Government Requirement for Advanced Power and Energy (GRAPE)

SOL #: FA8650-18-S-5008Pre-Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA8650 USAF AFMC AFRL PZL AFRL/PZL
WRIGHT PATTERSON AFB, OH, 45433-7541, United States

Place of Performance

Place of performance not available

NAICS

Research and Development in the Physical (541715)

PSC

Research And Development (A)

Set Aside

No set aside specified

Timeline

1
Posted
May 4, 2018
2
Last Updated
Aug 26, 2025
3
Response Deadline
May 2, 2023, 8:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The Department of the Air Force (DEPT OF DEFENSE), through the Air Force Research Laboratory (AFRL) Energy Office, is soliciting proposals for CALL 003 under the Government Requirement for Advanced Power and Energy (GRAPE) initiative. This Presolicitation seeks innovative solutions for Large Capacity Energy Storage (LCES) to enhance energy assurance and mission effectiveness for critical infrastructure. Proposals are due July 28, 2025.

Scope of Work

This opportunity focuses on the research and demonstration of advanced energy storage and efficiency technologies. The primary objective is to demonstrate a prototype 3 Mega Watt (MW) / 9 Mega Watt Hour (MWH) LCES system in an operational environment, specifically at Clear SFS. The system must be assembled, installed, and integrated with the existing 4160V substation or medium voltage grid. Key performance requirements include operation at -60°F, synchronization with utility power, and support for critical loads during grid stress or outages, including black start, islanding, and grid-following capabilities. The effort includes testing and validation for at least one year, developing specifications, Concepts of Operations (CONOPS), and training materials, and ultimately transferring the system to the base tenant.

Contract & Timeline

  • Type: Anticipated as Cost Plus Fixed Fee (CPFF) or Firm Fixed Price (FFP). Other Transaction (OT) agreements under 10 U.S.C. §4023 are also possible.
  • Estimated Cost: $14,000,000.00 - $25,000,000.00 (ROM), incrementally funded.
  • Period of Performance: 60 months (57 months for technical effort, 3 months for final reports).
  • Anticipated Awards: One award is anticipated, with the Air Force reserving the right to award zero or multiple agreements/contracts.
  • Proposal Due: July 28, 2025, at 12:00 pm Eastern Daylight Time.
  • Published: May 28, 2025 (for CALL 003). The overall ARA was last amended on August 26, 2025.

Submission & Evaluation

Proposals must be submitted via email to the Contracting Officer or by requesting a DoD Safe Link. Evaluation will prioritize technical aspects, including uniqueness, innovation, understanding of scope, soundness of approach, and potential for transition. Proposals will be categorized as Selectable or Not Selectable. Price reasonableness will be determined prior to award. Technology Readiness Level (TRL) will not be an evaluation factor. Offerors must submit DFARS 252.227-7017 Data Assertions as part of Section K. An Unclassified Distribution D Supplemental Package with additional technical information is available upon request, requiring company name, POC, address, and a valid DD Form 2345.

Eligibility & Requirements

  • NAICS Code: 541715, with a small business size standard of 1,000 employees.
  • Set-Aside: This is an unrestricted solicitation.
  • Foreign Participation: May not be permitted; foreign firms must notify the Contracting Officer. Export control laws apply, and a certified DD Form 2345 is required for proposals involving critical technical data.
  • Security: Compliance with Operations Security (OPSEC), Program Protection Plan (PPP) for critical program information, and Controlled Unclassified Information (CUI) handling is required. New requirements for Science and Technology (S&T) Protection include submitting an initial SF 424 and a Security Program Questionnaire.
  • Materials: Must be from readily available domestic suppliers (Buy America Act compliant). Prohibited materials include hazardous, flammable, explosive, toxic off-gassing, significant rare Earth elements, unstable compounds, and materials prone to thermal runaway.

Additional Notes

This opportunity is issued under an Open Advanced Research Announcement (ARA) (FA8650-18-S-5008) pursuant to 10 U.S.C. §4023. While white papers for Agile Combat Equipment are suspended for CALL 003, the overall ARA continues to accept white papers for other project areas until December 31, 2027. The Government desires Unlimited Data Rights. Primary Contact: Charlotte M. Chumack, Contracting Officer, Charlotte.Chumack@us.af.mil, 937-713-9876.

People

Points of Contact

Mary Ann SharitsContracting OfficerPRIMARY
Albert BoulterTechnical POCSECONDARY

Files

Files

Download

Versions

Version 24
Pre-Solicitation
Posted: Aug 26, 2025
View
Version 23
Pre-Solicitation
Posted: Aug 25, 2025
View
Version 22
Pre-Solicitation
Posted: Aug 25, 2025
View
Version 21
Pre-Solicitation
Posted: Aug 25, 2025
View
Version 20
Pre-Solicitation
Posted: Jul 24, 2025
View
Version 19
Pre-Solicitation
Posted: Jul 2, 2025
View
Version 18
Pre-Solicitation
Posted: Jun 16, 2025
View
Version 17
Pre-Solicitation
Posted: May 28, 2025
View
Version 16
Pre-Solicitation
Posted: Aug 27, 2024
View
Version 15
Pre-Solicitation
Posted: Jun 14, 2024
View
Version 14
Pre-Solicitation
Posted: Jun 10, 2024
View
Version 13
Pre-Solicitation
Posted: Jun 5, 2024
View
Version 12
Pre-Solicitation
Posted: May 29, 2024
View
Version 11
Pre-Solicitation
Posted: May 28, 2024
View
Version 10
Pre-Solicitation
Posted: May 28, 2024
View
Version 9
Pre-Solicitation
Posted: May 27, 2024
View
Version 8
Pre-Solicitation
Posted: Sep 11, 2023
View
Version 7
Pre-Solicitation
Posted: Mar 24, 2022
View
Version 6
Pre-Solicitation
Posted: Nov 10, 2021
View
Version 5
Pre-Solicitation
Posted: Jul 8, 2020
View
Version 4
Pre-Solicitation
Posted: May 31, 2019
View
Version 3
Pre-Solicitation
Posted: May 31, 2019
View
Version 2
Pre-Solicitation
Posted: Oct 11, 2018
View
Version 1Viewing
Pre-Solicitation
Posted: May 4, 2018