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 enhance energy resiliency by providing on-site generation and control systems. 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, encompassing paralleling switchgear, transformers, transfer switches, circuit breakers, protective relaying, and fiber optic communication.
- 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.
- Associated site work, start-up commissioning, interconnection agreements (requiring LUMA approval), assessment, authorization, and modifications to the existing electrical distribution system.
Contract Details
- Contract Type: Firm-Fixed-Price (FFP) Design-Bid-Build.
- Duration: 1,141 calendar days from Notice to Proceed.
- Estimated Value: Target ceiling of $45,000,000.
- NAICS Code: 237130 (Construction of Power and Communication Line and Related Structures).
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
Submission & Evaluation
- Proposals Due: April 17, 2026, 10:00 AM ET.
- Submission Method: Electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module.
- Evaluation: Best Value Trade-Off process. Key factors include Past Performance (most important) and Technical Approach (second most important), with all non-price factors combined being approximately equal to price.
- Site Visit: A site visit was scheduled for March 18, 2026.
- Mandatory Requirement: Offerors must possess a current Cybersecurity Maturity Model Certification (CMMC) Level 2 (or higher) at the time of award, verifiable in the Supplier Performance Risk System (SPRS). This applies to both the prime contractor and subcontractors handling Federal Contract Information (FCI) and Controlled Unclassified Information (CUI).
Additional Notes
The full solicitation package is restricted and will only be released to contractors demonstrating CMMC compliance. To obtain restricted documents, 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. The Government will verify CMMC status, and the package will be provided via PIEE. Firms not meeting CMMC Level 2 will be ineligible for the solicitation package and contract award.