Solar Panel Inspection and Test Cost (SPIT) Reduction
General Information
- Contract Opportunity Type: Special Notice (Original)
- Original Published Date: Aug 29, 2023 11:52 am EDT
- Original Response Date: Sep 13, 2023 12:00 pm EDT
- Inactive Policy: 15 days after response date
- Original Inactive Date: Sep 28, 2023
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code:
- NAICS Code:
- Place of Performance:
Description
The Naval Research Laboratory (NRL) intends to award a cost plus fixed fee contract, on a sole source basis with Angstrom Designs Inc located in Santa Barbara, CA for the procurement of Solar Panel Inspection and Test Cost (SPIT) Reduction.
NRL requires a two-year effort for the development of an automated solar panel test and inspection system that will accommodate 1m2 solar panels with up to 6-junction solar cells that leverages existing pLEDss technology to reduce AIAA S-112A-2013 functional test and inspection time from approximately 8 hours to less than 30 minutes. The transition partners will be the only two AIAA S-112A-2013 space-qualified solar cell/solar panel companies for national security space Spectrolab and SolAero. The contractor will demonstrate the functional test capabilities to the requirements of AIAA S-112A-2013 by testing and inspecting solar panel coupons from one or both companies. On system acquisition, this project will increase the throughput of the space solar panel production lines of vendors Spectrolab and SolAero to accommodate upcoming Space Force satellite production requirements. The tasks include: develop an automated visible light inspection system, develop an automated infrared light vision inspection system, develop an automated AIAA S-112A-2013 functional test system to test bypass diode, ground-to-substrate, temperature sensor, conductive coverglass, blocking diode, and insulation functional test system, develop an electroluminescence/photoluminescence inspection system leveraging visible and IR cameras and develop an automation-capable applications software package to support these functions.
The statutory authority for this sole source acquisition is 10 U.S.C. 2304(c)(1) and FAR 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. Be advised that the aforementioned information is anticipatory in nature and is not binding.
The North America Industry Classification System (NAICS) for this acquisition is 541715, with the business size standard if 1,000 employees.
No solicitation package will be issued. This notice is not a request for competitive quotations; however, all responsible sources that are interested may identify their interest and capability. Responses to this notice must demonstrate clear and convincing evidence that future competition would be advantageous to the Government, would not be cost or time prohibitive, and would not hinder the mission or objective. The Government will not be responsible for any costs incurred by responding to this notice.
A determination by the Government not to compete the proposed acquisition based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for determining whether to conduct competitive procurement in the future.
The Government will consider responses received by the established due date and time set forth in this notice. Questions or comments to this Notice of Intent should be directed to Ryan Wheelock via email at ryan.wheelock@nrl.navy.mil. Please indicate in the subject of your email: Notice of Intent Submission – SPIT.
Attachments/Links
Contact Information
Primary Point of Contact
- Ryan Wheelock
- ryan.wheelock@nrl.navy.mil
- Phone Number 2029231481