Russell Test Chamber Controller
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 Defense Health Agency (DHA), on behalf of its Operational Medicine (OPMED) Test Branch, is seeking quotes for Controllers for Russell Test Chambers (Models RHB-64-705-705-AC and WMD-336-ECMD-4-10-10). This requirement, located in Frederick, MD, is a Total Small Business Set-Aside. The acquisition involves providing and installing new controllers, including the removal of existing mercury manometers, to ensure chamber performance aligns with MIL-STD-810H. Quotes are due June 8, 2026.
Scope of Work
This Request for Quote (RFQ) covers the supply and installation of controllers for two distinct Russell test chamber models:
- Russell Altitude and Temperature Test Chamber (RHB-64-705-705-AC): Requires controllers compatible with the RH Model Series, featuring touchscreen displays, remote control capabilities (e.g., Lab View, Windows Remote Desktop), and specific operational parameters including 4 PID control channels, adjustable temperature ramp rates, altitude control to 100,000 ft, and temperature control from -80 to 180°C. Installation includes removing mercury manometers and replacing them with new altitude transducers.
- Russell Walk-In Thermal and Humidity Test Chamber (WMD-336-ECMD-4-10-10): Requires controllers compatible with the W-series, with similar physical and interface requirements, and operational parameters including temperature control from -80 to 180°C and humidity control from 30% to 95% RH.
For both models, controllers must support data logging, graphical trending, and data export. Bidders must demonstrate experience retrofitting controllers to these specific Russell chamber models. Critical Logistical Specifications include providing wiring interface schematics and offering at least a one-year parts and 90-day labor warranty.
Contract & Timeline
- Type: Combined Synopsis/Solicitation (RFQ). Firm Fixed Price for controllers and retrofits; Other Direct Costs (ODC) are Cost No Fee.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- Place of Performance: Frederick, MD, United States.
- Delivery: 90 Calendar Days from Date of Award Receipt.
- Published: April 23, 2026.
- Questions Due: May 13, 2026, 2:00 PM Local Time.
- Quote Due: June 8, 2026, 10:00 AM Local Time.
Evaluation
Award will be made on a competitive best value basis using a "best value tradeoff" approach. Evaluation factors, in descending order of importance, are:
- Technical Capabilities/Specifications: (More important than Past Performance)
- Past Performance: (More important than Price)
- Price:
Attachment 2 provides standard definitions for adjectival ratings used in evaluating technical capabilities and past performance.
Submission Requirements
Quotes must be submitted as Microsoft Word, Microsoft Excel, or Adobe PDF attachments to jamie.l.diggs.civ@health.mil and kelly.r.green.civ@health.mil. Questions should be sent to the same email addresses with the subject "HT9427-26-Q-E007". Offerors must be registered in the System for Award Management (SAM) database at the time of award.