A--DOI-BAA-SOLSTICE-FY25-01
ID: DOIDFBO250005Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEDEPARTMENTAL OFFICESIBC ACQ SVCS DIRECTORATE (00004)HERNDON, VA, 20170, USA

NAICS

Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology) (541715)

PSC

GENERAL SCIENCE AND TECHNOLOGY R&D SERVICES; GENERAL SCIENCE AND TECHNOLOGY; APPLIED RESEARCH (AJ12)
Timeline
  1. 1
    Posted Oct 28, 2024, 12:00 AM UTC
  2. 2
    Updated Jan 21, 2025, 12:00 AM UTC
  3. 3
    Due Feb 7, 2025, 10:00 PM UTC
Description

The Department of the Interior, in collaboration with the Intelligence Advanced Research Projects Activity (IARPA), is seeking proposals for the SOLSTICE program, aimed at developing advanced solar energy conversion systems with enhanced power density and efficiency for both space and terrestrial applications. The program is structured into two technical tracks: Track 1 focuses on space-based energy conversion systems, while Track 2 targets terrestrial surface-based systems, with the goal of creating innovative solar technologies that can withstand environmental challenges and improve energy harvesting yields. Proposals must demonstrate novel approaches and are encouraged to undergo a three-phase process, including proof-of-concept development, prototype demonstration, and scalability assessment, with a proposal due date for Volume 1 Technical/Management Proposal set for February 7, 2025. Interested parties can contact Frank Kennedy at frank_kennedy@ibc.doi.gov for further information.

Point(s) of Contact
Files
Title
Posted
The Department of the Interior, in collaboration with the Intelligence Advanced Research Projects Activity (IARPA), has issued a Broad Agency Announcement (DOI-BAA-SOLSTICE-FY25-01) focusing on developing advanced solar energy conversion systems. The SOLSTICE program targets two main tracks: Track 1 emphasizes space-based systems, and Track 2 focuses on terrestrial applications. The program aims to create highly efficient and resilient solar technologies capable of significantly higher power densities suitable for both environments. The initiative is structured in three phases: Phase 1 involves proof-of-concept development, Phase 2 focuses on prototype demonstrations, and Phase 3 assesses scalability and durability. Proposals must demonstrate innovative systems integrating novel solar technologies while emphasizing collaboration among multidisciplinary teams. Key program goals include achieving high energy conversion efficiencies, minimizing environmental degradation impacts, and contributing to U.S. interests in robust power systems. Applicants are encouraged to submit white papers for feedback and must follow specified guidelines for proposal submissions. The initiative also highlights the importance of testing and evaluation (T&E) to verify compliance with program metrics. Achieving these objectives is vital to enhance capabilities within the Intelligence Community while promoting innovation in renewable energy technologies.
The Department of the Interior (DOI) is issuing a Broad Agency Announcement (BAA) for the SOLSTICE program, aimed at developing innovative solar-powered energy conversion systems with high efficiency and resilience for both space (Track 1) and terrestrial applications (Track 2). The program encourages multidisciplinary collaboration among research and development teams and is structured into three phases: Proof of Concept Development, Prototype Demonstration, and Scalability and Durability Assessment, totaling approximately 48 months. Key objectives include enhancing energy harvesting yield, power density, and system durability against environmental stressors while maintaining reasonable cost. Offerors must submit a white paper prior to proposing detailed solutions that address specified technical metrics while maximizing domestic manufacturing capabilities. The program emphasizes testing and evaluation (T&E) of deliverables to ensure progress toward the defined performance metrics, with significant guidance provided throughout the process. The solicitation reflects the government's commitment to fostering advanced technologies that can support Intelligence Community operations in challenging remote environments, seeking contractors to achieve significant innovations in solar technology.
Jan 21, 2025, 8:04 PM UTC
The Department of the Interior, in collaboration with the Intelligence Advanced Research Projects Activity (IARPA), has issued a Broad Agency Announcement (BAA) under the SOLSTICE program to develop advanced solar energy conversion systems. This initiative focuses on improving power density and efficiency for both space and terrestrial applications. The program is structured into three phases: Phase 1 involves proof of concept development, Phase 2 focuses on prototype demonstration, and Phase 3 aims at scalability and durability assessment. Key objectives include enhancing energy harvesting yields and resilience against environmental challenges over expected operational lifetimes of up to ten years. Offerors are encouraged to submit white papers before detailed proposals are prepared, indicating the alignment with program goals. Testing and evaluation processes will assess the performance of developed prototypes against set metrics at various operational conditions. The emphasis is on innovative designs that integrate new technologies while ensuring domestic manufacturability and resilience. Ultimately, this initiative aims to revolutionize solar-powered systems to cater to the needs of the Intelligence Community and beyond, addressing both existing tech limitations and enhancing operational capabilities in remote environments.
Jan 21, 2025, 8:04 PM UTC
This document provides comprehensive guidelines for calculating and modeling energy losses within a power system, particularly focusing on solar energy applications. Offerors are instructed to systematically document efficiency losses across different subsystems, presenting their findings through tables and visual diagrams that illustrate energy flow and loss mechanisms. The document details various types of losses, including atmospheric, conversion, and transmission losses, along with specific calculations for each. It stresses the importance of modeling both electrical and thermal energy flows, considering factors such as insolation, angle of incidence, and time-based efficiencies. Moreover, the guidelines specify that Offerors may tailor the provided templates to their unique designs and must capture the impacts of duty cycling and scaling on overall efficiency. Key strategies for loss mitigation are encouraged, and separate line items for specific loss mechanisms are outlined. Overall, this document aims to establish a standardized framework for evaluating innovative solar power solutions, which is crucial for facilitating government contract proposals and ensuring compliance with federal grant requirements. The emphasis on accurate modeling and clear documentation underlines the importance of performance assessment in federal RFP evaluation processes.
Jan 21, 2025, 8:04 PM UTC
The document concerns the amendment of a solicitation or modification of a government contract, specifically identified as DOIDFBO250005. It outlines procedures that contractors must follow to acknowledge receipt of this amendment. Acknowledgment can occur through several methods, including completing copies of the amendment or sending a separate communication that references the solicitation and amendment numbers. The document emphasizes the necessity of timely acknowledgment, stating that failure to do so may lead to rejection of the offer. It includes instructions for modifying existing offers and indicates that all terms and conditions remain unchanged unless specifically altered by this amendment. This type of documentation is common in federal requests for proposals (RFPs) and grants, where changes and clarifications to existing solicitations ensure that contractors are informed and compliant with updated requirements. The seriousness of adhering to specified dates and procedures is highlighted throughout the document, reflecting standard operational protocols in federal contracting processes.
Jan 21, 2025, 8:04 PM UTC
The document is an amendment regarding the solicitation process for contracts/orders issued by the Acquisition Services Directorate. It outlines procedures for acknowledging receipt of the amendment by bidders, which can be done through various methods, including completing copies of the offer or via correspondence that references the solicitation and amendment numbers. Failing to acknowledge this amendment before the specified deadline may result in the rejection of bids. The amendment modifies an existing contract/order and is particularly applicable to solicited proposals and adjustments such as changes in accounting data. Contractors are required to sign the document and return specified copies to confirm their acknowledgment. This amendment emphasizes procedural compliance within RFP processes and affirms the continuity of original terms and conditions, other than the changes stated, ensuring all stakeholders are informed and engaged appropriately.
Jan 21, 2025, 8:04 PM UTC
The document is an amendment to a solicitation, specifically addressing the conditions under which offers must be acknowledged and submitted. It outlines the requirements for contractors to confirm receipt of the amendment using various methods, such as inclusion on offer copies or through separate communication. Failure to acknowledge the amendment before the specified deadline may lead to the rejection of the offer. Additionally, it discusses the modification of existing contracts, detailing the necessary administrative changes and the potential for contract amendments under certain authorities. Relevant information includes the contract number, issuance date, and modifications to accounting and appropriation data. Overall, this document serves as a formal communication to ensure compliance with regulatory procedures in the solicitation process, thus facilitating effective contract management within federal and state procurement contexts.
The document outlines questions and responses related to the Solstice Broad Agency Announcement (BAA), focusing on the contracting processes and requirements for Offerors. Key points include clarification that Government Furnished Equipment (GFC) costs will be covered directly by the Government, with Offerors required to provide both rough and detailed cost estimates for GFC in their proposals. It details expectations for demonstrating power output metrics and the necessity for all three phases of the project to be included in proposals, with later phases optional contingent upon meeting evaluation criteria. Further clarifications address the acceptance of Firm Fixed Price (FFP) proposals from non-traditional contractors, the requirements for showing the stowing and deployment of scaled prototype power systems, and the necessity of presenting cost supporting information, including labor rates and the provision of proposals directly to the Government Contracting Officer by subcontractors. Additionally, it notes changes in cold climate reference locations and requirements for proposal data, emphasizing the importance of adhering to guidelines for technical proposals to ensure competitiveness. Overall, the document serves to clarify the BAA's procedural elements and requirements for potential contractors participating in the Solstice program.
Jan 21, 2025, 8:04 PM UTC
The SOLSTICE BAA Questions & Answers document addresses inquiries related to the submission of white papers for the IARPA SOLSTICE project. It clarifies that cover pages do not count towards the five-page limit and outlines acceptable uses of existing sun tracking technologies in proposals. Offerors can submit multiple white papers, and a Privacy Protection Plan is required only if human subjects are involved. There is no provided Statement of Work template, and details for design documentation and test environments for various Tracks are discussed. The responses emphasize that the government retains unlimited rights over intellectual property arising from the project, urging proposers to identify any pre-existing intellectual property used in their proposals. The document serves as a guidance tool to streamline proposal submissions while ensuring compliance with government regulations and objectives of the SOLSTICE program, which aims to foster innovative power system solutions in various contexts. Overall, it facilitates clarity and collaboration between IARPA and potential proposers, promoting the development of technologies that align with national security and intelligence goals.
Jan 21, 2025, 8:04 PM UTC
This document outlines the cost proposal requirements for federal contracts, specifically targeting the submission guidelines for prime contractors and subcontractors. It emphasizes the need for detailed and accurate supporting data for various cost elements, including direct labor, fringe benefits, overhead, subcontractor and consultant costs, and other direct costs. The proposal must include a breakdown of costs for specific phases and technical tracks, adhering to federal regulations such as FAR 15.403-4, which mandates the submission of certified cost/pricing data under certain conditions. Furthermore, the document instructs offerors to justify all proposed costs and provide comprehensive documentation for each, ensuring the reasonableness and accuracy of financial estimates. Information regarding subcontractor and consultant proposals must align with the prime contractor's submission protocol, emphasizing the importance of competitive pricing and rationale for selections made. Overall, the document serves as a guiding framework for creating a fully supportable and transparent cost proposal aimed at facilitating government review and evaluation processes while complying with acquisition regulations.
Jan 21, 2025, 8:04 PM UTC
The document serves as a cost proposal framework for federal RFP submissions, specifically addressing cost estimates for both prime contractors and subcontractors involved in government projects. It outlines various cost elements, including direct labor, fringe benefits, contractual agreements concerning subcontractors and consultants, other direct costs, and general and administrative expenses. The requirement is for each offeror to provide a detailed breakdown of costs associated with each phase of the project while ensuring that all proposed costs are well supported and justified. Furthermore, the document emphasizes the need for transparency and competition in subcontractor selection, requiring detailed cost proposals and justifications for sole-source contracts. It highlights regulations, such as FAR provisions, that govern the submission of cost proposals and the necessity of providing adequate supporting documentation for all expenses claimed. The overall goal is to ensure that the proposals are reasonable, allowable, and allocable for government funding considerations, aiding in the thorough evaluation of proposed costs by government personnel. Adhering to these guidelines is vital for compliance and successful approval of the funding request.
Lifecycle
Title
Type
DOI-BAA-SOLSTICE-FY25-01
Currently viewing
Solicitation
Similar Opportunities
REMOTE SOLAR SECURITY SURVEILLANCE SYSTEM
Buyer not available
The Department of the Interior, specifically the US Geological Survey (USGS), is seeking proposals from small businesses for a Remote Solar Security Surveillance System, specifically the PremiumGaurdPro V1 or an equivalent product. The system is required to provide mobility, 360-degree monitoring, 24/7 operation, alarm capabilities, and real-time communication with stakeholders, enhancing security measures for the Alaska Science Center. Proposals must be submitted electronically by April 7, 2025, with a firm-fixed-price contract to be awarded based on the Lowest Price Technically Acceptable (LPTA) criteria. Interested parties should direct inquiries to Elizabeth Adam at eadam@usgs.gov or call (916) 278-9441, ensuring compliance with the Buy American Act and registration in the System for Award Management (SAM).
Environmental Security Technology Certification Program (ESTCP) - Environmental Technology Demonstrations Supplemental Broad Agency Announcement (BAA)
Buyer not available
The Department of Defense, through the Environmental Security Technology Certification Program (ESTCP), is inviting proposals for innovative environmental and installation energy technology demonstrations as part of its Fiscal Year 2025 funding initiative. The objective is to validate and demonstrate technologies that address critical DoD environmental and energy needs, ensuring they are mature enough for operational testing and implementation at DoD facilities. This opportunity is significant for advancing technological innovation within the DoD framework, with an expected total funding amount of approximately $8 million for multiple awards. Interested parties must submit their proposals by 2:00 p.m. Eastern Time on April 22, 2025, following the guidelines provided on the ESTCP website, and can direct inquiries to Aimee Johnson or Shannon Benson for further assistance.
TraCSS Space Situational Awareness (SSA) Research and Technology Development
Buyer not available
The Department of Commerce's National Oceanic and Atmospheric Administration (NOAA) is seeking proposals through a Broad Agency Announcement (BAA) for research and technology development in Space Situational Awareness (SSA) and Space Traffic Coordination (STC). The objective is to enhance technologies that improve safety and management in the increasingly crowded space environment, inviting white papers from U.S. entities, including government, academia, and private sectors. This initiative is crucial for advancing the state-of-the-art in space research and ensuring effective risk assessment and conjunction assessment methodologies. Interested parties should note that the deadline for white paper submissions is May 30, 2025, with an estimated federal funding of approximately $9.9 million available for initial projects, and they can contact Noelle Albert at NOELLE.ALBERT@NOAA.GOV for further information.
Safe Lithium-Ion Battery Development
Buyer not available
The Department of Energy, through the Naval Nuclear Laboratory (NNL) operated by Fluor Marine Propulsion LLC, is soliciting proposals for the development of a lithium-ion battery system intended as a backup energy storage solution capable of providing 2.4 MWh of usable energy. The project aims to create a battery that ensures safety and operational integrity during various casualty scenarios, emphasizing the need for robust design features that prevent cascading failures and maintain functionality under emergency conditions. This initiative is critical for advancing battery technology within government requirements, with proposals due by April 7, 2025, and funding decisions expected by October 2025. Interested vendors should direct inquiries to Chris M. Smith at ATIP@unnpp.gov and are encouraged to participate in an information session on February 27, 2025, to clarify any questions regarding the RFP.
FreeSol Broad Agency Annoucement
Buyer not available
The Department of Defense, specifically the Department of the Air Force, has issued a solicitation notice for the FreeSol Broad Agency Announcement. This announcement is centered around the Space Systems Command (SSC) Space Domain Awareness and Combat Power (SZ-BC) Program Executive Office (PEO) Advanced Technology Transition Branch. The purpose of this announcement is to invite innovative technical approach concept papers that address space and cyber technologies to counter emerging space threats. The goal is to enable capabilities that align with the United States Space Force (USSF) Strategic Intent and to leverage all sources of innovation, prototyping, and experimentation. The announcement emphasizes the need for integrated space and cyber solutions and encourages industry partnership, innovation, and cost reduction. The BAA is open for concept papers for a period of 60 months, through February 23, 2029. The anticipated ceiling for funding is up to $99 million over the 5-year active period, and the number of contract awards will depend on the scope and quality of proposals received. The BAA follows a two-step process, starting with the submission of concept papers, followed by the submission of full proposals for selected concept papers. The Government intends to award Cost Plus Fixed Fee (CPFF) or Firm Fixed Price (FFP) contracts. The BAA outlines five areas of research interest, including resiliency technologies, improvements to Space Domain Awareness (SDA), defensive and offensive counterspace capabilities, efficiencies in Battle Management Command Control and Communications (BMC3), and methods for advancing exercises, tests, and training environments. Concept papers should address one or more of these areas and provide a technical approach and operational impact. The evaluation of concept papers will consider relevance to space and cyber technologies, technical merit, affordability, achievability of the proposed schedule, and the impact of intellectual property/proprietary data. Selected concept papers will receive a Request for Proposal (RFP) for the submission of full proposals. It is important to note that the Government will not pay for any costs associated with the preparation of concept papers or proposals.
Touch Screen Tactile Enhancements
Buyer not available
The Department of Energy, specifically the Fluor Marine Propulsion office, is soliciting proposals for the development of Touch Screen Tactile Enhancements aimed at improving training for Navy sailors. The objective is to create technologies that enhance tactile feedback for touch screen-based training panels, which currently lack the physical interaction and muscle memory provided by traditional hardware panels. This initiative is crucial for maintaining operational fleet readiness and reducing costs associated with physical training panels. Interested suppliers must submit their technical proposals, including a one-page Quad Chart and a narrative of up to five pages, by the specified deadline to Jon Ruffley at Jonathan.Ruffley@unnpp.gov. A pre-proposal conference will be held for inquiries, and confidentiality regarding proposal content is emphasized.
Pico Solar Simulator
Buyer not available
The Department of Defense, specifically the U.S. Army Contracting Command-Redstone, is seeking information from potential sources to procure one LED-based Pico Solar Simulator. This simulator must meet stringent technical specifications, including a wavelength range of 350-1500 nm, an AM1.5G spectral mismatch of less than 5%, and spatial non-uniformity below 2% over a 25 mm by 25 mm area, along with high temporal stability and variable intensity control. The equipment is crucial for testing photosensitive materials, solar cell testing, and material degradation studies, enhancing the Army's operational capabilities. Interested parties are encouraged to submit white papers by April 7, 2025, detailing their offerings, with all submissions becoming government property. For further inquiries, contact Taylor Siskoff at taylor.c.siskoff.civ@army.mil or Portia Sampson at portia.r.sampson.civ@army.mil.
Space Technology Advanced Research (STAR)
Buyer not available
The Department of Defense, through the Air Force Research Laboratory (AFRL), is soliciting proposals under the Space Technology Advanced Research (STAR) program to advance research and experimentation in space-flight technologies. This initiative invites white papers from all businesses, focusing on innovative solutions that enhance national defense capabilities in areas such as space vehicle functionality, mission effects, and command and control strategies. The anticipated contract awards range from $50,000 to $100 million, with a two-step submission process requiring white papers to be submitted via the AMRDEC SAFE website. Interested parties can reach out to the primary contact, Daniel J. Alvarado, at daniel.alvarado.12@spaceforce.mil or 505-853-4755 for further information, while noting that the offer due date is currently unspecified.
Grid Research Integration and Deployment Center Technology Collaborations for US Power Electronics Industries
Buyer not available
The Department of Energy's Oak Ridge National Laboratory (ORNL) is seeking U.S. industry partners for collaborative projects at its Grid Research Integration and Deployment Center (GRID-C) to advance power electronics technologies for grid modernization. ORNL invites cost-shared proposals from industries aligned with its facilities and expertise in areas such as Materials & Components, Embedded Controllers, and Subsystems Devices. Selected partners will work closely with ORNL staff, leveraging its unique capabilities to demonstrate innovative grid integration solutions. The focus is on accelerating the development of resilient and energy-efficient power electronics, with projects conducted in short timeframes. Industry participants are required to contribute at least 20% of the project cost, which can include in-kind contributions, and must align with ORNL's facilities and capabilities. GRID-C collaborations aim to strengthen the U.S. power electronics industry and clean energy landscape. Proposals are evaluated based on technical feasibility, commercialization potential, and their impact on grid improvement. This initiative supports the DOE Transformer Resilience and Advanced Components (TRAC) Program's mission. For more details, eligible industries should refer to the proposal guidelines and contact Dr. Madhu Chinthavali for inquiries. The announcement remains open, with funding available through the DOE contract.
P-1238, CONSTRUCTION OF GRID STABILITY AND RESILIENCY 10 MW, BATTERY ENERGY STORAGE SYSTEMS, MARINE CORPS AIR GROUND COMBAT CENTER (MCAGCC), TWENTYNINE PALMS, CA
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command Southwest, is soliciting proposals for the design and construction of a 10 MW Battery Energy Storage System (BESS) at the Marine Corps Air Ground Combat Center (MCAGCC) in Twentynine Palms, California. This project aims to enhance grid stability and energy resilience by integrating BESS with existing solar photovoltaic systems, ensuring compliance with cybersecurity protocols and promoting sustainable energy practices. The total construction cost limitation is set at $43 million, with a proposal submission deadline of May 22, 2024, and a construction period of 913 calendar days. Interested contractors should contact Kathryn Cranford at kathryn.r.cranford.civ@us.navy.mil or Jaime Flores at jaime.r.flores4.civ@us.navy.mil for further details.