Skip to content
Department of Defense

Fort Buchanan Microgrid

Solicitation: W912QR-26-R-A050
Notice ID: c260ca78ebc04d77973375c7c13d7f37

Presolicitation from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: PR. Industry: NAICS 237130 • PSC Y1NZ.

Market snapshot

Awarded-market signal for NAICS 237130 (last 12 months), benchmarked to sector 23.

12-month awarded value
$43,293,198
Sector total $33,072,247,130 • Share 0.1%
Live
Median
$864,300
P10–P90
$184,626$3,792,851
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.1%
share
Momentum (last 3 vs prior 3 buckets)
+100%($43,293,198)
Deal sizing
$864,300 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Live POP
Place of performance
San Juan, Puerto Rico • United States
State: PR
Contracting office
Louisville, KY • 40202-2230 USA

Point of Contact

Name
Henry Caldera
Email
henry.c.caldera@usace.army.mil
Phone
5023156791

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE ARMY
Subagency
US ARMY CORPS OF ENGINEERS
Office
ENGINEER DIVISION GREAT LAKES AND OHIO • ENDIST LOUISVILLE • W072 ENDIST LOUISVILLE
Contracting Office Address
Louisville, KY
40202-2230 USA

More in NAICS 237130

Description

Fort Buchanan Microgrid

The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Request for Proposal (RFP) W912QR26RA050 for the construction of a Microgrid at the Fort Buchanan Army Installation, in San Juan, Puerto Rico.

DESCRIPTION: This is a Design-Bid-Build Construction project to provide an installation-level microgrid at Fort Buchanan consisting of approximately 8 MW of new diesel generators and 4 MWh battery energy storage system (BESS), as an option. In addition, the project will install a microgrid control system including, but not limited to, paralleling switchgear, transformers, transfer switches, circuit breakers, protective relaying and fiber optic communication connections. The project will install twelve 12,000-gallon above-ground, ballistic-resistant, diesel fuel tanks with a fuel polishing system to sustain critical operations continuously for 14 days. The microgrid will include integration of existing large-scale onsite generation (4.65 MW from solar photovoltaic (PV) array and two 275 kW wind turbines). The project also includes site work, start-up commissioning, interconnection agreement, assessment & authorization and all associated costs.

The microgrid system will support energy resiliency by providing on-site energy generation, this includes the installation of diesel generators, microgrid control system, electrical interconnection switchgear, interconnection circuit wirings, and modification to the existing electrical distribution system as necessary to establish the Fort Buchanan microgrid network. The net metering and interconnection agreements will require approval by the utility provider, LUMA.

The Contract Duration is one thousand one hundred forty-one (1,141) calendar days from Notice to Proceed.

TYPE OF CONTRACT AND NAICS: This RFP will be for one (1) Firm-Fixed-Price (FFP) contract. The North American Industrial Classification System Code (NAICS) for this effort is 237130. Size Limitation is $45,000,000.00

TYPE OF SET-ASIDE: This acquisition will be a General Small Business SET-ASIDE procurement.


SELECTION PROCESS: This is a single phase, Design/Bid/Build procurement.  The proposals will be evaluated using a Best Value Trade Off source selection process. The technical information contained in the Offeror's proposal will be reviewed, evaluated, and rated by the Government.  The proposal for this procurement, at a minimum, will consist of the following: Volume I - Factor I – Past Performance, Factor II – Technical Approach with Element I Management Plan and Element II Schedule Narrative. All evaluation factors, other than price, when combined, are considered approximately equal to cost or price. 

DISCUSSIONS: The Government intends to award without discussions but reserves the right to conduct discussion should it be deemed in the Government's best interest.

CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be more than $10,000,000 in accordance with FAR 36.204. 

ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about February 10, 2026.  Details regarding the Optional Site Visit will be included in the solicitation.  Actual dates and times will be identified in the solicitation. Additional details can be found in the solicitation when it is posted to https://sam.gov/.

SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at Contract Opportunities website, https://sam.gov/

 Paper copies of the solicitation will not be issued. Telephone and Fax requests for this solicitation will not be honored.  Project files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader.  To download the solicitation for this project, contractors are required to register at System for Award Management (SAM) website at https://sam.gov/.  Amendments, if/when issued, will be posted to the above referenced website for electronic downloading. This will be the only method of distributing amendments prior to closing; therefore, it is the Offerors responsibility to check the website periodically for any amendments to the solicitation.

REGISTRATIONS: Offerors shall have and shall maintain an active registration in the following database: System for Award Management (SAM): Offerors shall have and shall maintain an active registration in the SAM database at http://www.sam.gov to be eligible for a Government contract award. If the Offeror is a Joint Venture (JV), the JV entity shall have valid SAM registration in the SAM database representing the JV as one business/firm/entity. If at the time of award an Offeror is not actively and successfully registered in the SAM database, the Government reserves the right to award to the next prospective Offeror.

POINT-OF-CONTACT: The point-of-contact for this procurement is Contract Specialist, SFC Henry Caldera at henry.c.caldera@usace.army.mil.

This announcement serves as the Advance Notice for this project.  Responses to this synopsis are not required. 

Files

Files size/type shown when available.

No downloadable attachments detected for this notice.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.