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 Request for Proposal (RFP) for the Construction of a Microgrid at Rock Island Arsenal, IL. This project aims to establish a resilient power system for the entire installation. The anticipated solicitation release date is April 10, 2026. This will be an Unrestricted Procurement with an estimated magnitude of $25,000,000 - $100,000,000.
Scope of Work
The project involves constructing a microgrid system powered by:
- 14 Megawatts (MW) of natural gas-fired (NG) Reciprocating Internal Combustion Engine (RICE) generators.
- 3 MW of solar photovoltaic (PV) panels.
- A 400-kilowatt (kW)/1.6 Megawatt-hour (MWh) Energy Storage System (ESS).
This system will integrate with the existing 2.8 MW hydroelectric power plant. Its primary function is to provide sustained power to the entire Rock Island Arsenal (RIA) electrical distribution system when islanded from the grid, supporting approximately 12 MW of critical load and 4 MW of non-critical load. The microgrid will operate as a stand-alone, autonomous electrical power system with data link capabilities. Supporting facilities include site development, utilities, lighting, paving, building information systems, fire detection, and security systems. Sustainable principles will be integrated into the design and construction.
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
- Solicitation Number: W912QR26RA044
- Anticipated Solicitation Release: On or about April 10, 2026
- Project Labor Agreement (PLA): This project will include a PLA requirement.
Evaluation & Requirements
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. Offerors must have and maintain an active registration in SAM.gov and possess a current Cybersecurity Maturity Model Certification (CMMC) Level 2 (Self) or higher. Registration in the Procurement Integrated Enterprise Environment (PIEE) and Supplier Performance Risk System (SPRS) is required for CMMC.
Additional Notes
Details regarding an optional site visit will be included in the solicitation. The official solicitation will be available free of charge on SAM.gov. Amendments will also be posted to SAM.gov, and offerors are responsible for checking the website periodically. The point of contact for this procurement is Jacob Pridemore at jacob.s.pridemore@usace.army.mil.