Presolicitation 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 is a Design-Bid-Build construction of a 15 MW combined heat and power (CHP) microgrid system. The procurement will be a Firm-Fixed-Price (FFP) contract, designated as Unrestricted Full and Open with a HUBZone price evaluation preference. The solicitation is anticipated to be released on or about March 13, 2026.
Scope of Work
The project involves the Design-Bid-Build construction of a microgrid system powered by two 7.5 MW dual-fuel (natural gas and propane) CHP combustion turbines, totaling 15 MW. Key components include heat recovery steam generators (HRSGs), supplemental exhaust duct firing, and a black start diesel generator. The scope also covers all necessary electrical distribution equipment, underground duct banks, and state-of-the-art microgrid controls for parallel, island, and black start modes. The system will integrate with existing substations and infrastructure for seamless operation, load shedding, and grid resynchronization. Additionally, the project includes piping and equipment to connect the CHP to existing natural gas, steam, condensate, and water infrastructure, a new control room, environmental controls (low NOx), backup propane storage, site improvements, demolition, full air permitting, communications, cybersecurity, and comprehensive commissioning. The contract duration is 1014 calendar days from Notice to Proceed.
Contract & Timeline
- Type: Firm-Fixed-Price (FFP) contract
- NAICS: 237130 (Construction Of Other Utilities)
- Set-Aside: Unrestricted Full and Open with HUBZone price evaluation preference
- Construction Magnitude: Anticipated between $25 million and $100 million (expected at the upper end)
- Anticipated Solicitation Release: On or about March 13, 2026
- Published Date: February 26, 2026
Evaluation & Selection
This will be 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 – Technical Approach) and 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.
Key Requirements & Registrations
Offerors must maintain an active registration in the System for Award Management (SAM) at SAM.gov. Joint Ventures must also have a valid SAM registration. Additionally, Offerors must possess a Cybersecurity Maturity Model Certification (CMMC) Level 2 (Self) or higher for all information systems used in contract performance, as per DFARS 252.204-7021. Registration in the Procurement Integrated Enterprise Environment (PIEE) and Supplier Performance Risk System (SPRS) is required for CMMC.
Point of Contact
Contract Specialist Alexa Dukes at alexa.l.dukes@usace.army.mil.