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
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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
    Integrated Biorefinery Facility North High Bay Revitalization Custom Equipment
    Energy, Department Of
    The Department of Energy's National Renewable Energy Laboratory (NREL) is seeking proposals for the "Integrated Biorefinery Facility North High Bay Revitalization Custom Equipment" project, aimed at enhancing biomass conversion and waste carbon utilization technologies. The project requires the design, fabrication, and commissioning of specialized process equipment, including a Hydroprocessor and a Distillation Column, with a production capacity of approximately one barrel per day, emphasizing operational flexibility and process safety. This initiative is critical for advancing renewable technologies for commercial deployment, with an estimated funding range of $750,000 to $3.5 million and a performance period extending through March 30, 2027. Interested parties must submit their proposals by 5:00 PM Mountain Time on December 17, 2025, and can direct inquiries to Todd Labosky at Todd.Labosky@nrel.gov.
    Strategic Environmental Research and Development Program Core Broad Agency Announcement
    Dept Of Defense
    The Department of Defense, through the Strategic Environmental Research and Development Program (SERDP), is inviting pre-proposals for research projects focused on Environmental Restoration, Resource Conservation and Resilience, and Weapons Systems and Platforms. This Broad Agency Announcement (BAA) aims to competitively fund innovative environmental research that enhances the DoD's environmental performance and addresses specific Statements of Need. The total funding available for selected projects is approximately $10 million, with pre-proposals due by 2:00 PM Eastern Time on January 13, 2026. Interested parties should submit their proposals via the SERDP website, and for further inquiries, they can contact Shannon Benson at 703-428-7407 or via email at Shannon.N.Benson@usace.army.mil.
    FreeSol Broad Agency Announcement
    Dept Of Defense
    The Department of Defense, through the Space Systems Command (SSC), is inviting innovative concept papers under the FreeSol Broad Agency Announcement (BAA) FA8819-24-R-B003, aimed at advancing space and cyber technologies to counter emerging threats. This two-step solicitation seeks proposals that enhance capabilities in areas such as resiliency, Space Domain Awareness, offensive and defensive counterspace operations, and efficiencies in Battle Management Command Control and Communications (BMC3). The BAA is open for submissions for a period of 60 months, concluding on February 23, 2029, with an anticipated funding ceiling of $99 million, contingent upon the quality of proposals and available funding. Interested parties should submit ten-page concept papers detailing their technical approach and operational impact, with contact information for classified submissions provided in the announcement.
    Strategic Environmental Research and Development Program Supplemental Broad Agency Announcement
    Dept Of Defense
    The Department of Defense, through the Strategic Environmental Research and Development Program (SERDP), is inviting pre-proposals for research focused on Weapons Systems and Platforms technologies. This Broad Agency Announcement (BAA) aims to fund innovative environmental research that enhances the DoD's environmental performance by addressing specific Statements of Need and improving management of environmental risks. The anticipated funding for multiple awards is approximately $10 million, with pre-proposals due by 2:00 p.m. Eastern Time on February 5, 2026. Interested parties should refer to the SERDP website for submission instructions and contact Shannon Benson at 703-428-7407 or Shannon.N.Benson@usace.army.mil for further inquiries.
    Environmental Security Technology Certification Program (ESTCP) – Energy and Environmental Technology Demonstrations – Open Topics Broad Agency Announcement (BAA)
    Dept Of Defense
    The Department of Defense, through the Environmental Security Technology Certification Program (ESTCP), is soliciting white papers for innovative technology demonstrations that address environmental and installation energy requirements. This Broad Agency Announcement (BAA) invites both small and large businesses to propose technologies that enhance military readiness, improve installation resilience, and strengthen defense infrastructure, with a focus on areas such as Environmental Restoration and Installation Energy and Water. The program aims to fund multiple demonstration projects with a total funding pool of up to $10 million, and interested parties must submit their white papers via the SERDP and ESTCP Management System (SEMS) within one year of the announcement. For further inquiries, contact Shannon Benson at 703-428-7407 or via email at Shannon.N.Benson@usace.army.mil.
    Government Requirement for Advanced Power and Energy (GRAPE)
    Dept Of Defense
    The Department of Defense, specifically the Air Force Research Laboratory (AFRL), is seeking innovative proposals under the Government Requirement for Advanced Power and Energy (GRAPE) initiative. This program aims to enhance the Department of the Air Force's mission effectiveness by developing advanced energy, water, and critical resource technologies that decouple mission capabilities from supply chain vulnerabilities. The initiative is crucial for improving national defense capabilities through innovative solutions in areas such as Operational Energy, Expeditionary Energy, and Installation Energy. Interested parties can submit white papers until December 31, 2027, with an estimated program value of $197.84 million and individual awards ranging from $100,000 to $5 million. For inquiries, contact Contracting Officer Charlotte M. Chumack at Charlotte.Chumack@us.af.mil or 937-713-9876.
    COMMERCIAL AI & ENERGY GENERATION INFRASTRUCTURE PROGRAM REQUEST FOR OFFER
    Energy, Department Of
    The Department of Energy (DOE) is soliciting proposals through a Request for Offer (RFO) for the Commercial AI & Energy Generation Infrastructure Program, aimed at leasing portions of the former Paducah Gaseous Diffusion Plant cleanup site in Western Kentucky. This initiative seeks to develop integrated AI data centers and energy generation infrastructure, encouraging innovative energy technologies, particularly nuclear and geothermal, while aligning with national priorities in AI and energy leadership. Interested parties are invited to participate in an industry day on December 18, 2025, to discuss the RFO and tour the site, with registration required by December 12, 2025. For further inquiries, contact Marcia D. Fultz at marcia.fultz@pppo.gov or call 859-219-4044.
    Space Technology Research, Development, Demonstration, and Infusion (SpaceTech REDDI-2026)
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) Headquarters is set to release a presolicitation for the "Space Technology Research, Development, Demonstration, and Infusion-2026 (SpaceTech-REDDI-2026)" initiative around December 9, 2025. This opportunity aims to solicit proposals through various Appendices under the Umbrella NASA Research Announcement (NRA), focusing on advancing U.S. space technology innovation and competitiveness, while fostering economic growth within the expanding space economy. Interested parties are encouraged to monitor the NSPIRES website for updates and can submit inquiries to HQ-STMD-SpaceTech-REDDI@nasaprs.com, as the solicitation will remain open for one year with annual releases anticipated.
    Space Technology Advanced Research (STAR)
    Dept Of Defense
    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.
    SPACE PROPULSION RESEARCH AND INNOVATION FOR NEUTRALIZING SATELLITE THREATS (SPRINT) BROAD AGENCY ANNOUNCEMENT (BAA)
    Dept Of Defense
    The Department of Defense, specifically the Air Force Research Laboratory, is seeking innovative research proposals through the Broad Agency Announcement (BAA-RQR-2019-0001) for the Space Propulsion Research and Innovation for Neutralizing Satellite Threats (SPRINT) program. This initiative aims to enhance spacecraft propulsion technologies to improve resilience against potential satellite threats, with a focus on various propulsion systems including chemical and electric thrusters. The program is critical for advancing national security capabilities and fostering technological innovation in aerospace. Eligible applicants, particularly small businesses, can submit white papers at any time during the 20-year open period, with anticipated contract awards ranging from $100,000 to over $50 million based on proposal quality and funding availability. For further inquiries, interested parties may contact Jillian Marroquin at jillian.marroquin@us.af.mil.