Fort Buchanan Microgrid
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 U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Presolicitation for the Fort Buchanan Microgrid project at the Fort Buchanan Army Installation in San Juan, Puerto Rico. This is a Design-Bid-Build construction project to establish an installation-level microgrid. This acquisition will be a Total Small Business Set-Aside. The solicitation is anticipated to be released on or about February 10, 2026.
Scope of Work
This project involves the construction of a microgrid at Fort Buchanan, including approximately 8 MW of new diesel generators and an optional 4 MWh battery energy storage system (BESS). It will also install a microgrid control system, paralleling switchgear, transformers, transfer switches, circuit breakers, protective relaying, and fiber optic communication connections. The project includes twelve 12,000-gallon above-ground, ballistic-resistant diesel fuel tanks with a fuel polishing system to sustain critical operations for 14 days. The microgrid will integrate existing onsite generation (4.65 MW solar PV and two 275 kW wind turbines). Additional work covers site work, start-up commissioning, interconnection agreements, assessment & authorization, and necessary modifications to the existing electrical distribution system to establish the microgrid network. The system aims to enhance energy resiliency by providing on-site generation, with net metering and interconnection agreements requiring LUMA approval.
Contract & Timeline
- Type: Firm-Fixed-Price (FFP) Design-Bid-Build contract
- NAICS: 237130 (Size Standard: $45,000,000.00)
- Set-Aside: Total Small Business Set-Aside
- Contract Duration: 1,141 calendar days from Notice to Proceed
- Construction Magnitude: Anticipated to be more than $10,000,000
- Anticipated Solicitation Release: On or about February 10, 2026
- Published: February 17, 2026 (Advance Notice)
Evaluation
This is a single-phase, Design/Bid/Build procurement. Proposals will be evaluated using a Best Value Trade Off source selection process. Evaluation factors include: Factor I – Past Performance and Factor II – Technical Approach (comprising Element I: Management Plan and Element II: Schedule Narrative). All evaluation factors, other than price, when combined, are considered approximately equal to cost or price. The Government intends to award without discussions but reserves the right to conduct them.
Additional Notes
Details regarding an optional site visit will be included in the solicitation. The official solicitation, when posted, will be available free of charge electronically on https://sam.gov/. Offerors must have and maintain an active registration in SAM.gov to be eligible for award. The point of contact for this procurement is Contract Specialist, SFC Henry Caldera at henry.c.caldera@usace.army.mil. This announcement serves as an Advance Notice; responses are not required.