Construction Services of a Power Generation Microgrid at Cape Cod Space Force Station in Bourne, MA
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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 Army, New England District (USACE) is soliciting proposals for the Construction Services of a Power Generation Microgrid at Cape Cod Space Force Station (CCSFS) in Bourne, MA. This critical project, valued between $100M and $250M, aims to enhance national security and mission reliability. Proposals are due by February 18, 2026, at 1:00 PM ET.
Scope of Work
This project involves constructing a robust power generation microgrid within restricted areas of CCSFS. Key elements include:
- Complete replacement of facility systems in the onsite power generation plant.
- Installation of new backup power assets with enhanced microgrid controls.
- Integration of a battery energy storage system with an existing wind turbine.
- Installation of electrical duct banks throughout the site.
- Upgrading facilities' protective barriers against High Altitude Electromagnetic Pulse (HEMP) events, meeting Uptime Institutes Tier IV redundancy criteria.
- Procurement and installation of specific brand-name components: TSS USA EMI power filters, Electric Power, Inc. (EPI) Shielding Disconnect Switches, and Johnson Controls Inc. (JCI) fire alarm system components, justified due to unique technical requirements and compatibility. All work must minimize disruption to mission-critical operations.
Contract Details
- Contract Type: Firm Fixed Price construction contract.
- Estimated Value: $100,000,000 to $250,000,000.
- Period of Performance: 15 calendar days to proceed, 1456 calendar days to complete.
- NAICS Code: 237130, with a size standard of $45,000,000.00.
- Set-Aside: Unrestricted. However, offerors must commit to a minimum of 20% Small Business Participation, detailing goals for various socio-economic categories.
- Requirements: Active SAM registration, Cybersecurity Maturity Model Certification (CMMC) Level 2 prior to award, and Project Labor Agreements (PLAs) are mandatory. Joint Venture agreements must comply with FAR Part 19.
Submission & Evaluation
Proposals must be submitted electronically via the PIEE Solicitation module only. The award will be based on a Best Value Trade-off (FAR Part 15), where non-price factors are more important than price. Evaluation factors include:
- Volume I (Past Performance & Management Approach): Requires details on up to three similar projects (min. $50M construction, 3+ disciplines, completed within 8 years) and a comprehensive management plan.
- Volume II (Small Business Participation Commitment Document): Demonstrating planned small business usage.
- Volume III (Price): Firm-fixed-price submission.
Key Dates & Contact
- Technical Inquiries Due: February 4, 2026, 1:00 PM ET.
- Proposals Due: February 18, 2026, 1:00 PM ET.
- Site Visits: Scheduled for January 8 and January 15, 2026 (personnel information required by January 2, 2026).
- Award Anticipated: Summer 2026, with construction completion by FY2030.
- Contact: Tyler Maryak, tyler.s.maryak@usace.army.mil, 978-318-8049.
Additional Notes
The project site is a restricted area requiring enhanced security protocols. Cell phones are prohibited in restricted areas, and a visitor request sheet is required for access. Drawings and specifications can be requested via email.