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 NAE), is soliciting proposals for Construction Services of a Power Generation Microgrid at Cape Cod Space Force Station (CCSFS) in Bourne, MA. This critical project, valued between $100,000,000 and $250,000,000, aims to enhance energy resiliency and national security. Proposals are due March 11, 2026, at 5:00 PM ET.

Scope of Work

The project involves constructing a robust Power Generation Microgrid within CCSFS, integrating a battery energy storage system with an existing wind turbine, and meeting Uptime Institutes Tier IV redundancy criteria for mission-critical systems. Key elements include upgrading facilities against High Altitude Electromagnetic Pulse (HEMP) events, replacing onsite power generation plant systems, providing new back-up power assets with enhanced microgrid controls, and installing electrical duct banks. The work requires precise construction phasing to minimize disruption to active military operations.

Detailed technical requirements cover:

  • Microgrid Control System (MCS): Architecture, modules, integration with Distributed Energy Resources (DER), and communication protocols (Modbus, MIL-STD-3071, DNP 3.0, ANSI C37.118).
  • SCADA System: Performance Verification Testing (PVT) and Factory Testing.
  • Electrical System Interface: Design, engineering, procurement, installation, testing, and commissioning, adhering to IEEE, NEC, NFPA, NEMA, ANSI, UL, and IEC standards, including cybersecurity for control systems.
  • Specific Components: Brand-name EMI power filters, Shielding Disconnect Switches (SDS), and Johnson Controls Inc. (JCI) fire alarm system components are required for compatibility and HEMP protection.
  • Infrastructure: Foundation plans for BESS, switchgear, Hazmat building, sectionalizing cabinets, and transformers; utility plans; telecommunications cabling (TIA-569, TIA-568, NFPA 70); pavement and curb construction details; and demolition plans.
  • Uninterruptible Power Supply (UPS): Technical specifications for 2000 kVA/kW systems with 5-minute battery discharge.

Contract & Timeline

  • Contract Type: Firm Fixed Price
  • Estimated Value: $100,000,000 to $250,000,000
  • Period of Performance: 15 calendar days to begin, 1456 calendar days to complete.
  • Set-Aside: Unrestricted
  • NAICS Code: 237130 (Construction Of Restoration Of Real Property), Size Standard: $45,000,000.00
  • CMMC Requirement: Cybersecurity Maturity Model Certification (CMMC) Level 2 is required prior to award.
  • Proposal Due: March 11, 2026, at 5:00 PM ET.
  • Award Anticipated: Summer 2026.

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. Proposals must be structured into three volumes: Volume I (Past Performance & Management Approach), Volume II (Small Business Participation Commitment Document), and Volume III (Price).

Award will be based on a best-value tradeoff process, considering four factors:

  1. Past Performance: 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.
  2. Management Approach.
  3. Small Business Participation Commitment Document: Offerors must demonstrate a minimum quantitative requirement of 20% of the Total Acquisition Value for small businesses.
  4. Price. Non-price factors are significantly more important than price. The government intends to award without discussions, so initial proposals should contain the best terms.

Key Amendments & Notes

Amendment 0003 extended the proposal due date. Amendment 0004 removed the Project Labor Agreement (PLA) requirement. Amendment 0008 and its attachments provide the latest and most comprehensive submission requirements, evaluation criteria, and detailed technical specifications. Drawings and specifications can be requested 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
Download
Download
View
View
View
View

Versions

Version 13
Solicitation
Posted: Mar 6, 2026
View
Version 12Viewing
Solicitation
Posted: Mar 3, 2026
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 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