Environmental Chamber for Large Component Reliability Testing Level 3
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 Department of Energy's National Laboratory of the Rockies (NLR) is seeking competitive quotes for an Environmental Chamber for Large Component Reliability Testing Level 3 to be delivered to Golden, CO. This solicitation aims to procure a firm-fixed-price purchase order for a specialized environmental chamber. Proposals are due April 15, 2026.
Scope of Work
The core requirement is for an Environmental Chamber capable of reliability testing large components, specifically accommodating 8 full-size solar panels (up to 1.5m x 3m x 5cm) with specified dead loads. Key capabilities include humidity control (10-95% RH), programmable temperature control (±2°C stability), specific heating/cooling ramp rates, a floor drain, wiring ports, remote setpoint control, and water spray capability.
Offerors must meet baseline requirements detailed in:
- Attachment 1 (Technical Specifications): Outlines precise performance standards and safety compliance.
- Attachment 2 (Equipment Specifications Spreadsheet): Details physical, electrical, and utility requirements.
- Attachment 3 (Vendor and Installation Requirements): Mandates vendor experience (minimum 5 comparable units in 5 years), after-sales service (7+ years parts/personnel, guaranteed response times), remote demonstration capability, and adherence to strict installation constraints (e.g., physical space, egress, utility limits like <160 kW electrical power, <239,000 btu/h cooling water, <12,000 btu/h heat dissipation to ambient air). LN2 is not available for cooling.
Contract Details
- Type: Firm Fixed-Price Purchase Order
- Set-Aside: None specified; preference given to domestic offers per the Buy American Act.
- NAICS: 334519 (Other Measuring and Controlling Device Manufacturing), Size Standard: 600 employees.
- Anticipated Lead Time for Award: Nine months.
- Expected Delivery Date: By December 4, 2026.
Submission & Evaluation
- Evaluation Method: Lowest Price (Cost), Technically Acceptable Selection. Offers will be evaluated first for technical acceptability against baseline requirements (Attachments 1, 2, and 3), then for the lowest evaluated price.
- Quote Validity: Must be valid for 90 days from the offer date.
- Submission Requirements: Official quote, cover letter (acknowledging all amendments), completed Attachment 2, and signed Representations and Certifications.
- Eligibility: Offerors must be fully registered and active in SAM.gov and certify their size and socioeconomic status.
- Tariffs: Information regarding tariffs for international shipments must be clearly itemized; failure to do so may result in rejection.
Key Dates
- Technical Questions Due: April 1, 2026 (in writing).
- Proposal Due Date: April 15, 2026, 5:00 PM Mountain Time.
- Published Date: March 25, 2026.
Additional Notes
This solicitation has undergone multiple amendments. Amendment 4, posted March 25, 2026, extended the proposal due date and updated Attachment 3. Amendment 3, posted February 9, 2026, changed the RFQ Point of Contact to Maurice Nelson. Offerors must acknowledge receipt and acceptance of all amendments in their cover letter.