Pre-Solicitation Notice - Construction of Rock Island Arsenal Microgrid
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Firm-Fixed-Price (FFP) contract for the Construction of a Microgrid at Rock Island Arsenal, IL. This project, valued between $25,000,000 and $100,000,000, is an Unrestricted Procurement and will include a Project Labor Agreement (PLA) requirement. The solicitation (W912QR26RA044) is anticipated to be released on or about April 10, 2026.
Scope of Work
This project involves constructing a microgrid system at Rock Island Arsenal (RIA) with a total capacity of 14 Megawatts (MW) from natural gas-fired Reciprocating Internal Combustion Engine (RICE) generators, 3 MW of solar photovoltaic (PV) panels, and a 400-kilowatt (kW)/1.6 Megawatt-hour (MWh) Energy Storage System (ESS). The system will integrate with the existing 2.8 MW hydroelectric power plant. Its primary function is to provide sustained power to the entire RIA electrical distribution system during grid outages, ensuring uninterrupted support for RIA’s Advanced Manufacturing Center of Excellence. The microgrid will include automated isolating switchgear, paralleling switchgear, and necessary controls, designed to support approximately 12 MW of critical load and 4 MW of non-critical load. Supporting facilities will encompass site development, utilities, lighting, paving, parking, walkways, storm drainage, landscaping, signage, building information systems, fire detection, fire hydrants, and security systems. Sustainable principles and life-cycle cost-effective practices will be integrated.
Contract & Timeline
- Contract Type: Firm-Fixed-Price (FFP)
- NAICS Code: 237130 (Construction Of Other Utilities)
- Set-Aside: Unrestricted Procurement
- Construction Magnitude: $25,000,000 - $100,000,000
- Contract Duration: 902 calendar days from Notice to Proceed
- Anticipated Solicitation Release: On or about April 10, 2026
- Published Date: March 24, 2026 (Pre-Solicitation Notice)
Evaluation
This is a single phase, Design/Bid/Build procurement. Proposals will be evaluated using a Best Value Trade Off source selection process. The Government intends to award without discussions but reserves the right to conduct them if deemed in its best interest.
Requirements & Notes
- Project Labor Agreement (PLA): A PLA requirement will be included in the solicitation.
- Solicitation Number: W912QR26RA044.
- Registrations: Offerors must have and maintain active registration in SAM.gov. Joint Ventures must also be registered.
- Cybersecurity Maturity Model Certification (CMMC): Offerors must have a current CMMC Level 2 (Self) status for all information systems used in contract performance that process, store, or transmit FCI or CUI (DFARS 252.204-7021). Registration in PIEE/SPRS is required for CMMC.
- Site Visit: Details for an optional site visit will be included in the solicitation.
- Contact: Jacob Pridemore, Contract Specialist, jacob.s.pridemore@usace.army.mil.