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, W2SD ENDIST NEW ENGLAND, is soliciting proposals for Construction Services of a Power Generation Microgrid at Cape Cod Space Force Station (CCSFS) in Bourne, MA. This project, valued between $100,000,000 to $250,000,000, is critical for national security, enhancing energy resiliency and protecting against High Altitude Electromagnetic Pulse (HEMP) events. Proposals are due March 11, 2026.
Scope of Work
This project involves the construction of a robust power generation microgrid within CCSFS, an active-duty military installation. Key elements include:
- Complete replacement of facility systems in the onsite power generation plant.
- Integration of a battery energy storage system with an existing wind turbine.
- Installation of new back-up power assets with enhanced microgrid controls and electrical duct banks.
- Upgrades to the protective barrier against HEMP events, meeting Uptime Institutes Tier IV redundancy criteria.
- Incorporation of new equipment such as diesel-powered generators, uninterrupted power supplies, and critical/non-critical power distribution into a cohesive control scheme for prolonged mission reliability.
- Specific brand-name components are required, including Electric Power, Inc. (EPI) 480V, 4,000A Shielding Disconnect Switches, TSS USA Manufacturing power filters, and Johnson Controls Inc. (JCI) fire alarm system components, due to unique capabilities and compatibility with existing infrastructure. All work must minimize disruption to mission-critical operations within restricted areas requiring enhanced security protocols.
Contract Details
- Contract Type: Firm Fixed-Price
- Estimated Value: $100,000,000 to $250,000,000
- Period of Performance: 15 calendar days to begin performance, 1456 calendar days to complete.
- Set-Aside: Unrestricted (applies to both large and small businesses)
- NAICS Code: 237130 (Size Standard: $45,000,000.00)
- CMMC Requirement: Cybersecurity Maturity Model Certification (CMMC) Level 2 certification is required prior to award.
- SAM Registration: Offerors must be registered and active in the SAM database.
Submission & Evaluation
Proposals must be submitted electronically through the Procurement Integrated Enterprise Environment (PIEE) Solicitation module. No paper, CDROM, email, or fax submissions will be accepted. Proposals are structured into three volumes:
- Volume I: Past Performance & Management Approach (20-page limit for Past Performance).
- Volume II: Small Business Participation Commitment Document (minimum 20% small business participation required).
- Volume III: Price. The award will be based on a Best Value Trade-off process, where non-price factors (Past Performance, Management Approach, Small Business Participation) are more important than price. Offerors must provide detailed explanations for proposed small business goals and ensure Joint Venture agreements and Past Performance Questionnaires (PPQs) are submitted if applicable. The Project Labor Agreement (PLA) requirement has been removed.
Key Dates & Contacts
- Proposal Due Date: March 11, 2026, 5:00 PM ET
- Technical Inquiries/Questions Due: February 25, 2026, 1:00 PM ET
- Award Anticipated: Summer 2026
- Construction Completion: FY2030
- Primary Contact: Tyler Maryak, tyler.s.maryak@usace.army.mil, 978-318-8049
- Secondary Contact (Drawings/Specs): Ann Adley, ann.m.adley@usace.army.mil, 978-318-8255