Pre-Solicitation Notice - Construction of Rock Island Arsenal Microgrid

SOL #: W912QR_26_Pre-Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W072 ENDIST LOUISVILLE
LOUISVILLE, KY, 40202-2230, United States

Place of Performance

Rock Island, IL

NAICS

Power and Communication Line and Related Structures Construction (237130)

PSC

Construction Of Other Utilities (Y1NZ)

Set Aside

No set aside specified

Timeline

1
Posted
Mar 9, 2026
2
Last Updated
Mar 12, 2026
3
Response Deadline
Mar 24, 2025, 8:00 PM

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 ensure sustained power to the entire installation, supporting its Advanced Manufacturing Center of Excellence. A Project Labor Agreement (PLA) will be required.

Scope of Work

The project involves constructing a microgrid system comprising:

  • 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).
  • Integration with the existing 2.8 MW hydroelectric power plant.
  • Automated isolating and paralleling switchgear, controls, and supporting facilities (site development, utilities, lighting, paving, storm drainage, landscaping, signage).
  • Building information systems, fire detection, fire hydrants, and security protection/alarm systems. The system will support approximately 12 MW of critical load and 4 MW of non-critical load, operating autonomously when islanded from the grid. Sustainable principles will be integrated into the design and construction.

Contract & Timeline

  • Type: Firm-Fixed-Price (FFP) contract.
  • NAICS: 237130.
  • 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 March 24, 2026.
  • Solicitation Number: W912QR26RA044.

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 active registration in SAM.gov and possess a 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 also required for CMMC.

Additional Notes

The official solicitation, when posted, will be available electronically on SAM.gov. An optional site visit will be detailed in the solicitation. Point of Contact: Jacob Pridemore at jacob.s.pridemore@usace.army.mil.

People

Points of Contact

Files

Files

No files attached to this opportunity

Versions

Version 2Viewing
Pre-Solicitation
Posted: Mar 12, 2026
Version 1
Pre-Solicitation
Posted: Mar 9, 2026
View