Mobile and Transportable Microreactor System
ID: 70RSAT26R00000003Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFOFFICE OF PROCUREMENT OPERATIONSSCI TECH ACQ DIVWASHINGTON, DC, 20528, USA

NAICS

Nuclear Electric Power Generation (221113)

PSC

FUEL CELL POWER UNITS, COMPONENTS, AND ACCESSORIES (6116)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Homeland Security (DHS) is issuing a Request for Proposal (RFP) for the development, testing, and deployment of mobile and transportable microreactor systems aimed at enhancing national energy resilience and supporting critical DHS missions. The project seeks to deliver ten microreactor units capable of providing continuous electrical output of 1–5 MWe, with a core life of 3 to 10 years without refueling, to be utilized in both fixed-site and expeditionary environments, particularly during emergency response and disaster recovery operations. This acquisition is significant as it represents the first federal microreactor system designed for diverse operational conditions, with a total estimated contract value of $722 million for two contract awards. Interested offerors must submit their proposals by January 9, 2026, at 4:00 PM Eastern Standard Time, and can direct inquiries to Darin Andrew Jones at Darin.Jones@hq.dhs.gov or John Whipple at John.Whipple@hq.dhs.gov.

    Point(s) of Contact
    Darin Andrew Jones
    Darin.Jones@hq.dhs.gov
    Files
    Title
    Posted
    Amendment 0001 to Solicitation 70RSAT26R00000003, issued by the U.S. Department of Homeland Security, Office of Procurement Operations, addresses offeror-submitted questions and comments for a Request for Proposal (RFP). The RFP seeks to define mission-driven outcomes for the design and development of a transportable and mobile microreactor system. The primary goal is to accelerate national energy resilience by demonstrating and deploying the first federal microreactor system capable of powering critical DHS missions in various operating environments, including emergency response and disaster recovery. Offerors are reminded that the solicitation's closing date is January 9, 2026, at 4:00 PM Eastern Standard Time.
    This government file outlines a comprehensive program for the development, manufacturing, and delivery of advanced reactor units, structured across five key milestones. Milestone 1 focuses on contract stand-up and preliminary design, encompassing system architecture, licensing strategy, safety basis outlines, and initial security baselines. Milestone 2 involves prototype completion and validation, covering fabrication, criticality and performance tests, safety updates, model validation, and mobility testing. Milestone 3 centers on the First-Of-A-Kind (FOAK) unit's delivery, testing, and acceptance, including design certification, PSAR development, manufacturing, fuel procurement, transport certification, factory acceptance testing (FAT), and commissioning. Milestone 4 details the manufacturing and delivery of nine Next-Of-A-Kind (NOAK) units (Units 2-10), emphasizing serial production, economies of scale, and individual unit certifications. Milestone 5, which is optional, addresses secure operations, protection, and lifecycle support for the prototype, FOAK, and NOAK units. The program integrates incentives for Milestones 3 and 4, indicating a performance-based approach, and each milestone is assigned a percentage of the total cost, with the NOAK manufacturing phase representing the largest portion. The CLIN (Contract Line Item Number) structure outlines the financial breakdown for each milestone, with specific optional CLINs for each NOAK unit and associated incentives.
    The document, titled "Questions and Answers," serves as a guide for offerors to submit their questions and comments regarding a government solicitation. It instructs offerors to input their questions and/or comments in Column C and provide a relevant citation in Column B. The completed file must be submitted via email in MS Excel format. This document is typical in government procurement processes, such as RFPs and grants, to facilitate communication and clarify requirements between the issuing agency and potential offerors.
    This government file, "70RSAT26R00000003 - Q and C Responses - 20251231," addresses offeror questions and government responses regarding a dual-mode microreactor system RFP. Key clarifications include defining autonomous operation versus remote monitoring, specifying milestone tranche percentages (5/15/35/40/5), and confirming that a single system configuration should support both transportable and mobile modes. The DHS acknowledges risks associated with HALEU supply and expects offerors to address this in proposals. The document also clarifies licensing requirements, stating that offerors are responsible for all regulatory aspects, including achieving Final Safety Analysis approval. Core life is set at 3 to 10 years, and individual reactor power output is 0.7 to 2 MWe. The project aims for the first unit delivery by December 2027 and the tenth by December 2028, with DHS as the anticipated owner and operator. Regulatory review fees should be included in proposed pricing. The total estimated contract value of $722 million accounts for two contract awards.
    The Department of Homeland Security (DHS), Office of Procurement Operations (OPO), is issuing a Request for Proposal (RFP) for the design and development of a transportable and mobile microreactor system. This solicitation aims to accelerate national energy resilience by deploying the first federal microreactor system capable of powering critical DHS missions. The system will support both fixed-site and expeditionary operating environments, including emergency response and disaster recovery in austere conditions. The solicitation, identified as 70RSAT26R00000003, was issued on December 23, 2025, with an offer due date of January 9, 2026, at 1600 ES. This acquisition is unrestricted and administered by the S&T Acquisitions Division.
    The Department of Homeland Security (DHS) is seeking proposals for the development, testing, and deployment of ten mobile and transportable microreactor systems. This Request for Proposal (RFP) aims to enhance national energy resilience, support critical DHS missions, and provide uninterruptible power for emergency response and disaster recovery. The systems must be dual-mode, functioning as both transportable long-duration power assets for fixed facilities and mobile units for rapid deployment in austere environments. Key requirements include 1–5 MWe continuous electrical output, 3–10 years core life without refueling, and delivery of all ten units by December 31, 2028. The contract is a fixed-price with incentives, tied to milestones such as prototype criticality, FOAK (First-of-a-Kind) unit delivery, and NOAK (Nth-of-a-Kind) production. Contractors are responsible for licensing, safety, manufacturing, and initial operational support, while DHS provides program oversight, site information, and regulatory coordination. Remote or vendor-controlled operation and maintenance are strictly prohibited, with the Government retaining sole operational authority.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Generators - 400kW & Below
    Homeland Security, Department Of
    The Department of Homeland Security's Federal Emergency Management Agency (FEMA) is seeking proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for the procurement of generators rated at 400kW and below. This contract aims to support FEMA's emergency response operations by providing various sizes of generators, associated shipping, external fuel tanks, and on-site training, with a base performance period from February 21, 2026, to February 20, 2027, and an option year extending to February 20, 2028. The generators must meet specific technical specifications, including Tier 4 Final EPA compliance, and will be delivered to multiple locations, including both domestic and overseas sites. Interested small businesses must submit their proposals by 12:00 PM EST on January 13, 2026, and are encouraged to contact Oneko Dunbar at Oneko.Dunbar@fema.dhs.gov for further information.
    2024 Department of Homeland Security (DHS) Directorate of Science and Technology (S&T) Long Range Broad Agency Announcement (LRBAA) 24-01
    Homeland Security, Department Of
    The Department of Homeland Security (DHS) is seeking proposals through its Long Range Broad Agency Announcement (LRBAA) 24-01, aimed at funding scientific and technical projects that enhance homeland security capabilities. This five-year initiative, open until May 31, 2029, focuses on three types of research: near-term component gaps, foundational science, and future needs/emerging threats, covering key mission areas such as Counter Terrorism, Border Security, and Cyberspace Security. The submission process involves a three-step approach: Industry Engagement, Virtual Pitch, and Written Proposal, with eligibility extended to various entities, including small businesses. Interested parties can contact John Whipple at john.whipple@hq.dhs.gov or the LRBAA Program Mailbox at LRBAA.Admin@HQ.DHS.GOV for further information.
    Generators - 401kW & Above
    Homeland Security, Department Of
    The Department of Homeland Security's Federal Emergency Management Agency (FEMA) is seeking proposals for an Indefinite Delivery-Indefinite Quantity (IDIQ) contract to procure generators rated at 401kW and above. This procurement aims to support FEMA's emergency response operations by providing essential power generation equipment, including necessary fuel tanks and on-site training, to ensure compliance with environmental regulations. The contract will span from February 2026 to February 2029, with a minimum guaranteed amount of $540,000, and proposals must be submitted by January 13, 2026, at 12:00 PM EST. Interested vendors should contact Oneko Dunbar or Danielle Sweetney for further information and ensure they are registered in the System for Award Management (SAM) prior to submission.
    Appliances & Safety Equipment for the Transportable Temporary Housing Units
    Homeland Security, Department Of
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking proposals for a contract to supply Appliances & Safety Equipment for Transportable Temporary Housing Units (TTHUs). This procurement aims to provide essential household items, including microwaves, refrigerators, electric ranges, and safety equipment such as NOAA weather radios and strobe lights, to support disaster survivors housed in TTHUs. The initiative is critical for maintaining a ready stock of housing units to facilitate FEMA's Individual Assistance Direct Housing Program. Interested small businesses must submit their proposals by January 5, 2026, with questions due by December 16, 2025. For further inquiries, contact Ejona Lika at ejona.lika@fema.dhs.gov or Tamara Beach at tamara.beach@fema.dhs.gov.
    DHS BROAD AGENCY ANNOUNCEMENT (BAA) RESEARCH AND DEVELOPMENT (R&D) COUNTERING WEAPONS OF MASS DESTRUCTION (CWMD)
    Homeland Security, Department Of
    Solicitation: Department of Homeland Security (DHS) is seeking Research and Development (R&D) proposals for countering Weapons of Mass Destruction (CWMD). The objective is to identify, explore, and demonstrate new technologies and capabilities to prevent, protect against, respond to, and mitigate nuclear, chemical, radiological, and biological threats and incidents. This 5-year Broad Agency Announcement (BAA) will provide an acquisition tool for innovative solutions. Proposals will be accepted within specified timeframes for various Areas of Interest (AOI) outlined in the notice. Interested parties can find more information on SAM.gov.
    Rock Island Arsenal (RIA) Microgrid - Sources Sought Notice
    Dept Of Defense
    The Department of Defense, through the Army Corps of Engineers, is conducting a Sources Sought Notice to identify small business concerns for a microgrid construction project at Rock Island Arsenal (RIA) in Illinois. The project involves the design and construction of a microgrid system powered by natural gas generators, solar panels, and an energy storage system, aimed at ensuring uninterrupted power supply during utility outages and supporting RIA's Advanced Manufacturing Center of Excellence. This initiative is critical for enhancing energy resilience and sustainability at the facility, with an estimated project value between $25 million and $100 million, and a performance period of 902 calendar days. Interested small businesses must submit their qualifications and relevant project experience by responding electronically via Microsoft Forms, with inquiries directed to Jacob Pridemore at jacob.s.pridemore@usace.army.mil or by phone at 502-315-6228.
    Portable Small Article Monitor for Shipboard Use
    Energy, Department Of
    The Department of Energy, through Fluor Marine Propulsion (FMP), is seeking proposals for the development of a Portable Small Article Monitor (PSAM) intended for shipboard use on nuclear vessels. The PSAM is required to replace manual frisking stations, featuring a modular design that is smaller and lighter than existing models, with specific dimensions and weight limitations to facilitate transport and operation. This device is critical for ensuring safety and compliance during servicing and maintenance at U.S. Navy shipyards, with performance specifications including the ability to detect 450 pCi of Co-60 in under 120 seconds and a user-friendly interface for operators. Proposals must be submitted by February 27, 2026, to ATIP@unnpp.gov, and should include a Quad Chart, narrative, and procurement documents, while adhering to ISO 9001:2008 quality standards. For further inquiries, interested parties may contact Jon Ruffley at Jonathan.Ruffley@unnpp.gov.
    Perimeter Security Assets
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Secret Service (USSS), is seeking proposals from small businesses for the acquisition of Perimeter Security Assets through a Combined Synopsis/Solicitation. The procurement aims to establish multiple firm-fixed-price, indefinite-delivery, indefinite-quantity (IDIQ) contracts to provide temporary security solutions and consultative services for National Special Security Events (NSSEs) across the Continental United States. These services include the provision and management of various assets such as vehicle barriers, fencing, tents, and generators, which are critical for ensuring security during high-profile events. Proposals are due by 11:00 AM EST on January 19, 2026, and interested parties should contact Melissa Chabot at melissa.chabot@usss.dhs.gov or Katheryn Dennis at katheryn.dennis@usss.dhs.gov for further information.
    The Department of Homeland Security's (DHS) Maritime Capabilities and Innovation - Commercial Solutions Opening Pilot Program (CSOP) General Solicitation
    Homeland Security, Department Of
    The Department of Homeland Security (DHS) is initiating the Maritime Capabilities and Innovation Commercial Solutions Opening Pilot Program (CSOP) to acquire innovative commercial products and services aimed at enhancing U.S. maritime capabilities. This program, authorized by the National Defense Authorization Act for Fiscal Year 2017, seeks proposals that address various maritime challenges, including technology innovation, program oversight, and supply chain resilience, with a focus on modernizing acquisitions and expanding industry collaboration. Eligible participants include U.S.-based entities such as small businesses, academic institutions, and non-profits, with contract awards potentially reaching up to $25 million, subject to funding availability. Interested parties can submit proposals on a rolling basis until August 5, 2026, and should direct inquiries to Breean Jaroski or Mariah Watt via their provided emails.
    Construction Services of a Power Generation Microgrid at Cape Cod Space Force Station in Bourne, MA
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of a Power Generation Microgrid at the Cape Cod Space Force Station in Bourne, Massachusetts. This project aims to enhance energy resiliency and security by integrating a battery energy storage system with existing infrastructure, while ensuring minimal disruption to ongoing military operations. The microgrid will include advanced features such as HEMP shielding improvements, uninterruptible power supply systems, and facility security enhancements, all critical for supporting national defense missions. Proposals are due by February 18, 2026, with an estimated contract value between $100 million and $250 million. Interested contractors should contact Tyler Maryak at tyler.s.maryak@usace.army.mil or Erin Bradley at erin.e.bradley@usace.army.mil for further details.