Pre-Solicitation Notice - Construction of Rock Island 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, with an anticipated magnitude of $25,000,000 - $100,000,000, will establish a robust, autonomous power system to ensure uninterrupted support for RIA’s Advanced Manufacturing Center of Excellence. This is an Unrestricted Procurement.
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, and a 400-kilowatt (kW)/1.6 Megawatt-hour (MWh) Energy Storage System (ESS). This new system will integrate with the existing 2.8 MW hydroelectric power plant. The microgrid is designed to provide sustained power to the entire RIA electrical distribution system, supporting approximately 12 MW of critical load and 4 MW of non-critical load, especially during grid outages. It will include automated isolating switchgear, paralleling switchgear, and necessary controls, operating as a stand-alone system with data link capabilities. Supporting facilities such as site development, utilities, lighting, paving, and security systems will also be included. Sustainable principles and compliance with Army Sustainable Design and Development Policy will be integrated.
Contract & Timeline
- Type: Firm-Fixed-Price (FFP) contract
- NAICS: 237130 (Construction Of Other Utilities)
- Set-Aside: Unrestricted Procurement
- Magnitude: $25,000,000 - $100,000,000
- Contract Duration: 902 calendar days from Notice to Proceed
- Anticipated Solicitation Release: On or about March 24, 2026
- Registrations Required: Active SAM registration, CMMC Level 2 (Self) certification (via PIEE/SPRS).
Evaluation
This is a single phase, Design/Bid/Build procurement. Proposals will be evaluated using a Best Value Trade Off source selection process, with technical information reviewed and rated by the Government. The Government intends to award without discussions but reserves the right to conduct them.
Additional Notes
Details regarding an optional site visit will be included in the solicitation. The official solicitation and any amendments will be posted on SAM.gov. Offerors are responsible for checking the website periodically for updates. Point of Contact: Jacob Pridemore at jacob.s.pridemore@usace.army.mil.