ContractSolicitation

Construction Services of a Power Generation Microgrid at Cape Cod Space Force Station in Bourne, MA

DEPT OF DEFENSE W912WJ26RA003
Response Deadline
Mar 11, 2026
Deadline passed
Days Remaining
0
Closed
Set-Aside
Full & Open
Notice Type
Solicitation

Contract Opportunity Analysis

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 during construction. The microgrid will support critical national security functions and includes upgrades to protective barriers against High Altitude Electromagnetic Pulse events, along with comprehensive electrical and telecommunications infrastructure improvements. Interested contractors must submit their proposals electronically by February 18, 2026, with an estimated contract value between $100 million and $250 million. For further inquiries, contact Tyler Maryak at tyler.s.maryak@usace.army.mil or Ann Adley at ann.m.adley@usace.army.mil.

Classification Codes

NAICS Code
237130
Power and Communication Line and Related Structures Construction
PSC Code
Y1QA
CONSTRUCTION OF RESTORATION OF REAL PROPERTY (PUBLIC OR PRIVATE)

Solicitation Documents

36 Files
Amendment 0009.pdf
PDF578 KBMar 6, 2026
AI Summary
Amendment 0009 modifies solicitation W912WJ26RA003, dated December 18, 2025, to provide responses to Requests for Information (RFIs). The amendment clarifies technical requirements for various components. Specifically, RFI 1 confirms that 25 filters are needed for the Captor signal filter cabinet. RFI 2 details that Category 3 telephone cable and similar light gauge wire are existing communication cables, and 200 pairs are to be punched down to 66 Blocks. RFI 3 corrects the stub CL IN elevation for EMH-3a to EL+ 254.30 and specifies granular fill for underground construction. RFI 4 provides dimensions and construction type for the CHH-01 telecommunications duct bank, which will be a 4 ft x 4 ft, Tier 22 rated handhole with cable rack and arms, also requiring granular fill. All other terms and conditions of the original solicitation remain unchanged. The amendment was signed by Erin E. Bradley, Contracting Officer, on March 6, 2026.
Amendment 0009 Update Sheet X-601.pdf
PDF604 KBMar 6, 2026
AI Summary
The document,
Amendment 0009 Updated Sheet 3-T-112.pdf
PDF334 KBMar 6, 2026
AI Summary
This government file, Solicitation No. W912WJ26RA003, details the "Construction of a Power Generation Microgrid Phase 3 - Bldg 4 - Telecommunications Plan - Floor 1 - Area A" for the US Army Corps of Engineers at Cape Cod Space Force Station (CCSFS), Massachusetts, with an issue date of September 2025. The document outlines general sheet notes for various technical aspects, including legends, notes, abbreviations, site distribution, plans, details, schedules, and one-line diagrams. Keynotes specify the provision of communication infrastructure, such as (4) 66 connector blocks in a NEMA 1 enclosure with 200 pairs of Category 3 copper cable, pullboxes for antenna cable routes, and the reinstallation of existing security cameras with coordination through the COTR. Additionally, it requires a 19" HMI touchscreen in a NEMA 1 enclosure for controlling the microgrid system. The plan includes specific locations for electrical and communication components within Building 4, Area A, indicating a comprehensive telecommunications upgrade as part of the larger microgrid construction project. The document also lists the design and drawing personnel, along with the US Army Corps of Engineers and Burns and McDonnell as key entities involved.
Amendment 0009 Updated Sheet Vol 1 CU-201.pdf
PDF1469 KBMar 6, 2026
AI Summary
The document,
Amendment 0009 Update Sheet Vol 4 ES103 and ES501.pdf
PDF738 KBMar 6, 2026
AI Summary
The document, identified as Solicitation No. W912WJ26RA003, outlines the electrical site plan and details for the construction of a power generation microgrid at Cape Cod Space Force Station (CCSFS), Massachusetts. It includes a detailed ductbank schedule specifying conduit types (PVC, RGS) and sizes (1/2" to 5") for various electrical systems, including primary 23KV, secondary 480V, 208V, 120V, microgrid controls, and temporary power connections. The plan details the layout of underground electrical infrastructure, including handholes, manholes, and connections to transformers, wind turbines, and microgrid components. General sheet notes refer to other relevant electrical and civil drawing series for further details on demolition, installation, elevations, schedules, one-line diagrams, and operational sequences. The document also provides detailed specifications for reinforced concrete encased ductbanks, direct buried conduits, and utility vaults, including material requirements, construction notes, and safety features like yellow warning tape with tracer wire. These details ensure compliance with engineering standards and safe installation of the microgrid system.
Amendment 0008 Attachment 11676438.pdf
PDF2674 KBMar 6, 2026
AI Summary
The document, part of a solicitation (W912WJ26RA003) from the US Army Corps of Engineers, New England District, details panelboard schedules for Building 2 at Cape Cod Space Force Station, Massachusetts, for a power generation microgrid construction project. Dated September 2025 and designed by L. Woodruff, the file outlines specifications for numerous electrical panels (CPP1 through CPP24). Each panel has a 225 A bus, 225 A MCB rating, operates at 480V, 3PH, 3W, SN, 60HZ, and features 36 poles with a minimum 35 KAIC surface. Many panels are dedicated to existing transmitter power supplies, indicating a critical power load classification. These panels consistently show a connected load of 3833 VA per phase for these loads, with total connected loads varying from 0 VA for empty panels to 138000 VA for fully loaded panels, with an 80% demand factor applied to calculate estimated demand. Common notes across all panels include the requirement for dual main circuit breakers, and indications for GFCI, red handle, lockable, and shunt trip features. The document was prepared by Burns and McDonnell and is marked as 'READY TO ADVERTISE (RTA)' with a sheet ID of EP616-EP620.
Amendment 0008 Submission Requirements and Evaluation Criteria.pdf
PDF4775 KBMar 6, 2026
AI Summary
The document outlines mandatory requirements for submissions, emphasizing the necessity of a Certificate of Corporation Authority for all entities. Digital signatures must be PKI compliant, verifying that the signatory is authorized to bind the organization. Furthermore, the document explicitly states that alternative forms of the PPQs (Past Performance Questionnaires) will not be accepted, ensuring standardization and adherence to specified formats. These requirements are critical for maintaining legal validity, security, and consistency in government procurement processes.
Amendment 0008 Attachment 11690371.pdf
PDF2112 KBMar 6, 2026
AI Summary
The document outlines the technical specifications for a Power Generation Microgrid at Cape Cod Space Force Station, Bourne, MA. It details required compliance with various standards, including NFPA, DOD (MIL-STD-3071), FCC, and UL, for electrical, safety, and communication systems. Key requirements include US-based manufacturing, UL listing, specific time synchronization, and a minimum MTBF of 300 years for certain components. All intelligent electronic devices must be US-sourced, with strict traceability for all components. The Microgrid Control System (MCS) must be microprocessor-based, expandable, and capable of integrating with diverse Distributed Energy Resources (DER) using industry-standard protocols like Modbus, MIL-STD-3071, DNP 3.0, and ANSI C37.118. The system needs robust diagnostic routines and non-volatile memory, with ample spare capacity. Future expansion capabilities are crucial, emphasizing incremental design, procurement, installation, commissioning, testing, and maintenance with backward compatibility.
Amendment 0008 Attachment 11680669.pdf
PDF1881 KBMar 6, 2026
AI Summary
This document, "SUPERVISORY CONTROL AND DATA AQUISITION (SCADA) FRONT END AND INTEGRATION UTILITY MONITORING AND CONTROL SYSTEM TESTING," outlines the requirements for testing the control systems of a Power Generation Microgrid at Cape Cod Space Force Station. It defines key terms like "Algorithm," "Analog," "Binary," and "Graphical User Interface (GUI)." The document details administrative requirements for sequencing and scheduling tests, and specifies submittal requirements for test reports and certificates. It mandates the use of NIST-traceable calibrated test equipment with superior accuracy. The core of the document focuses on two main tests: Performance Verification Test (PVT) and Factory Test. The PVT includes a plan with system documentation, equipment lists, and procedures, conducted in two phases: field testing and a one-week endurance test. The Factory Test involves setting up a representative system and executing procedures, including surge protection testing. Both tests require detailed plans, reports, and government approval/witnessing. The document also provides a template and sample procedures for developing tests.
Amendment 0008 Attachment 11699397.pdf
PDF1883 KBMar 6, 2026
AI Summary
This government file, Solicitation No. W912WJ26RA003, details foundation plans and typical details for Phase 1 of the Construction of a Power Generation Microgrid at Cape Cod Space Force Station (CCSFS), Massachusetts. The project, designed by Burns and McDonnell for the US Army Corps of Engineers, includes plans for a BESS enclosure, sectionalizing cabinet, switchgear, transformer, and relocated HAZMAT building foundations. Key details involve drilled concrete piers with specific dimensions and embedment, cablewell coordination with equipment manufacturers, and references to civil and electrical drawings for elevations and additional information. The document emphasizes adherence to general notes and typical details found in other structural sheets. This is an RFP for a federal government project.
Amendment 0008 Attachment 11680816.pdf
PDF1085 KBMar 6, 2026
AI Summary
The document outlines the Supervisory Control and Data Acquisition (SCADA) system and the Electrical Power Management System (EPMS) Sequence of Operations for the Cape Cod Space Force Station. The SCADA system serves as the centralized platform for the integrated electrical infrastructure, connecting the EPMS and Microgrid Control System (MCS) via a secure Modbus TCP/IP network. Key features include real-time monitoring, interactive control, alarm management, and system analytics from redundant thick client workstations. The EPMS comprises generators, main distribution switchgear, an uninterruptible power supply system, and critical motor control centers. The system emphasizes 2N redundant black-start control with no single point of failure, Zone Selective Interlocking (ZSI) for fault clearing, and various operational modes including Automatic/Standby, Emergency, and Roll-up Emergency. The SCADA system also manages transitions to islanded microgrid operations, monitors critical parameters, archives performance data, and integrates with the MCS for comprehensive control and data replication. The project requires extensive coordination during testing and commissioning to ensure a complete and operational EPMS system.
Amendment 0008 Attachment 11699366.pdf
PDF699 KBMar 6, 2026
AI Summary
This document, "PHASE 3 - UTILITY PLAN - AREA 2," is a detailed utility plan for the construction of a power generation microgrid at Cape Cod Space Force Station (CCSFS), Massachusetts, under Solicitation No. DBHQ211077. The plan, prepared by Burns and McDonnell for the US Army Corps of Engineers, New England District, outlines various existing and proposed utilities, including electrical ductbanks, lighting, power conduits, manholes, power poles, waterlines, sewer lines, communication lines, and septic systems. Key elements highlighted include 20,000-gallon chilled water tanks, cooling towers, a utility building, and vaulted diesel fuel tanks. The document provides general sheet notes referencing civil legends, abbreviations, ductbank alignments, stationing, and profiles, with specific keynotes detailing requirements for electrical systems, hydroexcavation limits, and sleeving existing waterlines. The plan is crucial for understanding the infrastructure development associated with the microgrid project.
Amendment 0008 Attachment 11699385.pdf
PDF602 KBMar 6, 2026
AI Summary
The document,
Amendment 0008 Attachment 11712612.pdf
PDF543 KBMar 6, 2026
AI Summary
This document outlines technical specifications for telecommunications cabling and hardware within a Power Generation Microgrid project at Cape Cod Space Force Station, Bourne, MA. It mandates compliance with industry standards like UL, NFPA 70, TIA-569, TIA-568 series, TIA-606, ICEA S-90-661, and ICEA S-83-596 for all components, including cables, connecting hardware, and telecommunications cabinets. Key requirements include UL listing or third-party certification, specific cable types (unshielded twisted pair and optical fiber) with manufacturing date restrictions, and detailed labeling systems. Backbone cabling, particularly optical fiber, must adhere to ICEA S-83-596, TIA-568.3, UL 1666, and NFPA 70, specifying fiber count, type, and length markings. A passive 1x8 single-mode optical splitter assembly with LC connectors is also detailed, requiring specific optical performance metrics, operating conditions, and connector specifications. The document emphasizes the use of plenum or riser-rated non-conductive fiber optic cables in accordance with NFPA 70.
Amendment 0008 Attachment 11699407.pdf
PDF461 KBMar 6, 2026
AI Summary
This government file details construction specifications for the Cape Cod Space Force Station (CCSFS), Massachusetts, focusing on a power generation microgrid project. The document outlines various site details, including asphalt pavement replacement, aggregate pavement sections, concrete sidewalks, and concrete curbs. Key specifications include matching existing pavement thickness and material, using specific concrete strengths (4,000 PSI min), and precise measurements for expansion and contraction joints. Notes emphasize coordination with utility bedding, filling sawcuts with epoxy-based grout, and broom finishes for concrete. The file also provides details for chain link fences and connections to existing concrete sidewalks, highlighting the importance of structural integrity, material compatibility, and adherence to construction standards for the microgrid infrastructure.
Amendment 0008 Attachment 11699373.pdf
PDF328 KBMar 6, 2026
AI Summary
The document, "DEMOLITION PLAN - AREA 3" for the Cape Cod Space Force Station, Massachusetts, outlines the demolition activities for the "CONSTRUCTION OF A POWER GENERATION MICROGRID" project. It details the removal of asphalt pavement, landscape stones and boulders, gravel, a post gate and foundations, and stockpiled cobbles and boulders. The plan also specifies clearing and grubbing all vegetation within designated limits. Key features include existing woodland, dirt paths, paved areas, and the location of a wind turbine mast and associated infrastructure. General notes emphasize compliance with Natural Heritage and Endangered Species Program (NHESP) requirements and refer to other sheets for civil legend, abbreviations, and hydroexcavation limits. The project is managed by the US Army Corps of Engineers, New England District, with Burns and McDonnell as the submitting entity.
Amendment 0008 Attachment 11699393.pdf
PDF298 KBMar 6, 2026
AI Summary
This government file details the technical specifications for electrical components within a Power Generation Microgrid at the Cape Cod Space Force Station in Bourne, MA. It outlines requirements for circuit breakers, including instantaneous trip and ground fault protection, referencing UL 489 standards. The document also specifies motor short-circuit protectors (MSCPs) in accordance with UL 508, UL 489, and NFPA 70. A significant portion covers transformers, specifying NEMA ST 20 standards for dry-type, self-cooled, ventilated units with NEMA 1 enclosures. It details tap configurations, insulation systems (220°C and 180°C with specific temperature rises), and efficiency requirements aligning with 10 CFR 431, Subpart K. The overall purpose is to set precise technical standards for the microgrid's electrical infrastructure, ensuring safety, performance, and regulatory compliance.
Amendment 0008 Attachment 11692148.pdf
PDF243 KBMar 6, 2026
AI Summary
The document outlines the technical requirements for a Power Generation Microgrid, specifically focusing on the Uninterruptible Power Supply (UPS) system for the Cape Cod Space Force Station in Bourne, MA. Key specifications include UPS module sizing for 2000 kVA and 2000 kW, a battery capacity designed for a 5-minute discharge time at full rated load, and a static switch rated for 2500 amperes. The system requires a short circuit withstand rating of 100,000 amperes and an AC input of 480 volts, three-phase, with a voltage range of +10% to -20% and a frequency of 60 Hz. AC output is also specified at 480/277 volts, three-phase. These detailed technical parameters are crucial for the procurement and implementation of a robust and reliable power infrastructure.
Amendment 0007.pdf
PDF188 KBMar 6, 2026
AI Summary
This government file details an amendment to a contract/order, specifically focusing on changes to existing controls and the integration of new Building Automation System (BAS) controls within a larger system. The amendment outlines administrative changes, modifies the contract to reflect administrative changes based on specific FAR clauses, and introduces a supplemental agreement. Key changes include updating the existing Building Automation System (BAS) with new controls, ensuring continuous operation, and providing existing documentation for controls to the contractor. The document also clarifies the interpretation of modifying an existing Building Automation System (BAS) to a System of Systems (SOS) rather than having two discrete systems. It specifies that Hardware that deviates from the existing Building Automation System (BAS) is permitted as long as functional intent is met and that the use of an Open Protocol Building Automation System (BAS) controller is still required. It clarifies that the System of Systems (SOS) is a separate network for monitoring and control. The document also includes information on accounting, appropriations, and various codes and dates related to the amendment.
Amendment 0006.pdf
PDF210 KBMar 6, 2026
AI Summary
This government file details an amendment to a contract or order, focusing on administrative changes related to the modification of contract/order number and administrative changes set forth in Item 2. It also introduces a supplemental agreement entered into pursuant to authority of FAR 43.103 and other authorities detailed in the document. The amendment includes a description of the modification regarding the administrative changes to the contract/order, which are explicitly outlined in the provided text. The document also describes specific requirements for bidders related to hazardous materials abatement, landscaping/site restoration, temporary utilities, integrated commissioning, environmental compliance, and architectural matching. These requirements are to be included in a single item or equally distributed within Bid Item 0001, ensuring comprehensive coverage of all necessary activities.
Attachment C - Small Business Participation Commitment Document.pdf
PDF215 KBMar 6, 2026
AI Summary
The “Small Business Participation Commitment Document” outlines requirements for offerors, both small and large businesses, to propose small business participation in federal government acquisitions. Offerors must detail percentages and dollar values of work for small businesses and various socioeconomic categories, such as Small Disadvantaged Businesses (SDB), Woman-Owned Small Businesses (WOSB), and Service-Disabled Veteran-Owned Small Businesses (SDVOSB), relative to the Total Acquisition Value (TAV). The document also mandates enforceable commitments with small businesses, requiring specific details like solicitation number, business name and status, NAICS codes, and signatures. Furthermore, it specifies how offerors must demonstrate past compliance with FAR clauses 52.219-8 (Utilization of Small Business Concerns) for small businesses and 52.219-9 (Small Business Subcontracting Plan) for other than small businesses, using documentation such as CPARS, ISRs, SSRs, and compliance reviews from the past five years.
Solicitation W912WJ26RA003.pdf
PDF5787 KBMar 6, 2026
AI Summary
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.
Submission Requirements and Evaluation Criteria.pdf
PDF210 KBMar 6, 2026
AI Summary
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.
Site Security Requirements.pdf
PDF183 KBMar 6, 2026
AI Summary
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.
JA 01 - Power Filters (Redacted).pdf
PDF508 KBMar 6, 2026
AI Summary
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).
JA 02 - Disconnect Switches (Redacted).pdf
PDF927 KBMar 6, 2026
AI Summary
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.
JA 03 - Fire Alarm System (Redacted).pdf
PDF273 KBMar 6, 2026
AI Summary
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.
Amendment 0004.pdf
PDF2403 KBMar 6, 2026
AI Summary
Amendment 0004 to Solicitation W912WJ26RA003, effective February 9, 2026, removes the Project Labor Agreement (PLA) requirement and updates the Wage Determination. The solicitation previously mandated PLAs, but an exception has been granted. Key changes include modifications to the bidding schedule for Microgrid Power Generation, HEMP Shielding Improvements, Bypass Uninterruptible Power Supplies Systems, and Facility Security Improvements. Offerors must now obtain Level 2 Cybersecurity Maturity Model Certification (CMMC) prior to award. The amendment also details insurance requirements, general security guidelines for DoD components and other federal agencies, physical security and access control, training for sensitive information protection, and requirements for access to government information systems. Contractor performance evaluations (CPARS), weather delay procedures, and veterans employment information are also outlined. Specific FAR clauses related to PLAs have been deleted.
Amendment 0004 Submission Requirements and Evaluation.pdf
PDF3936 KBMar 6, 2026
AI Summary
This government solicitation seeks one contractor for a firm-fixed-price contract to construct a Power Generation Microgrid project at CCSFS. Proposals will be evaluated using a Tradeoff Process by a Source Selection Evaluation Board (SSEB), with non-price factors (Past Performance, Management Approach, Small Business Participation Commitment Document) significantly more important than Price. Submissions must be electronic via PIEE, adhere to strict naming conventions, and be submitted by the deadline. Proposals require three volumes: Volume I for Past Performance and Management Approach, Volume II for Small Business Participation, and Volume III for Price and pro forma information. Evaluation criteria include recent and relevant project experience, a comprehensive management plan, and a minimum 20% small business participation. The government intends to award without discussions and reserves the right to accept offers other than the lowest price.
Amendment 0005.pdf
PDF517 KBMar 6, 2026
AI Summary
Amendment 0005 to solicitation W912WJ26RA003, effective February 17, 2026, addresses contractor inquiries regarding a government project. This amendment provides crucial clarifications on technical specifications and operational requirements, without extending the offer receipt deadline. Key responses confirm that alternative MCS hardware is acceptable if functional intent is met, clarify that continuous supervision is not required for the entire 48-hour battery discharge and cooldown period, detail the function of PLCs in Motor Control Centers to integrate existing motor control signals, and emphasize the necessity for the BESS FACU to be fully addressable, programmable, and interconnected with the existing Building 2 FACU. All other terms and conditions of the original solicitation remain unchanged, ensuring consistency while clarifying specific technical aspects for potential contractors.
Amendment 0001.pdf
PDF431 KBMar 6, 2026
AI Summary
Amendment 0001 to Solicitation W912WJ26RA003, effective December 29, 2025, extends the offer receipt date and updates the proposal solicitation requirements. Issued by W2SD ENDIST NEW ENGLAND, this amendment primarily modifies Factor 1 submission requirements and clarifies that no PPE is needed for site visits. Offerors must acknowledge this amendment to avoid rejection of their proposals. The document also outlines procedures for amending submitted offers and details administrative changes. This ensures that all terms and conditions of the original solicitation remain in effect unless explicitly changed by this amendment.
Amendment 0001 - Submission Requirements and Evaluation Criteria.pdf
PDF208 KBMar 6, 2026
AI Summary
This government solicitation outlines the requirements for proposals for the Construction of a Power Generation Microgrid project at CCSFS. The award will be a firm fixed-price contract, based on a "best value" tradeoff process where non-price factors (Past Performance, Management Approach, and Small Business Participation Commitment Document) are significantly more important than Price. Proposals must be submitted electronically via PIEE, adhering to strict naming conventions, file size limitations, and deadlines. The document details specific submission requirements for three volumes: Volume I (Past Performance & Management Approach), Volume II (Small Business Participation Commitment Document), and Volume III (Price). It also provides comprehensive evaluation criteria for each factor, including relevancy and confidence ratings for past performance, adjectival ratings for technical and small business approaches, and price reasonableness. The government reserves the right to award without discussions and to consider proposals late if not received by the specified time.
Amendment 0002.pdf
PDF595 KBMar 6, 2026
AI Summary
Section 00 22 16, titled
Attachment A - Joint Venture Agreement.pdf
PDF78 KBMar 6, 2026
AI Summary
This document outlines the requirements for Joint Venture Agreements in response to government RFPs, specifically for small businesses under FAR Part 19. It mandates the submission of a fully executed agreement and detailed information covering business ownership, capital contribution, profit/loss distribution, and the management approach. The agreement must clearly define how the project will be conducted, who will control assets, and the decision-making responsibilities of each party. Key personnel responsible for legally binding the joint venture, managing finances, providing facilities, and overall control must be identified. This ensures compliance with FAR Part 19 and determines eligibility for contract awards, with additional requirements for identifying the employer of key personnel.
Attachment B - Past Performance Questionnaire.pdf
PDF163 KBMar 6, 2026
AI Summary
The NAVFAC/USACE Past Performance Questionnaire (Form stru-0) is a critical document used in government contracting for evaluating a contractor's past performance. It is divided into two main sections: Contractor Information (Blocks 1-4) and Client Information (Blocks 5-8). The contractor completes the first section, providing details such as firm name, CAGE code, address, DUNs number, contact information, role in the project (prime, sub, JV, or other), percentage of work performed, contract type, title, location, dates, and prices (original and final). A project description, including complexity and relevance to the submission, is also required. The client then completes the second section, providing their contact information, role in the project, completion date of the questionnaire, and signature. The questionnaire includes a detailed rating system with definitions for Exceptional, Very Good, Satisfactory, Marginal, and Unsatisfactory performance across various categories: Quality, Schedule/Timeliness, Customer Satisfaction, Management/Personnel/Labor, Cost/Financial Management, and Safety/Security. Clients are asked to circle the adjective rating that best reflects the contractor's performance in specific sub-categories and provide narrative remarks, including strengths, weaknesses, and deficiencies. The government reserves the right to verify all information. This form is essential for assessing risk and making informed decisions in federal contracting processes.
Amendment 0003.pdf
PDF698 KBMar 6, 2026
AI Summary
This document is an amendment to solicitation W912WJ26RA003, issued on February 3, 2026, by the US Army Corps of Engineers, New England District. The amendment addresses Requests for Information (RFIs), changes the Contract Specialist Point of Contact, and extends the RFI submission and proposal due dates. Key changes include modifying instructions for technical inquiries and questions, which must now be submitted via the "Bidder Inquiry" system in ProjNet by 1:00 PM ET on February 25, 2026. Specific instructions for initial and future access to ProjNet, including a Bidder Inquiry Key, are provided. All other terms and conditions of the original solicitation remain unchanged.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedOct 31, 2025
amendedAmendment #1Dec 18, 2025
amendedAmendment #2Jan 15, 2026
amendedAmendment #3· Description UpdatedJan 16, 2026
amendedAmendment #4Jan 20, 2026
amendedAmendment #5Feb 2, 2026
amendedAmendment #6Feb 10, 2026
amendedAmendment #7Feb 13, 2026
amendedAmendment #8Feb 13, 2026
amendedAmendment #9Feb 26, 2026
amendedAmendment #10Feb 27, 2026
amendedAmendment #11Mar 3, 2026
amendedAmendment #12Mar 4, 2026
amendedLatest AmendmentMar 6, 2026
deadlineResponse DeadlineMar 11, 2026
expiryArchive DateMar 6, 2027

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE ARMY
Office
W2SD ENDIST NEW ENGLAND

Point of Contact

Name
Tyler Maryak

Place of Performance

Bourne, Massachusetts, UNITED STATES

Official Sources