Construction Services of a Power Generation Microgrid at Cape Cod Space Force Station in Bourne, MA
ID: W912WJ26RA003Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2SD ENDIST NEW ENGLANDCONCORD, MA, 01742-2751, USA

NAICS

Power and Communication Line and Related Structures Construction (237130)

PSC

CONSTRUCTION OF RESTORATION OF REAL PROPERTY (PUBLIC OR PRIVATE) (Y1QA)
Timeline
    Description

    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.

    Files
    Title
    Posted
    The U.S. Army Corps of Engineers (USACE) New England District is seeking approval for a brand-name justification for TSS USA Manufacturing Electromagnetic Interference (EMI) power filters. These filters are crucial for the Cape Cod Space Force Station (CCSFS) Power Generation Microgrid project at Building 4, which is vital for the PAVE Phased Array Warning System (PAWS) mission, a national defense network. The justification states that only TSS filters meet the specific amperage requirements (two 4,000 AMP and two 3,000 AMP) while fitting within severe space constraints at the site. Standard filters would require significantly more space, hindering maintenance and potentially violating safety regulations. This one-time purchase is part of a larger firm-fixed-price construction project expected to be awarded in FY2026 and completed in FY2030, with an unrestricted, Best Value Trade-off solicitation. Market research confirmed TSS USA Manufacturing as the only brand that satisfies both HEMP protection and space requirements. Despite efforts to encourage competition for the components, no alternative sources were identified, making this a sole-source brand-name acquisition under FAR 6.302-1(a)(2).
    The U.S. Army Corps of Engineers, New England District, is seeking approval for a brand-name acquisition of Electric Power, Inc. (EPI) 480V, 4,000A Shielding Disconnect Switches (SDS) for the Cape Cod Space Force Station (CCSFS) Power Generation Microgrid project. These switches are crucial for protecting Building 4, a critical facility for the PAVE PAWS mission, from High-altitude Electromagnetic Pulse (HEMP) events, ensuring continuous operation vital for national defense. EPI is the sole manufacturer offering SDS compliant with MIL STD 188-125-1A and remote operation, essential for safety and mission requirements. Market research confirmed no other suitable alternatives. The acquisition is justified under 10 U.S.C. § 3204(a)(1) and FAR 6.302-1(c) due to the unique technical requirements and lack of competition. The project is expected to be awarded in FY2026 and completed by FY2030.
    This Justification and Approval (J&A) document outlines the U.S. Army Corps of Engineers' (USACE) request for approval to use brand-name Johnson Controls Inc. (JCI) fire alarm system components for the Cape Cod Space Force Station (CCSFS) Power Generation Microgrid project. The project involves expanding the existing JCI fire alarm system to meet code requirements and ensure compatibility with current infrastructure. The sole-source justification is based on the proprietary nature of the existing JCI system, which necessitates using compatible JCI components for proper communication and functionality. Alternatives, such as demolishing the entire system or constructing a standalone system, were deemed unfeasible due to high costs, code violations, and compromised safety. Market research confirmed JCI as the only viable option. Despite efforts to obtain competition for the overall construction contract, no responses were received for a Notice of Intent to sole source the fire alarm components. This J&A ensures the continued safety and operational integrity of the fire alarm system at CCSFS.
    This document outlines the Site Security Requirements (SSR) for contractors at Cape Cod Space Force Station (SFS), focusing on the need for escort personnel within Restricted Areas (RA). Contractors must comply with AFI 31-101 USAF Physical Security Program and local security procedures. Escort personnel, who must be U.S. citizens with a favorable National Agency Check (NAC) or secret clearance, are responsible for ensuring contractor personnel adhere to security protocols, cannot have other duties, and must display restricted area badges. The contractor is responsible for all escort costs and must arrange entry requirements five work days in advance. Prohibited items like cell phones and recording devices require prior approval. Failure to comply can result in denial of entry or badge confiscation. The document specifies normal working hours and requires a one-week notice for weekend or holiday work requests.
    This government solicitation, W912WJ26RA003, issued on December 18, 2025, by the U.S. Army Corps of Engineers, New England District, is a Request for Proposal (RFP) for the "CAPE COD SPACE FORCE STATION POWER GENERATION MICROGRID" project in Bourne, MA. The project, with an estimated price range of $100,000,000 to $250,000,000, involves the construction of a power generation microgrid, HEMP shielding improvements, uninterruptible power supply systems, and facility security improvements. Offers are due by February 18, 2026, at 1:00 PM ET and must remain valid for 120 calendar days. A bid guarantee of 20% of the bid price or $3,000,000, whichever is less, is required. Contractors must obtain Level 2 CMMC certification prior to award and comply with Project Labor Agreements (PLAs). Two organized site visits are scheduled for January 8 and January 15, 2026. Wage determinations are available on sam.gov. All offerors must complete annual representations and certifications electronically via SAM.
    This solicitation seeks a contractor for a Power Generation Microgrid project at CCSFS, awarded as a firm fixed price contract through a Tradeoff Process. Proposals must be submitted electronically via PIEE, adhere to strict naming conventions, and meet specific file size limits by the solicitation deadline. Submissions require three volumes: Past Performance & Management Approach (20-page limit), Small Business Participation, and Price. Evaluation factors—Past Performance, Management Approach, Small Business Participation, and Price—are weighted, with non-price factors being significantly more important than price. Past performance projects must be recent (within eight years), relevant (over $50M, high voltage work, multiple disciplines), and include specific details. Management plans require organizational charts and detailed approaches to project execution. Small business participation mandates a minimum 20% commitment. Price proposals will be assessed for reasonableness. The government intends to award without discussions, emphasizing the importance of initial best offers.
    Similar Opportunities
    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.
    COVERED PARKING ARRAY AT FARMINGDALE AFRC
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) New York District, is soliciting bids for the construction of a Covered Parking Array at the Armed Forces Reserve Center (AFRC) in Farmingdale, New York. The project entails the construction of two tubular steel canopy structures to support photovoltaic solar panels, the installation of an integrated gutter and stormwater drainage system, a premanufactured battery storage building, and four dual-port electric vehicle charging stations. This initiative is part of a broader effort to enhance renewable energy infrastructure and support electric vehicle usage at military facilities. Interested contractors must submit their bids by January 12, 2026, at 2:00 PM EST, with a project magnitude estimated between $5 million and $10 million. For further inquiries, potential bidders can contact Adrian Stafford-Browne or Nicholas P. Emanuel via their respective emails.
    ERCIP Lake City Army Ammunition Plant Microgrid and Backup Power
    Dept Of Defense
    The Department of Defense, specifically the Army Corps of Engineers, is conducting a market survey to identify small business concerns interested in a future contract for the construction of a microgrid and backup power system at the Lake City Army Ammunition Plant in Missouri. The project entails a Design-Bid-Build (D-B-B) approach to develop a microgrid powered by two 7.5 MW combined heat and power (CHP) turbines, along with necessary electrical distribution equipment and advanced control systems for various operational modes. This initiative is crucial for enhancing energy resilience and efficiency at the facility, with an estimated project cost ranging from $25 million to $100 million and a performance period of approximately 1014 days. Interested small businesses must respond by January 6, 2026, and can direct inquiries to Alexa Dukes at alexa.l.dukes@usace.army.mil.
    Install Redundant Power Distribution
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the installation of redundant power distribution systems at Cape Canaveral, FL. This project aims to enhance the reliability and efficiency of power distribution, which is critical for operational continuity in military and defense activities. The procurement falls under the NAICS code 237130, focusing on construction related to power and communication line structures, and is set aside for 8(a) competed businesses. Interested contractors can reach out to Leigh Dedrick at leigh.a.dedrick@usace.army.mil for further details regarding the solicitation process.
    Small Business Construction MATOC
    Dept Of Defense
    The U.S. Army Corps of Engineers, New England District, is soliciting proposals for a Small Business Construction Multiple Award Task Order Contract (MATOC) valued at $90 million, aimed at providing construction services across its Area of Responsibility. This Indefinite Delivery/Indefinite Quantity (IDIQ) contract will support military and interagency projects, including sustainment, restoration, modernization, and new construction, with task orders ranging from $500,000 to $10 million. The MATOC is critical for ensuring timely execution of construction needs in a climate of uncertain funding and compressed timelines, while also promoting competition among small businesses. Interested parties can contact Elizabeth Glasgow at elizabeth.k.glasgow@usace.army.mil or Erin Bradley at Erin.E.Bradley@usace.army.mil for further information, with the contract ordering period set for five years.
    Military Construction Project (MILCON) P1080 Design-Bid-Build, Power Reliability and Water Resiliency Upgrades, Portsmouth Naval Shipyard, Kittery, Maine
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC), is soliciting proposals for the Military Construction Project (MILCON) P1080, which focuses on Power Reliability and Water Resiliency Upgrades at the Portsmouth Naval Shipyard in Kittery, Maine. The project aims to enhance the electric and water utility systems critical for supporting nuclear-powered submarines and associated facilities, involving significant infrastructure improvements such as the construction of a new water tower, upgrades to substations, and installation of new water mains. This procurement is vital for ensuring the operational readiness and reliability of essential services at the shipyard. Interested contractors must submit their proposals by February 10, 2026, and can direct inquiries to Stephanie Wray at stephanie.l.wray2.civ@us.navy.mil or Edward Flint at edward.d.flint.civ@us.navy.mil. The estimated project value exceeds $500 million, with a total duration of 1,930 days.
    FTG267 R and C 80KVA UPS Replacement
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the replacement of two 80 KVA Uninterruptable Power Systems (UPSs) with two distributed redundant 75 KVA UPSs at the Readiness and Control building on the Missile Defense Complex located at Fort Greely, Alaska. This project is critical for ensuring reliable power supply and operational readiness within the facility. The solicitation is set aside for small businesses, and interested parties must acknowledge receipt of the amendment to the original solicitation to ensure their proposals are considered. For further details, including the solicitation and amendments, interested vendors should contact Brittney Morrison at brittney.morrison@usace.army.mil or Michelle Nelsen at michelle.nelsen@usace.army.mil, with the proposal due date remaining unchanged as per the latest amendment issued on December 12, 2025.
    Power Independence, Mission Control Station (PIMCS), Buckley Space Force Base (SFB), Colorado (CO)
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the Power Independence, Mission Control Station (PIMCS) project at Buckley Space Force Base in Colorado. This procurement aims to update provisions and clauses, revise wage determinations, and extend the proposal submission deadline to February 6, 2026, at 1400 Central Time. The project falls under the NAICS code 237130, focusing on the construction of power and communication line structures, which are critical for ensuring operational efficiency and reliability at military installations. Interested contractors can reach out to Scott Dwyer at Scott.Dwyer@usace.army.mil or Brittany Gull at brittany.c.gull@usace.army.mil for further information regarding the solicitation.
    Replace Federal Pacific Panels, Smith Hall, U.S. Coast Guard Academy New London, CT (New London County) Project No. 27641871
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is seeking contractors to replace approximately 22 Federal Pacific electric panels at Smith Hall, U.S. Coast Guard Academy in New London, CT. The project requires comprehensive electrical work, including the installation of a new emergency power distribution system, replacement of transformers, and upgrades to existing electrical infrastructure, all while maintaining power to the facility. This procurement is critical for ensuring the safety and reliability of the Academy's electrical systems, adhering to current electrical codes and minimizing disruption to ongoing operations. The estimated contract value ranges from $1,000,000 to $5,000,000, with bids due by January 6, 2026, and a site visit scheduled for December 16, 2025. Interested parties should contact Teresa L. Lamphere at Teresa.L.Lamphere2@uscg.mil or Simon W. Leung at Simon.W.Leung@uscg.mil for further details.
    FTG247 Replace UPS at IDT1, Fort Greely, Alaska
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals from qualified small businesses for the replacement of Uninterruptable Power Systems (UPSs) at Fort Greely, Alaska. The project involves replacing existing 80KVA UPSs with distributed redundant 75KVA UPSs, along with upgrades to UPS panelboards, Emergency Power Off systems, and the extension of Power Control and Monitoring Systems. This procurement is critical for enhancing the infrastructure at a military installation, with an estimated contract value between $1 million and $5 million and a performance period of approximately 540 calendar days starting on June 13, 2025. Interested contractors must register in the System for Award Management (SAM) and submit proposals electronically via the PIEE Solicitation Module, with the solicitation expected to be available for download around March 31, 2025.