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, 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 unrestricted opportunity, valued between $100,000,000 and $250,000,000, aims to enhance energy resiliency and national security infrastructure. Proposals are due by March 11, 2026, at 5:00 PM ET.

Scope of Work

This project involves the construction of a comprehensive power generation microgrid within the restricted areas of CCSFS. Key components include integrating a battery energy storage system with an existing wind turbine, achieving Uptime Institutes Tier IV redundancy for mission-critical systems, and upgrading facilities for High Altitude Electromagnetic Pulse (HEMP) protection. The scope also covers the complete replacement of onsite power generation plant systems, new back-up power assets with enhanced microgrid controls, installation of electrical duct banks, diesel-powered generators, Uninterruptible Power Supplies (UPS), and critical/non-critical power distribution resources. Work must be executed with minimal disruption to ongoing mission-critical operations.

Specific deliverables include:

  • Power Generation Microgrid construction (Bid Item 0001)
  • HEMP Shielding Improvements (Bid Item 0002), including brand-name EMI power filters (TSS USA) and Shielding Disconnect Switches (EPI) due to unique technical and space requirements.
  • Uninterruptible Power Supply (UPS) Systems with Bypass (Bid Item 0003), requiring a 2000 kVA/kW system with 5-minute discharge capacity.
  • Facility Security Improvements (Bid Item 0004), including brand-name Johnson Controls Inc. (JCI) fire alarm system components for compatibility with existing infrastructure.
  • Extensive electrical system interface design, engineering, procurement, installation, testing, and commissioning, adhering to strict industry standards and cybersecurity measures.
  • Telecommunications cabling and pathways compliant with TIA and NFPA standards.

Contract Details

  • Contract Type: Firm Fixed Price
  • Estimated Value: $100,000,000 to $250,000,000
  • Period of Performance: 15 calendar days from Notice to Proceed (NTP) to begin, 1456 calendar days to complete. Award anticipated Summer 2026.
  • Set-Aside: Unrestricted (open to large and small businesses)
  • NAICS Code: 237130 (Construction Of Restoration Of Real Property), Size Standard: $45,000,000.00
  • CMMC Requirement: Cybersecurity Maturity Model Certification (CMMC) Level 2 certification is required prior to award.

Submission & Evaluation

Proposals must be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation module. No paper, CDROM, email, or fax submissions will be accepted. The award will be based on a best-value tradeoff process, with non-price factors significantly more important than price. Evaluation factors include:

  1. Past Performance
  2. Management Approach
  3. Small Business Participation Commitment Document (minimum 20% of Total Acquisition Value)
  4. Price The government intends to award without discussions, so initial proposals should contain the best terms.

Key Updates & Requirements

  • The Project Labor Agreement (PLA) requirement has been removed by Amendment 0004.
  • An updated Wage Determination is applicable.
  • Offerors must adhere to detailed submission requirements, including specific file naming conventions and proposal formatting across three volumes.
  • Technical inquiries and questions were due by February 25, 2026.

Contact Information

For general inquiries, contact Tyler Maryak at tyler.s.maryak@usace.army.mil or 978-318-8049. For drawings/specifications, contact Ann Adley at ann.m.adley@usace.army.mil or 978-318-8255.

People

Points of Contact

Files

Files

Download
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 10Viewing
Solicitation
Posted: Feb 27, 2026
Version 9
Solicitation
Posted: Feb 26, 2026
View
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