Construction Services of a Power Generation Microgrid at Cape Cod Space Force Station in Bourne, MA

SOL #: W912WJ26RA003Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W2SD ENDIST NEW ENGLAND
CONCORD, MA, 01742-2751, United States

Place of Performance

Bourne, MA

NAICS

Power and Communication Line and Related Structures Construction (237130)

PSC

Construction Of Restoration Of Real Property (Public Or Private) (Y1QA)

Set Aside

No set aside specified

Timeline

1
Posted
Dec 18, 2025
2
Last Updated
Mar 6, 2026
3
Submission Deadline
Mar 11, 2026, 5:00 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 Army, New England District (USACE) is soliciting proposals for Construction Services of a Power Generation Microgrid at Cape Cod Space Force Station (CCSFS) in Bourne, MA. This unrestricted solicitation seeks a contractor for a firm-fixed-price project valued between $100M and $250M. The project aims to enhance energy resiliency and national security infrastructure. Proposals are due March 11, 2026, at 5:00 PM ET.

Scope of Work

The project involves constructing a robust power generation microgrid within restricted areas of CCSFS. Key components include:

  • Integrating a battery energy storage system with an existing wind turbine.
  • Meeting Uptime Institutes Tier IV redundancy criteria for mission-critical systems.
  • Upgrading High Altitude Electromagnetic Pulse (HEMP) protection.
  • Replacing facility systems in the onsite power generation plant.
  • Providing new back-up power assets with enhanced microgrid controls.
  • Installing electrical duct banks throughout the site.
  • Incorporating specific brand-name components for HEMP protection (TSS USA Manufacturing power filters, EPI Shielding Disconnect Switches) and fire alarm systems (Johnson Controls Inc.) due to unique compatibility and performance requirements. All work must minimize disruption to critical operations.

Contract Details & Timeline

  • Contract Type: Firm Fixed Price Construction.
  • Estimated Value: $100,000,000 to $250,000,000.
  • Period of Performance: Approximately 4 years (1456 calendar days) to complete, with construction anticipated to finish in FY2030.
  • Set-Aside: Unrestricted. However, a Small Business Participation Commitment Document is required, with a minimum quantitative requirement of 20% of the Total Acquisition Value for small businesses.
  • NAICS Code: 237130 ($45M size standard).
  • Proposal Due: March 11, 2026, 5:00 PM ET.
  • Award Anticipation: Summer 2026.

Submission & Evaluation

Proposals must be submitted electronically via the PIEE Solicitation module. No paper, CDROM, email, or fax submissions will be accepted. Offerors must adhere to specific file naming conventions, formatting, and page limits across three volumes:

  • Volume I: Past Performance & Management Approach.
  • Volume II: Small Business Participation Commitment Document.
  • Volume III: Price. The award will be based on a best-value tradeoff process, where non-price factors (Past Performance, Management Approach, Small Business Participation) are more important than price. The government intends to award without discussions. CMMC Level 2 certification is required prior to award. The Project Labor Agreement (PLA) requirement has been removed, and the Wage Determination has been updated.

Key Action Items & Contacts

  • Technical Inquiries: Submit via "Bidder Inquiry" in ProjNet by February 25, 2026, 1:00 PM ET.
  • Drawings/Specifications: Request by emailing Ann Adley (ann.m.adley@usace.army.mil).
  • Security: Be aware of site security requirements for CCSFS, including restrictions on cell phones in restricted areas.
  • Primary Contact: Tyler Maryak (tyler.s.maryak@usace.army.mil, 9783188049).
  • Secondary Contact: Ann Adley (ann.m.adley@usace.army.mil, 9783188255).

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
View
View
View
View

Versions

Version 13
Solicitation
Posted: Mar 6, 2026
View
Version 12
Solicitation
Posted: Mar 3, 2026
View
Version 11
Solicitation
Posted: Mar 3, 2026
View
Version 10
Solicitation
Posted: Feb 27, 2026
View
Version 9
Solicitation
Posted: Feb 26, 2026
View
Version 8
Solicitation
Posted: Feb 13, 2026
View
Version 7Viewing
Solicitation
Posted: Feb 10, 2026
Version 6
Solicitation
Posted: Feb 2, 2026
View
Version 5
Solicitation
Posted: Jan 20, 2026
View
Version 4
Solicitation
Posted: Jan 16, 2026
View
Version 3
Solicitation
Posted: Jan 15, 2026
View
Version 2
Solicitation
Posted: Dec 18, 2025
View
Version 1
Solicitation
Posted: Dec 18, 2025
View