Mobile and Transportable Microreactor System
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 Department of Homeland Security (DHS), Office of Procurement Operations, is soliciting proposals via RFP 70RSAT26R00000003 for the development, testing, and deployment of a Mobile and Transportable Microreactor System. This initiative aims to accelerate national energy resilience by deploying the first federal microreactor system capable of powering critical DHS missions in both fixed-site and expeditionary environments, including emergency response. The estimated contract value for two awards ranges from $361.5 million to $722 million. Proposals are due by January 9, 2026, at 4:00 PM EST.
Scope of Work & Key Requirements
The solicitation requires the design and development of ten (10) dual-mode microreactor systems that function as both transportable assets for fixed facilities and mobile assets for rapid deployment. Key requirements include:
- Power Output: 1-5 MWe continuous electrical output per system.
- Core Life: 3-10 years without refueling.
- Design: Sealed-core, factory-fueled, minimal site preparation, transportable by road/rail/barge, compatible with microgrids, and compliant with NRC or DOE/DoD authorization pathways.
- Operational Deployment: Mission-ready by December 2028.
- Deliverables: Prototype electrical generation by June 30, 2027; First-of-a-Kind (FOAK) unit delivery by December 31, 2027; Nth-of-a-Kind (NOAK) Units 2-5 by July 1, 2028; Units 6-10 by December 31, 2028. No compliant NOAK system will be accepted past 2028.
- Safety & Regulatory: Must meet all licensing, safety, and regulatory requirements (NRC or DOE licensing), including cybersecurity and Type B transport certifications. Offerors must address obtaining Final Safety Analysis approval.
- Operations: Support local, onboard automatic control functions and offsite remote command and control actions. Automated startup/shutdown and minimal staffing for onsite maintenance are required.
- Operational Support: Includes 12 months of initial operational support for each unit, with an additional 5 years of operational support per unit.
Contract Details
- Contract Type: Anticipated as Fixed-Price with Incentives (FFP) with optional CLINs.
- Estimated Value: $361,500,000 - $722,000,000.00 for two contract awards.
- Period of Performance: Date of award through December 31, 2034.
- Incentive: Potential for a 5% incentive payment per milestone for early delivery (6 months in advance).
- Set-Aside: This is a Full and Open Competition (UNRESTRICTED).
Submission & Evaluation
- Proposal Due Date: January 9, 2026, at 4:00 PM Eastern Standard Time.
- Submission: Via email to the listed points of contact.
- Questions: Questions were due by December 30, 2025. Responses to offeror questions have been provided in Amendment 0001.
- Evaluation Factors (in order of importance):
- Transportable and Mobile Capability
- Ability to Deliver FOAK Operational System by December 31, 2028
- Price
- Note: Technical factors are significantly more important than price. Failure to meet mandatory minimums in Factors 1 or 2 may result in proposal unacceptability. Regulatory review fees should be embedded in proposed pricing.
Contacts
- Primary: Darin Andrew Jones (Darin.Jones@hq.dhs.gov)
- Secondary: John Whipple (John.Whipple@hq.dhs.gov)