Environmental Chamber for Large Component Reliability Testing Level 1
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 (DOE) national laboratory, is seeking proposals for an Environmental Chamber for Large Component Reliability Testing Level 1. This Request for Quote (RFQ) aims to procure a specialized environmental chamber to support renewable energy and energy efficiency research, specifically for testing large photovoltaic (PV) modules and other equipment. The anticipated award is a Firm Fixed Price Purchase Order. Proposals are due by April 15, 2026, at 5:00 PM Mountain Time.
Scope of Work & Key Requirements
The core requirement is for an environmental chamber capable of reliability testing large components, including up to eight full-size solar panels (1.5m x 3m x 5cm). The chamber must feature humidity control (10-95% RH), temperature control from -40°C to 85°C (with specific heating/cooling rates), and various features like a floor drain, access ports, and remote programmability.
Offerors must meet baseline requirements detailed in Attachment 1 (Technical Specifications) and Attachment 3 (Vendor Performance Requirements). Attachment 3 specifies critical criteria including:
- Vendor Experience: Minimum five comparable units manufactured, delivered, and installed within the last five years for research institutions.
- Maintenance Support: Written warranty and availability of parts/trained personnel for at least seven years.
- Installation Constraints: Strict physical space limitations (e.g., 8' wide roll-up door, 9' overhead clearance, 36" egress path, 28" maintenance clearance) and utility requirements (electrical < 160 kW, specific cooling water parameters). A remote demonstration capability may be required.
Contract Details
- Contract Type: Firm Fixed Price, Purchase Order.
- Anticipated Lead Time: Nine months for award.
- Expected Delivery: By December 4, 2026.
- NAICS Code: 334519 (Other Measuring and Controlling Device Manufacturing), Size Standard: 600 employees.
- Set-Aside: None specified. Buy American Act preference applies, and offerors must certify SAM.gov registration.
Submission & Evaluation
- Proposal Due Date: April 15, 2026, 5:00 PM Mountain Time.
- Technical Questions Due: April 1, 2026.
- Submission: Electronic quotes are required and must include an official quote (based on Attachments 1 & 3), a cover letter (acknowledging amendments and accepting NLR terms), a completed Attachment 2 (Equipment Specifications Spreadsheet), signed Representations and Certifications, and a statement on domestic end product status. Itemize tariff costs for international shipments.
- Evaluation Method: Lowest Price (Cost), Technically Acceptable Selection (LPTA). Offers will be evaluated first for technical acceptability against baseline requirements, then for the lowest evaluated price.
Important Notes
Offerors must confirm receipt and acceptance of all amendments in their cover letter. The latest amendments clarify physical layout details, egress requirements, and confirm the final due date.