Solicitation Notice: ERCIP 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, is soliciting proposals for the Energy Resilience Conservation Investment Program (ERCIP) Rock Island Arsenal (RIA) Microgrid and Power project in Rock Island, IL. This Design-Bid-Build (DBB) construction project is anticipated to be between $25 million and $100 million, with an expectation towards the upper end of this range. The procurement is Full and Open with a HUBZone price evaluation preference. A mandatory CMMC Level 2 (Self) certification is required prior to award. Proposals are due June 4, 2026.
Scope of Work
The project involves the construction of a microgrid system at Rock Island Arsenal to provide sustained power and ensure uninterrupted support for the Advanced Manufacturing Center of Excellence. Key components include:
- Installation of 14 MW natural gas-fired Reciprocating Internal Combustion Engine (RICE) generators.
- Integration of 3 MW of solar photovoltaic (PV) panels.
- Deployment of a 400 kW/1.6 MWh Energy Storage System (ESS).
- Connection of the new microgrid switchgear to Substation A and relocation of hydroplant feeders.
- Construction of a supporting facility and full commissioning of the microgrid system.
Contract & Timeline
- Contract Type: Firm-Fixed-Price (FFP).
- Period of Performance: 902 calendar days after Notice to Proceed.
- NAICS Code: 237130 (Power and Communication Line and Related Structures Construction), size standard $45,000,000.
- Set-Aside: Full and Open with HUBZone price evaluation preference.
- Proposal Due: June 4, 2026, 01:00 PM local time.
- Published: April 20, 2026.
- Site Visit: Scheduled for May 6, 2026, at 11:30 AM CDT. Refer to Section 00 21 00 for instructions.
Evaluation
Award will be based on a Best Value Trade-Off process, where non-price factors are considered approximately equal to price. Evaluation factors include:
- Factor I: Past Performance
- Factor II: Management Plan
- Factor III: Small Business Participation Plan
- Volume II: Price and Business Information
Key Requirements & Access
- Restricted Documents: The full solicitation package, including drawings and specifications, contains Controlled Unclassified Information (CUI) and/or Federal Contract Information (FCI). Access requires an active SAM Registration and a current BASIC confidence level in SPRS (Supplier Performance Risk System).
- Access Procedure: Email Jacob Pridemore (jacob.s.pridemore@usace.army.mil) and Bjorn Hale (bjorn.t.hale@usace.army.mil) with your company's CAGE Code and UEI, confirming BASIC SPRS confidence. Access will be granted via the PIEE Solicitation Module upon verification.
- CMMC Requirement: This solicitation requires CMMC Level 2 (Self) prior to award. Offerors must possess the required CMMC status posted in SPRS to be eligible for award.
- Bidder Inquiries: Submit questions via ProjNet as per solicitation instructions.
- Funding: Funds are not presently available; award is contingent upon appropriated funds.