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.