.
  • NAICS Code: 334519 (Other Measuring and Controlling Device Manufacturing), 600-employee size standard.
  • Set-Aside: None specified, but preference for domestic offers per the Buy American Act.
  • Period of Performance: Anticipated lead time of nine months, with delivery required by January 1, 2027.

Submission & Evaluation

  • Proposal Due Date: April 15, 2026, 5:00 PM Mountain Time.
  • Technical Questions Deadline: April 1, 2026.
  • Evaluation Criteria: Lowest Price (Cost), Technically Acceptable Selection. Offers will be evaluated for technical acceptability against baseline requirements (Attachments 1, 2, and 3), then by price. Discussions may be held.
  • Submission Requirements: Official Quote, Cover Letter (acknowledging all amendments), completed Attachment 2 (Equipment Specifications Spreadsheet), signed Representations and Certifications, and price justification (e.g., 3 redacted invoices for similar systems). Quotes must be valid for 90 days. Offerors must identify the country of shipment and itemize tariff costs.
  • Submission Method: Electronic submission to Maurice.Nelson@nlr.gov.

Key Amendments & Updates

  • Amendment 5 (April 8, 2026): Clarified service door over floor drain and egress path requirements. Confirmed proposal due date.
  • Amendment 4 (March 25, 2026): Extended proposal due date to April 15, 2026, and updated Attachment 3 to include footprint drawing.
  • Amendment 3 (February 9, 2026): Changed RFQ Point of Contact to Maurice Nelson.
  • Amendment 2 (February 4, 2026): Posted Attachment 3 - Vendor Performance Requirements.
  • Amendment 1 (July 24, 2025): Provided Q&As, including details on racking, dimensions, humidity control, codes, and price justification.

Contact Information

For inquiries, contact Maurice Nelson at Maurice.Nelson@nlr.gov.

People

Points of Contact

Maurice NelsonPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 4Viewing
Solicitation
Posted: Apr 8, 2026
Version 3
Solicitation
Posted: Mar 25, 2026
View
Version 2
Solicitation
Posted: Feb 10, 2026
View
Version 1
Solicitation
Posted: Feb 4, 2026
View
Environmental Chamber for Large Component Reliability Testing Level 2 | GovScope