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 the Fort Buchanan Microgrid project in San Juan, Puerto Rico. This Design-Bid-Build construction effort aims to enhance energy resiliency at the installation by providing an on-site microgrid system. This is a Total Small Business Set-Aside procurement. Proposals are due April 17, 2026, at 10:00 AM Eastern Time.
Scope of Work
The project involves the installation of approximately 8 MW of new diesel generators and an optional 4 MWh Battery Energy Storage System (BESS). A comprehensive microgrid control system will be installed, including paralleling switchgear, transformers, transfer switches, circuit breakers, protective relaying, and fiber optic communication connections. The scope also includes twelve 12,000-gallon above-ground, ballistic-resistant diesel fuel tanks with a fuel polishing system to sustain critical operations for 14 days. Existing large-scale onsite generation (4.65 MW solar PV and two 275 kW wind turbines) will be integrated. Additional work covers site preparation, start-up commissioning, interconnection agreements, assessment & authorization, and necessary modifications to the existing electrical distribution system. The contractor will be responsible for obtaining all required permits and endorsements, including approval from the utility provider LUMA Energy ServCo, LLC, which has an anticipated 12-month evaluation and endorsement process for renewable distributed generation systems.
Contract Details
This will be a Firm-Fixed-Price (FFP) contract. The NAICS Code for this effort is 237130 (Construction Of Other Utilities), with a Size Standard of $45,000,000. The estimated construction magnitude is between $25,000,000 and $100,000,000. The contract duration is 1,141 calendar days from the Notice to Proceed.
Submission & Evaluation
Proposals must be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module. The evaluation will follow a Best Value Trade-Off process, where all non-price factors combined are considered approximately equal to price. Key evaluation factors include Past Performance (1st) and Technical Approach (2nd).
Eligibility & Access
This is a Total Small Business Set-Aside. Offerors must have and maintain an active registration in the System for Award Management (SAM). A mandatory Cybersecurity Maturity Model Certification (CMMC) Level 2 is required at the time of award, verifiable in the Supplier Performance Risk System (SPRS). The full solicitation package is restricted; to obtain it, interested parties must send a Notification of Interest via email to SFC Henry Caldera (henry.c.caldera@usace.army.mil) with their company CAGE Code, UEI, and confirmation of current CMMC Level 2 assessment in SPRS.
Key Dates & Contacts
- Pre-Proposal Conference & Site Visit: March 25, 2026. Conference 09:00-11:30 AM AST at DPW Bldg. 34, Fort Buchanan. Site Visit 08:30 AM AST at Visitor's Control Center Parking.
- Site Visit Registration Deadline: March 23, 2026 (forms by March 16, 2026, 3:00 PM AST) to Caleb Santiago Morales.
- Proposal Due Date: April 17, 2026, 10:00 AM Eastern Time.
- Primary Contact: Henry Caldera, henry.c.caldera@usace.army.mil, 502-315-6791.