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 through on-site generation. This is a Total Small Business Set-Aside procurement. Proposals are due May 1, 2026, at 10:00 AM EDT.
Scope of Work
The project involves the comprehensive design and construction of a microgrid system. Key components include:
- Installation of approximately 8 MW of new diesel generators.
- Integration of a 4 MWh Battery Energy Storage System (BESS).
- Implementation of a sophisticated microgrid control system, encompassing 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, designed to sustain critical operations for 14 continuous days.
- Integration of existing large-scale on-site generation, specifically a 4.65 MW solar photovoltaic (PV) array and two 275 kW wind turbines.
- Necessary site work, start-up commissioning, and securing an interconnection agreement.
- Assessment & authorization, and modifications to the existing electrical distribution system to establish the microgrid network.
- The successful contractor will be responsible for obtaining all necessary permits and endorsements, including approval from the utility provider, LUMA, for net metering and interconnection agreements, which may take approximately 12 months.
Contract & Timeline
- Contract Type: Firm-Fixed-Price (FFP)
- NAICS Code: 237130 (Construction Of Other Utilities) with a size standard of $45,000,000.
- Target Ceiling for Award: $45,000,000.
- Contract Duration: 1,141 calendar days from the Notice to Proceed.
- Proposal Due Date: May 1, 2026, 10:00 AM EDT.
- Place of Performance: San Juan, Puerto Rico.
Submission & Evaluation
Proposals must be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module; hard copies will not be accepted. The evaluation will follow a Best Value Trade-Off process, with the government intending to award without discussions. Evaluation factors, in relative order of importance, are:
- Past Performance
- Technical Approach (including Management Plan and Schedule Narrative)
- Price All non-price factors, when combined, are considered approximately equal to price. Proposals should be structured into two volumes: Volume I for Past Performance and Technical Approach, and Volume II for Price and supporting financial/bonding information.
Eligibility & Requirements
This acquisition is a Total Small Business Set-Aside. Offerors must have and maintain an active registration in the System for Award Management (SAM) database. A mandatory Cybersecurity Maturity Model Certification (CMMC) Level 2 (Self) or higher is required for award, verifiable in the Supplier Performance Risk System (SPRS). Access to restricted solicitation documents (Controlled Unclassified Information - CUI) requires contractors to possess a current BASIC confidence level in SPRS. Interested parties must follow a three-step process: email notification of interest (including CAGE Code, UEI, and CMMC status) to the primary contact, government verification, and secure receipt of the package via PIEE.