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 national laboratory, has issued a Request for Quote (RFQ) for an Environmental Chamber for Large Component Reliability Testing Level 1. This solicitation seeks to procure one Firm Fixed-Price Purchase Order for a chamber capable of testing large photovoltaic (PV) modules and other equipment. Proposals are due March 4, 2026, at 5:00 PM Mountain Time.
Scope of Work
The requirement is for an environmental chamber designed for reliability testing of large components. Key capabilities include:
- Accommodating 8 full-size solar panels (up to 1.5m x 3m x 5cm) with racking.
- Precise environmental control: humidity (10–95% RH) and temperature (–40°C to 85°C with specific ramp rates and uniformity).
- Features such as a floor drain, multiple access ports, remote programmability, and water inlet for spray capability.
- Compliance with technical specifications (Attachment 1), equipment specifications (Attachment 2), and vendor performance requirements (Attachment 3).
Contract Details
- Type: Firm Fixed Price, Purchase Order.
- Anticipated Lead Time for Award: Nine months.
- Expected Delivery: By December 4, 2026.
- NAICS Code: 334519 (Other Measuring and Controlling Device Manufacturing), Size Standard: 600 employees.
- Set-Aside: None specified, but Buy American Act preference applies.
Submission & Evaluation
Offerors must submit an official quote, a cover letter acknowledging amendments and accepting Attachments 1 & 3, a completed Attachment 2, domestic end product status, signed Representations and Certifications, SAM.gov registration certification, and price justification.
- Evaluation Criteria: Lowest Price (Cost), Technically Acceptable selection. Offers will be initially evaluated for technical acceptability, followed by price evaluation.
- Technical Questions Due: February 11, 2026.
- Proposal Due: March 4, 2026, 5:00 PM Mountain Time.
- Submission Method: Electronically to Nicole.Edun@nlr.gov.
Key Requirements for Bidders
- Vendor Experience: Must have manufactured, delivered, and installed at least five comparable units within the last five years for research institutions.
- Maintenance Support: Provide a written warranty and evidence of available service maintenance agreements for at least 7 years.
- Remote Demonstration: Capability to provide a remote demonstration of comparable equipment.
- Installation Constraints: Adherence to specific physical space, egress, clearance, height, and utility limitations (e.g., electrical power < 160 kW, chamber cooling water < 239,000 btu/h). No LN2 available for cooling.
- Compliance: Prohibition on certain telecommunications and video surveillance services/equipment (Section 889(a)(1)(B)) and Section 508 of the Rehabilitation Act apply.
Amendments
- Amendment 1 (July 24, 2025): Provided Q&As clarifying technical aspects (racking, water inlet, access ports, live load, dimensions, humidity, temperature uniformity, codes/standards).
- Amendment 2 (February 4, 2026): Added Attachment 3 – Vendor Performance Requirements and confirmed the proposal due date of March 4, 2026.