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 Firm Fixed-Price contract, estimated between $100M and $250M, involves critical infrastructure upgrades to enhance energy resiliency and HEMP protection. Proposals are due March 11, 2026, at 5:00 PM ET.

Scope of Work

This project entails the construction of a comprehensive Power Generation Microgrid within restricted areas of CCSFS, requiring enhanced security protocols and precise construction phasing to minimize mission disruption. Key components include:

  • Microgrid Construction: Integration of a battery energy storage system with an existing wind turbine, new back-up power assets, enhanced microgrid controls, and installation of electrical duct banks. This includes civil work, DER equipment, paralleling gear, temporary power, site restoration, hazardous materials abatement, landscaping, temporary utilities, integrated commissioning, environmental compliance, and testing/QC.
  • HEMP Protection: Upgrading facilities' protective barriers against High Altitude Electromagnetic Pulse (HEMP) events, including HEMP POE treatments, shielding modifications, legacy shielding removal/replacement, SELDS wire routing, and MIL STD testing.
  • Power Systems: Complete replacement of facility systems in the onsite power generation plant, providing new diesel-powered generators, Uninterruptible Power Supply (UPS) systems with bypass, and critical/non-critical power distribution resources.
  • Security Improvements: Physical security upgrades and security-related electrical work.
  • Brand-Name Components: Specific brand-name components are required for EMI power filters (TSS USA Manufacturing), Shielding Disconnect Switches (Electric Power, Inc.), and Fire Alarm Systems (Johnson Controls Inc.) due to compatibility and HEMP protection requirements.

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 (Construction Of Restoration Of Real Property)
  • 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

  • Submission Method: All proposals must be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation module. No paper, CDROM, email, or fax submissions will be accepted. Offerors must adhere to specific file naming conventions and volume structures.
  • 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). Specific page limits apply to Volume I.
  • Evaluation Factors: Award will be based on a best-value tradeoff process, considering four factors: Past Performance, Management Approach, Small Business Participation Commitment Document, and Price. Non-price factors are more important than price. The government intends to award without discussions.
  • Small Business Participation: A minimum quantitative requirement of 20% of the Total Acquisition Value for small business participation is required.

Key Amendments & Clarifications

  • Proposal Due Date: Extended to March 11, 2026, at 5:00 PM ET.
  • Project Labor Agreement (PLA): The requirement for a PLA has been removed.
  • RFI Responses: Multiple amendments provide clarifications on work scopes for bid items, technical details for controls, SCADA, HVAC, and fuel oil removal.
  • Contact for Drawings/Specs: Ann Adley (ann.m.adley@usace.army.mil) is the updated contact for requesting drawings and specifications.

Contact Information

People

Points of Contact

Files

Files

Download
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 11Viewing
Solicitation
Posted: Mar 3, 2026
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 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