Opportunity BAA-VS-07-03-0024

The summary for the Opportunity BAA-VS-07-03-0024 grant is detailed below. This summary states who is eligible for the grant, how much grant money will be awarded, current and past deadlines, Catalog of Federal Domestic Assistance (CFDA) numbers, and a sampling of similar government grants. Verify the accuracy of the data FederalGrants.com provides by visiting the webpage noted in the Link to Full Announcement section or by contacting the appropriate person listed as the Grant Announcement Contact. If any section is incomplete, please visit the website for the Air Force Research Lab, which is the U.S. government agency offering this grant.
Opportunity BAA-VS-07-03-0024: BROAD AGENCY ANNOUNCEMENT BAA-VS-07-03 Air Force Research Laboratory/Space Vehicles Directorate PROPOSAL CALL ANNOUNCEMENT (CALL) 0024 BROAD AGENCY ANNOUNCEMENT TITLE: Space Components Technology Open 5 Year Broad Agency Announcement BROAD AGENCY ANNOUNCEMENT NUMBER: BAA-VS-07-03; Topic Area #3 PROPOSAL CALL ANNOUCEMENT (CALL) TITLE: Ultra-high Efficiency and Lightweight Thin Film Photovoltaic Electricity for Portable, On-Demand Power for Defense Applications PROPOSAL CALL ANNOUNCEMENT (CALL) NUMBER: 0024 TECHNICAL POINT OF CONTRACT: David Wilt AFRL/RVSV Kirtland AFB, NM 87117 Phone: 505-846-2462 Fax: None [email protected] CONTRACTING POINTS OF CONTACT: Sally Walton (PCO) AFRL/RVKV Kirtland AFB, NM 87117 Phone: 505-846-7201 Fax: 505-846-7041 [email protected] Dustin James (Contract Specialist) AFRL/RVKV Kirtland AFB, NM 87117 Phone: 505-853-0588 Fax: 505-846-7041 [email protected] REQUIREMENT DESCRIPTION: The Air Force Research Laboratory is soliciting proposals in Space Components Technology under Topic Area #3, Advanced Space Power of the Broad Agency Announcement VS-07-03. See the following detailed information. Advanced Space Powers Technologies. The Air Force Research Laboratory (AFRL) Space Vehicles Directorate (RV) at Kirtland AFB, NM is interested in receiving proposals for the development of ultra-high efficiency next generation solar cell devices and for developing low-cost, lightweight, and flexible thin-film solar cells. Proposed next generation solar cell technologies should leverage nanostructured materials, e.g. quantum dot, quantum well, and carbon nanotube technology and not be based on multijunction device processes. Next generation ultra-high efficiency solar cells should be developed with initial efficiencies of >15%, demonstrating feasibility of >30% in the near-term, and >40% in the far-term. Thin film solar cells such as CIGS, Ag CIGS and CZTS should be fabricated on lightweight, flexible substrates to optimize specific power. The focus should be on development and demonstration of multijunction thin film cells with AM0 efficiencies >15% near term and ~20% mid-term. Proposals should consider lightweight substrates with similar specific power and meeting the environmental and mechanical requirements for space and near-space use. The solar cell development effort should be structured as a phased approach including solar cell efficiency optimization, scale-up, monolithic integration into modules. Non-destructive and non-invasive characterization techniques for real time process monitoring to enhance quality and reliability of thin-film solar cell manufacturing should be employed. Performance validation testing to support down selections of solar cell materials and architectures should also be clearly identified. The proposed effort should present a feasible developmental plan and path forward to dramatically increase the efficiency of these cells. All efficiencies listed are for AM0 illumination. Requirements for this basic effort are as outlined below. Basic: Fundamental Improvements in Device Efficiency. The purpose of Basic Effort is to perform fundamental research and development activities in several different solar cell materials and device categories of interest for Air Force space and terrestrial applications. Research and development of next generation nanostructured photovoltaic devices should enable pathways to ultra-high efficiencies (>40%). All thin film devices should be fabricated on lightweight flexible substrates with similar specific power and meeting all environmental and mechanical requirements with testing guided by AIAA-S-111-2005 and AIAA-S-112-2005. All efficiencies listed are for AM0 illumination. A. Next Generation Solar Cells. Explore next generation high efficiency solar cell concepts based on so-called third generation concepts such as incorporation of nanotechnologies (e.g. quantum dots, quantum wells, carbon nanotubes). Investigate suitable processing technologies and effects of processing parameters on materials properties and electrical performance of solar cells. Demonstrate initial efficiencies of >15% and develop a roadmap to achieve higher efficiency devices. B. Thin-Film Solar Cells. Develop and manufacture novel, thin-film solar cells such as CZTS, and CIGS tandem devices on lightweight, flexible substrates with target device efficiency of >15% under AM0 illumination. Investigate alternative substrates with high specific power and monolithic integration for high-voltage, high power applications. Employ non-destructive and non-invasive characterization techniques for real time process monitoring to enhance quality and reliability of thin-film solar cell manufacturing. Perform performance validation testing to support down selections of solar cell materials and architectures. Option 1: Refinement of Improved Solar Cell Performance The purpose of Option 1 is to down select from amongst the materials and fabrication approaches tested for the various cell types examined under the basic phase for this effort and demonstrate reduced size monolithically integrated modules and demonstrate the feasibility of manufacturing. Prototype solar cells and show enhanced performance under simulated space environment. A. Next Generation Solar Cells. Based on results from the basic effort, down select the optimum material systems for QD, QW, and CNT based devices. Assess environmental tolerances, e.g. radiation degradation, reliability, etc., and fabricate prototype devices with 25% efficiency and demonstrate a pathway to efficiency ≥40%. B. Improve Thin Film Device Performance. Using basic effort results develop solar cell architectures from down selection of the thin film technologies explored in the basic phase. Optimize materials properties of the thin film devices related to fabrication and prototype cells with ≥15% AM0 efficiency. Option 2: Device Optimization and Environmental Testing The purpose of Option 2 is to refine the devices developed in Option 1 and subject them to appropriate testing to provide confidence that the devices will successfully pass AIAA-S-111 and AIAA-S-112 type qualification testing. Description of the requirements is outlined below. A. Next Generation Solar Cells. Based on results from Option 1, optimize suitable processing technologies to demonstrate the feasibility of large-scale manufacturing. Analyze the effects of processing parameters on materials properties and electrical performance of solar cells. Fabricate and test prototype devices under simulated space environment with efficiency goals of ≥40%. B. Thin Film Solar Cell Modules. Based on results of Option 1 optimize solar cell electrical performance and monolithic integration of solar cell modules. Develop manufacturing process for a roll-to-roll process with minimum web width of 12 inches. Validate efforts to enhance manufacturability, environmental stability and reliability. ANTICIPATED FUNDING Anticipated funding for this CALL (not per contract or award) is: FY10: $2.7 million dollars; FY11: $2.5 million dollars; FY12: $3.0 million dollars. This funding profile is an estimate only and will not be a contractual obligation for funding. All funding is subject to change due to government discretion and availability. PERIOD OF PERFORMANCE The anticipated period of performance for individual awards resulting from this CALL is between 12-36 months. This duration includes the Basic and Option Periods, if exercised. The period of performance is to be proposed in the format "includes 12 months for the technical effort and 3 months for Final Report preparation." Additionally, the following schedule is set forth: Technical Period of Performance: Basic: 12 months Option #1: 12 months Option #2: 12 months PROPOSAL DUE DATE AND TIME: The due date for proposals submitted in response to this CALL is no later than 4:30 p.m. MDT on 21 October 2010. Proposals for any other technology area identified in the baseline BAA will not be accepted at this time unless a CALL for proposals in that specific area is open. Proposals received after the due date and time shall be governed by the provisions of FAR 52.215-1(c) (3). CALL AMENDMENTS: Offerors should monitor FedBizOps/EPS http://www.fbo.gov and Grants.Gov http://www.grants.gov for any additional notices to this CALL that may permit extensions to the proposal submission date or otherwise modify this announcement. ANTICIPATED TYPE OF CONTRACTS/INSTRUMENTS: The Air Force reserves the right to award the instrument best suited to the nature of research proposed. Accordingly, the Government may award any appropriate contract type under the Federal Acquisition Regulation or Other Transaction (OT) for Prototype, grant, cooperative agreement, or OT for Research. The Air Force may also consider award of an appropriate technology transfer mechanism if applicable. It is anticipated that awards under this BAA will generally be cost plus fixed fee, completion form contracts, which require successful offerors to have an accounting system considered adequate for tracking costs applicable to the contract. ANTICIPATED NUMBER OF AWARDS: The Air Force anticipates possibly awarding one or more contracts and or DoDGARS type instruments. However, the Air Force reserves the right to make multiple awards or no awards pursuant to this CALL. ANTICIPATED AWARD DATE: NLT 30 November 2010 INTENT TO PROPOSE: Potential offerors are requested to advise the contracting point of contact (by e-mail) if they intend to submit a proposal in response to this CALL. Such notification is merely a courtesy and is not a commitment by the offeror to submit a proposal. DELIVERABLES ITEMS: The intent of this project is described in the Requirement Description above. Offerors should propose data, hardware, and/or software deliverables consistent with tracking progress, verifying performance, and otherwise establishing the objectives of the project. Monthly technical and financial Status Reports and a Final Technical Report in accordance with AFRLI 61-204, AFRL Scientific and Technical Information (STINFO) Program. OTHER RELEVANT INFORMATION: 1. Program security classification for this call is UNCLASSIFIED. 2. ITAR/Export Control: Research areas may involve technology that is subject to U.S. Export Control Laws. It is anticipated that award(s) will be unclassified with limited access. Therefore, only offerors who are certified by the Defense Logistics Information Service (DLIS) may submit proposals. For questions, contact DLIS on-line at http://www.dlis.dla.mil/jcp or at DLIS, US/Canada Joint Certification Center, Federal Center, 74 North Washington, Battle Creek MI 49017-4312, (800) 352-3572. It is envisioned that the developed item may trigger ITAR and Export Control restrictions. Offerors should explain how ITAR and Export Control restrictions will be met in the context of their development, manufacturing, and marketing strategy. Status Reports and the Final Technical Report are assumed to be under ITAR restrictions (DD Form 2345 required). 3. Government furnished property, equipment, or facilities needed for this requirement should be specified in the proposal. 4. Aerospace Corporation is a support contractor to Advanced Spaced Power (AFRL/RVSV), to allow Aerospace to propose would give them an unfair competitive advantage and could potentially create and Organizational Conflict of Interest (OCI) as outlined in FAR Part 9.5. Hence, Aerospace Corporation is prohibited from submitting a proposal under this effort. 5. Other: Specialized information or requirements which are believed to be pertinent to the requirement shall be provided by the offeror in written form and incorporated into the proposal. 6. Item Identification and Valuation: Any contract award resulting from this Call may include the clause at DFARS 252.211-7003, Item Identification and Valuation, (Apr 2005). See baseline BAA for additional details. 7. Attachment 1, "Special Cost Proposal Submission Instructions", must be included as part of the cost proposal if you plan on proposing on FAR type contracts. 8. Attachment 2, "Assistance Instructions for Preparing Budgets", must be included if you plan on proposing on assistance type proposals. 9. Attachment 3, "Representations and Certifications", must accompany the proposal. APPLICABILITY OF BASELINE BAA: All requirements of BAA-VS-07-03 apply unless specifically amended and addressed in this CALL. For complete information regarding BAA-VS-07-03, refer to the initial opened-ended BAA as amended. It contains information applicable to all CALLS issued under the BAA and provides information on the overall program, proposal preparation and submission requirements, proposal review and evaluation criteria, award administration, agency contacts, etc. Direct questions to the points of contact identified above.
Federal Grant Title: Opportunity BAA-VS-07-03-0024
Federal Agency Name: Air Force Research Lab
Grant Categories: Science and Technology
Type of Opportunity: Discretionary
Funding Opportunity Number: BAA-VS-07-03-0024
Type of Funding: Cooperative Agreement Grant Other Procurement Contract
CFDA Numbers: Information not provided
CFDA Descriptions: Information not provided
Current Application Deadline: Oct 21, 2010 4:30
Original Application Deadline: Oct 21, 2010 4:30
Posted Date: Sep 22, 2010
Creation Date: Sep 22, 2010
Archive Date: Nov 20, 2010
Total Program Funding:
Maximum Federal Grant Award: $8,200,000
Minimum Federal Grant Award: $0
Expected Number of Awards:
Cost Sharing or Matching: No
Applicants Eligible for this Grant
Unrestricted (i.e., open to any type of entity above), subject to any clarification in text field entitled "Additional Information on Eligibility"
Link to Full Grant Announcement
Information not provided
Grant Announcement Contact
Dustin James Agreement Specialist Phone 505 853-0588

office [[email protected]]

FederalGrants.com is not endorsed by, or affiliated with, any government agency. Copyright ©2007-2024 FederalGrants.com