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 U.S. Department of Energy's National Laboratory of the Rockies (NLR) is seeking proposals for an Environmental Chamber for Large Component Reliability Testing Level 1 to be installed in Golden, CO. This Request for Quote (RFQ) aims to procure a specialized chamber for testing large photovoltaic (PV) modules and other equipment for reliability research. The award will be a Firm Fixed Price Purchase Order. Proposals are due by April 15, 2026.
Scope of Work & Technical Requirements
The core requirement is for an environmental chamber capable of reliability testing large components. Key technical specifications (Attachment 1) include accommodating 8 full-size solar panels (up to 1.5m x 3m x 5cm), humidity control from 10-95% RH, and temperature control from -40°C to 85°C, with heating/cooling cycles completed within 105 minutes. The chamber must also feature a floor drain, four wiring ports, remote programmable controls, and a water inlet for spray capability.
Vendor & Installation Requirements
Offerors must demonstrate significant experience, including manufacturing, delivering, and installing at least five comparable units within the last five years for research institutions. A written warranty and documented availability of replacement parts and trained personnel for at least seven years post-delivery are required. The government reserves the right to request a remote demonstration of comparable equipment. Strict physical installation constraints (Attachment 3) include fitting through an 8'x10' loading dock door, navigating 9' overhead clearance, adhering to a specific footprint drawing, maintaining 36" egress paths, and ensuring 28" maintenance clearance. Utility constraints specify electrical power consumption under 160 kW, chamber cooling water energy under 239,000 btu/h, and heat dissipation under 12,000 btu/h to ambient air, with no LN2 available for cooling.
Contract Details
This is a Firm Fixed Price Purchase Order. The anticipated lead time for award is nine months, with an expected delivery date by December 4, 2026. The NAICS code is 334519 (Other Measuring and Controlling Device Manufacturing) with a 600-employee size standard. Preference will be given to domestic offers under the Buy American Act.
Submission & Evaluation
Proposals are due April 15, 2026, at 5:00 PM Mountain Time. Technical questions must be submitted in writing by April 1, 2026. The selection method is Lowest Price (Cost), Technically Acceptable. Offers will be evaluated first for technical acceptability against baseline requirements (Attachments 1 & 3) and then for the lowest evaluated price. Required submissions include an official quote, a cover letter (confirming acceptance of NLR's standard terms and amendments), a completed Attachment 2 (Equipment Specifications Spreadsheet), and signed Representations and Certifications.
Additional Notes
Offerors must certify their SAM.gov registration status. Electronic quotes are required and must itemize tariff costs for international shipments; failure to do so may result in rejection. Compliance with Section 889(a)(1)(B) regarding telecommunications and video surveillance equipment, and Section 508 of the Rehabilitation Act for Electronic and Information Technology (EIT) procurement, applies.