Walk-In Temperature/Humidity Environmental Chamber
ID: PANRSA-25-P-0000-010524Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-RSAREDSTONE ARSENAL, AL, 35898-5200, USA

NAICS

Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing (333415)

PSC

ENVIRONMENTAL CHAMBERS AND RELATED EQUIPMENT (6636)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is seeking proposals for a Walk-In Temperature/Humidity Environmental Chamber to be utilized at Redstone Arsenal, Alabama. The chamber is intended for testing DoD packaging materials and other items under various temperature and humidity conditions, with key specifications including a temperature range of -50 °F to +180 °F and humidity levels of 20-95% RH. This procurement is part of a broader initiative to enhance testing capabilities for equipment resilience, and interested contractors are invited to submit detailed capabilities statements by 12:00 PM CDT on April 14, 2025. For further inquiries, potential respondents may contact Ben Hymas at benjamin.c.hymas.civ@army.mil or Lisa Armes at lisa.s.armes.civ@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The US Army Sustainment Command (ASC) seeks proposals for an environmental test chamber designed to replicate variable temperature and humidity conditions. The contract includes delivery, installation (excluding utility connections), startup, calibration, and training for the equipment. Key specifications for the chamber involve dimensions, safety features such as double doors with locking mechanisms, and durability to handle heavy loads and various materials. Performance requirements include a temperature range of -50 °F to +180 °F and humidity levels of 20-95% RH. The chamber must feature advanced controls, including a digital touch screen capable of saving multiple test profiles and real-time monitoring. Additionally, it should operate within specific environmental limits and use eco-friendly refrigerants. The contractor is responsible for thorough installation and acceptance testing, including training for personnel and providing maintenance options. A warranty and any necessary software requirements must be detailed in the proposals, including compliance with industry and government standards. This request is part of a broader initiative to enhance capabilities in testing and evaluating equipment resilience under diverse environmental conditions at the Tobyhanna Army Depot.
    The document is a Request for Information (RFI) issued by the Department of Defense (DoD) to identify potential contractors for an environmental test chamber. This chamber is intended for testing DoD packaging materials and other items under various temperature and humidity conditions. A Firm Fixed Price (FFP) contract for one unit is anticipated, alongside options for up to four years of maintenance and calibration services. Key requirements specify physical dimensions, performance characteristics such as temperature range and humidity control, and chamber controls, including a user-friendly digital interface. Participants are to provide detailed capabilities statements addressing their relevant experience, product specifications, and any limitations. Respondents must also identify their business size according to federal classifications. The document emphasizes that this RFI is for market research only, with no immediate contract to be awarded or binding obligations from responses. Interested parties must submit their statements by 12:00 PM CDT on April 14, 2025. Overall, this RFI serves to evaluate the market and gather information ahead of a potential procurement process, ensuring that the final product meets stringent operational standards.
    Lifecycle
    Title
    Type
    Similar Opportunities
    CHIPS R&D: Extreme Thermal Cycling Chamber– Combined Sources Sought/Notice of Intent to Sole Source
    Commerce, Department Of
    The Department of Commerce's National Institute of Standards and Technology (NIST) is seeking to procure an Extreme Thermal Cycling Chamber to support its CHIPS Metrology program, which focuses on the reliability of materials used in advanced semiconductor packaging. The chamber must meet specific technical requirements, including a temperature range of -100 °C to 200 °C and a cycling rate of at least 70 °C/min, to facilitate accelerated aging experiments on polymeric components. This procurement is critical for enhancing metrology capabilities within the U.S. semiconductor manufacturing ecosystem, and interested vendors are encouraged to respond with their capabilities and relevant information to the primary contact, Tracy Retterer, at tracy.retterer@nist.gov, by the specified deadline.
    66--INDICATOR,HUMIDITY,, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking to procure repair services for 27 units of humidity indicators under a presolicitation notice. The procurement involves a firm-fixed price contract for the repair of specific part numbers, with the government indicating that it does not own the necessary data or rights to purchase or reverse engineer these parts from other sources. This requirement is critical for maintaining operational capabilities, as the humidity indicators play a vital role in various defense applications. Interested parties must submit their proposals or capability statements within 45 days of the notice, and for further inquiries, they can contact Leo Dougherty at (717) 605-4614 or via email at LEO.T.DOUGHERTY3.CIV@US.NAVY.MIL.
    Temporary Dehumidification System w/ Inline Heaters_Rev1
    Dept Of Defense
    The Department of Defense, through the Portsmouth Naval Shipyard, is soliciting quotes for the rental and maintenance of a Temporary Dehumidification System with Inline Heaters, designated under solicitation number N3904026Q3088. This system is intended to provide dry and tempered process air for various industrial applications at the New London Subbase in Groton, Connecticut, and includes a Desiccant Climate Control Unit (DCCU) with a capacity of 5,000 CFM, along with necessary heating and ductwork. The procurement is critical for maintaining operational efficiency in environments requiring moisture control, with proposals due by December 22, 2025, at 5:00 PM EST, and must be submitted via email to Alyssa Scarelli at alyssa.a.scarelli.civ@us.navy.mil. Vendors are required to be registered in SAM.gov, and the contract will be awarded based on the lowest-priced technically acceptable offer, evaluated on technical compliance, price, and past performance.
    Walk-in Oven Building 128
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the procurement of a walk-in oven for Building 128 at the Anniston Army Depot. This requirement is part of a total small business set-aside under the North American Industry Classification System Code 333994, which pertains to Industrial Process Furnace and Oven Manufacturing. The successful vendor will be responsible for delivering a product that meets the specifications outlined in the Statement of Work, which is crucial for the operational needs of the depot. Interested parties must submit their proposals electronically through the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module by the closing date of January 5, 2026, at 10:00 AM CST, and all inquiries should be directed to Crystal Hodges at crystal.l.hodges8.civ@army.mil by December 15, 2025.
    15T Curbside Package Unit
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking bids for the procurement of a 15T Curbside Package Unit, identified by Part Number DSG1804DH00001S, which includes a Daikin Package Unit with specific requirements such as a 460V gas configuration and a hail damage guard. This procurement is categorized as a Total Small Business Set-Aside under FAR 19.5, emphasizing the importance of supporting small businesses in fulfilling government contracts. The equipment is crucial for maintaining air conditioning and refrigeration systems within military facilities, ensuring operational readiness and comfort. Interested vendors should direct inquiries to Rachel Rosenbaum at rachel.r.rosenbaum.civ@army.mil or call 254-287-0304 for further details regarding the solicitation process.
    AME Environmental Monitoring Service
    Dept Of Defense
    The Department of Defense, through the U.S. Army Center of Military History (CMH) and Army Contracting Command, is conducting a market survey to identify businesses capable of providing an advanced environmental monitoring system for 43 Army museums across 17 states, including Hawaii. The desired system must be an independent, closed platform for wireless, no-contact environmental data capture, ensuring compliance with the Buy American Act, Trade Agreements Act, and Berry Amendment, while recording critical data such as temperature, relative humidity, and light exposure at 15-minute intervals or less. This initiative is crucial for preserving historical assets and enhancing the efficiency and integrity of museum collections. Interested offerors are encouraged to respond to the Request for Information (RFI) by completing the attached questionnaire and submitting their responses electronically by January 6, 2026, to Sydney Huston at sydney.r.huston.civ@army.mil.
    Dual High Resistance Bridge System
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command-Redstone Services, is seeking quotes for the procurement of a Dual High Resistance Bridge System or an equivalent unit due to the obsolescence and aging of existing test equipment. This procurement aims to ensure accuracy and stability in resistance measurements, which are critical for the Army's operational capabilities. The required system includes components such as high resistance coaxial matrix scanners, programmable voltage sources, temperature-stabilized high resistance standards, air baths, and an equipment rack. Interested vendors must submit their quotes by January 15, 2026, at 3:30 PM CDT, and can direct inquiries to Ben Hymas or Shalanda McMurry via email.
    6685--Bath VAMC-Temperature/Humidity Monitoring equipment (VA-26-00026567)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide Rotronic Temperature and Humidity Monitoring equipment for the Bath VA Medical Center in Bath, NY. The procurement includes specific models such as the Rotronic RMS-MLOG-T10-915 with probe, RMS-MLOG-B-915, and 915 GATEWAY devices, which are essential for maintaining consistent environmental monitoring across multiple VA locations. This initiative is part of a market research effort to identify potential vendors for a future Small Business set-aside solicitation, with interested parties required to submit their company information and capabilities to Contract Specialist Lorraine Hussain by December 18, 2025. This presolicitation notice does not guarantee a contract award and is intended for informational purposes only.
    Solicitation: Environmental Control Unit (ECU) (4120-01-608-7504) - AMENDED
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command, is soliciting offers for the procurement of Environmental Control Units (ECUs) under solicitation number W912CH-25-Q-0033. The requirement includes a firm-fixed-price purchase order for three units, with an option for up to 100% additional quantity, identified by NSN 4120-01-608-7504 and Part No. 17-3-3260-2, which are critical for military applications, particularly in Chemical Biological Protective Shelters (CBPS). Interested offerors must obtain access to the Technical Data Package (TDP) prior to submission, and all proposals must be submitted electronically by December 29, 2025, at 2:00 p.m. Eastern Time, to the designated contacts Kimberly J. Parisek and Kelly Germano via their provided emails. Compliance with military preservation, packing, and marking standards is required, with shipments to be delivered to the Blue Grass Army Depot in Richmond, Kentucky.
    Calorimeter
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of a Differential Scanning Calorimeter, brand name TA Instruments, part number 973800.904, to be delivered to the McAlester Army Ammunition Plant. The required equipment, which includes a Discovery DSC250 with an autosampler and MDSC, is essential for chemical analysis and research applications within military operations. This opportunity is set aside for small businesses under the SBA guidelines, and interested vendors should reach out to Treaver Price at treaver.price.civ@army.mil or 918-420-6009, or Molly Dunkin at molly.e.dunkin.civ@army.mil or 918-420-6477 for further details. The solicitation is part of a Combined Synopsis/Solicitation notice, and potential bidders should review the attached scope of requirements in PIEE for additional specifications.