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 is soliciting proposals for a Design-Bid-Build construction project to establish an installation-level microgrid at Fort Buchanan, San Juan, Puerto Rico. This project aims to significantly enhance energy resiliency by providing on-site energy generation. This is a Total Small Business Set-Aside procurement. Proposals are due by April 17, 2026, at 10:00 AM Eastern Time.
Scope of Work
The project involves the design and construction of a comprehensive microgrid system, including:
- Installation of approximately 8 MW of new diesel generators and an optional 4 MWh Battery Energy Storage System (BESS).
- Implementation of a microgrid control system, including paralleling switchgear, transformers, transfer switches, circuit breakers, protective relaying, and fiber optic communication connections.
- Installation of twelve 12,000-gallon above-ground, ballistic-resistant diesel fuel tanks with a fuel polishing system to sustain critical operations for 14 days.
- Integration of existing onsite generation, specifically a 4.65 MW solar photovoltaic (PV) array and two 275 kW wind turbines.
- Necessary site work, start-up commissioning, and modifications to the existing electrical distribution system.
- Securing net metering and interconnection agreements with the utility provider, LUMA.
Contract & Timeline
- Contract Type: Firm-Fixed-Price (FFP)
- Contract Duration: 1,141 calendar days from Notice to Proceed.
- Estimated Value: The estimated construction magnitude is between $25,000,000 and $100,000,000, with a target ceiling for contract award at $45,000,000.
- NAICS Code: 237130 (Construction Of Other Utilities), with a size standard of $45,000,000.
- Set-Aside: Total Small Business Set-Aside.
- Proposal Due: April 17, 2026, 10:00 AM ET.
- Published Date: March 5, 2026.
Evaluation & Eligibility
Award will be based on a Best Value Trade-Off process, where all evaluation factors other than price are considered approximately equal to price. Key evaluation factors include Past Performance (1st) and Technical Approach (2nd).
Mandatory Cybersecurity Maturity Model Certification (CMMC) Level 2 is required for the contractor and subcontractors at the time of award. Offerors must have a current CMMC Level 2 certification (or higher) verifiable in the Supplier Performance Risk System (SPRS).
Submission & Additional Notes
Proposals must be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module. To obtain the restricted solicitation package, interested parties must send a Notification of Interest via email to SFC Henry Caldera (henry.c.caldera@usace.army.mil), including company CAGE Code, UEI, and confirmation of current CMMC Level 2 assessment in SPRS. Firms not meeting the CMMC Level 2 requirement will be ineligible for the solicitation package and contract award. A site visit is scheduled for March 18, 2026.