Fort Buchanan Microgrid
SOL #: W912QR-26-R-A028Solicitation
Overview
Buyer
DEPT OF DEFENSE
Dept Of The Army
W072 ENDIST LOUISVILLE
LOUISVILLE, KY, 40202-2230, United States
Place of Performance
San Juan, PR
NAICS
Power and Communication Line and Related Structures Construction (237130)
PSC
Construction Of Other Utilities (Y1NZ)
Set Aside
Total Small Business Set-Aside (FAR 19.5) (SBA)
Original Source
Timeline
1
Posted
Mar 5, 2026
2
Last Updated
Apr 29, 2026
3
Submission Deadline
May 1, 2026, 2:00 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 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 through on-site generation. This is a Total Small Business Set-Aside procurement. Proposals are due by May 1, 2026, at 10:00 AM EDT.
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).
- A microgrid control system, paralleling switchgear, transformers, transfer switches, circuit breakers, protective relaying, and fiber optic communication connections.
- Twelve (12) 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 large-scale onsite generation, specifically a 4.65 MW solar photovoltaic (PV) array and two 275 kW wind turbines.
- Associated site work, start-up commissioning, and modifications to the existing electrical distribution system.
- The contractor will be responsible for obtaining net metering and interconnection agreements requiring approval from the utility provider, LUMA.
Contract & Timeline
- Contract Type: Firm-Fixed-Price (FFP)
- Contract Duration: 1,141 calendar days from Notice to Proceed.
- NAICS Code: 237130 (Construction Of Other Utilities), Size Standard: $45,000,000.
- Estimated Magnitude: Between $25,000,000 and $100,000,000.
- Set-Aside: Total Small Business.
- Response Due: May 1, 2026, 10:00 AM EDT.
- Published Date: March 13, 2026.
Submission & Evaluation
- Proposals must be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module. Hard copies will not be accepted.
- The acquisition will utilize a Best Value Trade-Off process. Evaluation factors, other than price, when combined, are considered approximately equal to price. Key factors include Past Performance and Technical Approach (Management Plan, Schedule Narrative).
- Mandatory Cybersecurity Maturity Model Certification (CMMC) Level 2 (Self) or higher is required for award. This certification must be current and verifiable in the Supplier Performance Risk System (SPRS) at the time of award.
- To obtain restricted solicitation documents, interested parties must email 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.
Additional Notes
- The contractor is responsible for obtaining all necessary permits and endorsements, including approval from LUMA Energy ServCo, LLC for interconnection, which may involve an anticipated 12-month evaluation and endorsement process.
- The Government intends to award without discussions.
- The Louisville District operates in the Eastern Time Zone.
People
Points of Contact
Henry CalderaPRIMARY