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 the Construction Services of a Power Generation Microgrid at Cape Cod Space Force Station (CCSFS) in Bourne, MA. This project, valued between $100M and $250M, is critical for national security, integrating a battery energy storage system with an existing wind turbine, meeting Uptime Institutes Tier IV redundancy, and upgrading HEMP protection. Proposals are due by March 11, 2026, at 5:00 PM ET.

Scope of Work

This project involves the construction of a power generation microgrid within restricted areas of CCSFS, requiring enhanced security protocols and minimal disruption to ongoing mission-critical operations. Key components include:

  • Power Generation Microgrid: Complete replacement of facility systems in the onsite power generation plant, new backup power assets with enhanced microgrid controls, and installation of electrical duct banks. This includes civil work, DER equipment installation, paralleling gear, temporary power support, and site restoration.
  • HEMP Shielding Improvements: Upgrading the facilities' protective barrier against High Altitude Electromagnetic Pulse (HEMP) events, including POE treatments, shielding modifications, legacy shielding removal/replacement, SELDS wire routing, HEMP-related demolition/patching, and MIL STD testing. Specific brand-name components are required: TSS USA Manufacturing power filters and Electric Power, Inc. (EPI) 480V, 4,000A Shielding Disconnect Switches.
  • Uninterruptible Power Supply (UPS) Systems with Bypass: Installation of UPS units, bypass cabinets, SSUPS equipment, and associated distribution, ATSS/ATS, and feeders.
  • Facility Security Improvements: Physical security upgrades and security-related electrical work.
  • Fire Alarm System: Integration of Johnson Controls Inc. (JCI) brand-name fire alarm system components for compatibility with the existing system.

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.
  • NAICS Code: 237130 (Commercial and Institutional Building Construction)
  • Size Standard: $45,000,000.00
  • Set-Aside: None (Unrestricted)
  • CMMC Requirement: Cybersecurity Maturity Model Certification (CMMC) Level 2 certification is required prior to award.

Submission & Evaluation

  • Proposal Due Date: March 11, 2026, 5:00 PM ET.
  • Technical Inquiries Due: February 25, 2026, 1:00 PM ET via ProjNet "Bidder Inquiry."
  • Submission Method: Electronic submission is mandatory via the Procurement Integrated Enterprise Environment (PIEE) Solicitation module. No paper, CDROM, email, or fax submissions will be accepted.
  • Proposal Structure: Proposals must be submitted in three volumes: Volume I (Past Performance & Management Approach), Volume II (Small Business Participation Commitment Document), and Volume III (Price).
  • Evaluation Factors: Award will be based on a best-value tradeoff process, with non-price factors (Past Performance, Management Approach, Small Business Participation Commitment Document) being more important than Price.
    • Past Performance: Requires descriptions of up to three similar projects completed within the last eight years, with a minimum construction cost of $50,000,000 and involvement of at least three disciplines.
    • Small Business Participation: Offerors must demonstrate a minimum quantitative requirement of 20% of the Total Acquisition Value for small business participation.
  • Discussions: The government intends to award without discussions.

Important Notes

  • Site Security: Cape Cod SFS is a restricted area. Cell phones are not allowed, and prior approval is needed for other electronic devices. Personnel requiring access must submit visitor request information.
  • Drawings/Specifications: Interested parties may request drawings/specifications by emailing Ann Adley at ann.m.adley@usace.army.mil.

People

Points of Contact

Files

Files

Download
Download
Download
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 9Viewing
Solicitation
Posted: Feb 26, 2026
Version 8
Solicitation
Posted: Feb 13, 2026
View
Version 7
Solicitation
Posted: Feb 10, 2026
View
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