Pre-Solicitation Notice: ERCIP Lake City Army Ammunition Plant Microgrid and Combined Heat and Power
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 ERCIP Lake City Army Ammunition Plant Microgrid and Combined Heat and Power project in Independence, MO. This Design-Bid-Build project involves constructing a 15 MW microgrid system. This is an Unrestricted Full and Open procurement with hubzone price evaluation preference. The solicitation is anticipated to be released on or about March 10, 2026.
Scope of Work
This project entails the Design-Bid-Build construction of a microgrid system. Key components include two 7.5 MW combined heat and power (CHP) combustion turbines (15 MW total) with dual-fuel capability (natural gas and propane), heat recovery steam generators (HRSGs), and a black start diesel generator. The scope also covers all electrical distribution equipment, underground duct bank, and state-of-the-art microgrid controls for parallel, island, and black start modes. The system will integrate with existing substations and infrastructure, including natural gas, steam, condensate, and water, operating in tandem with the existing central heating plant. Additional elements include industrial-grade controls with a new control room, low NOx environmental controls, backup propane storage, site improvements, demolition, full air permitting, communications, cybersecurity, and comprehensive commissioning.
Contract & Timeline
- Type: Firm-Fixed-Price (FFP)
- NAICS: 237130
- Set-Aside: Unrestricted Full and Open procurement with hubzone price evaluation preference
- Magnitude: Between $25 million and $100 million (expected at the upper end)
- Contract Duration: 1014 calendar days from Notice to Proceed
- Anticipated Solicitation Release: On or about March 10, 2026
- Published: February 19, 2026 (Pre-solicitation notice)
Evaluation
This is a single-phase, Design/Bid/Build procurement utilizing a Best Value Trade Off source selection process. Proposals will be evaluated based on:
- Volume I: Factor I – Past Performance, Factor II – Management Approach
- Volume II: Factor I – Price and Pro Forma Information All non-price evaluation factors, when combined, are considered approximately equal to cost or price. The Government intends to award without discussions but reserves the right to conduct them.
Additional Notes
Offerors must maintain active registration in SAM.gov and possess a current Cybersecurity Maturity Model Certification (CMMC) Level 2 (Self) or higher for all information systems used in contract performance (DFARS 252.204-7021). Registration in PIEE/SPRS is required for CMMC. The official solicitation will be posted on SAM.gov. Point of Contact: Alexa Dukes, alexa.l.dukes@usace.army.mil. Responses to this pre-solicitation synopsis are not required.