Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 21, 2026 SAM #8853
SOLICITATION NOTICE

Y -- Pre-Solicitation Notice: ERCIP Lake City Army Ammunition Plant Microgrid and Combined Heat and Power

Notice Date
2/19/2026 1:16:41 PM
 
Notice Type
Presolicitation
 
NAICS
237130 — Power and Communication Line and Related Structures Construction
 
Contracting Office
W072 ENDIST LOUISVILLE LOUISVILLE KY 40202-2230 USA
 
ZIP Code
40202-2230
 
Solicitation Number
W912QR26RA036
 
Response Due
3/10/2026 10:00:00 AM
 
Archive Date
03/25/2026
 
Point of Contact
Alexa Dukes
 
E-Mail Address
alexa.l.dukes@usace.army.mil
(alexa.l.dukes@usace.army.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Request for Proposal (RFP) W912QR26RA036 for the construction of the ERCIP Lake City Army Ammunition Plant Microgrid and Combined Heat and Power. Description: The proposed project is a Design-Bid-Build construction of a microgrid system powered by two 7.5 MW combined heat and power (CHP) combustion turbines with dual-fuel capable natural gas and propane fuel systems that make a 15 MW CHP power/heat production plant. The CHP will include heat recovery steam generators (HRSGs) and supplemental exhaust duct firing along with a black start diesel generator. The project will include all electrical distribution equipment and underground duct bank needed to connect to the existing electrical infrastructure. Microgrid controls will be installed to manage various modes of operation to include parallel mode with existing utility, island mode, and black start mode. The microgrid control system will be state of the art and will be integrated with two existing substations at four points of common coupling for seamless operation and load shed capability with the ability to island during a utility grid outage and leverage load shedding to balance microgrid supply and demand during islanded operation, and resynchronization with the grid upon grid restoration. The project will install all piping and equipment needed to connect the CHP to the installation�s existing natural gas, steam, condensate, and water infrastructure and operate in tandem with the installation�s existing central heating plant. The microgrid will have industrial grade controls with a new control room located in the central heating plant. Environmental controls will be through the use of low NOx turbines and duct burners. The project also includes backup propane fuel storage/supply system, site improvements, demolition, full air permitting, communications, cybersecurity, and full commissioning. The Contract Duration is one thousand fourteen (1014) calendar days from Notice to Proceed. TYPE OF CONTRACT AND NAICS: This RFP will be for one (1) Firm-Fixed-Price (FFP) contract. The North American Industrial Classification System Code (NAICS) for this effort is 237130. TYPE OF SET-ASIDE: This is will be a Unrestricted Full and Open procurement with hubzone price evaluation preference. SELECTION PROCESS: This is a single phase, Design/Bid/Build procurement. The proposals will be evaluated using a Best Value Trade Off source selection process. The technical information contained in the Offeror's proposal will be reviewed, evaluated, and rated by the Government. The proposal for this procurement, at a minimum, will consist of the following: Volume I - Factor I � Past Performance, Factor II � Management Approach. Volume II � Factor I � Price and Pro Forma Information. All evaluation factors, other than price, when combined, are considered approximately equal to cost or price. DISCUSSIONS: The Government intends to award without discussions but reserves the right to conduct discussions should it be deemed in the Government's best interest. CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be between $25 million and $100 million in accordance with DFARS 236.204. The magnitude of this project is expected to be at the upper end of this range. ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 10 March 2026. Additional details can be found in the solicitation when it is posted to SAM.gov SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at Federal Business Opportunities website, SAM.gov. Paper copies of the solicitation will not be issued. Telephone and Fax requests for this solicitation will not be honored. Project files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. To download the solicitation for this project, contractors are required to register at System for Award Management (SAM) website at SAM.gov. Amendments, if/when issued, will be posted to the above referenced website for electronic downloading. This will be the only method of distributing amendments prior to closing; therefore, it is the Offerors responsibility to check the website periodically for any amendments to the solicitation. REGISTRATIONS: Offerors shall have and shall maintain an active registration in the following database: System for Award Management (SAM): Offerors shall have and shall maintain an active registration in the SAM database at http://www.sam.gov to be eligible for a Government contract award. If the Offeror is a Joint Venture (JV), the JV entity shall have valid SAM registration in the SAM database representing the JV as one business/firm/entity. If at the time of award an Offeror is not actively and successfully registered in the SAM database, the Government reserves the right to award to the next prospective Offeror. Cybersecurity Maturity Module Certification (CMMC): The Offeror shall have a current CMMC status at the following CMMC level, or higher: Level 2 (Self) for all information systems used in performance of the contract that process, store, or transmit FCI or CUI. See DFARS 252.204-7021. Offerors will need to be registered in the Procurement Integrated Enterprise Environment (PIEE) at: https://piee.eb.mil. Then Navigate to the Supplier Performance Risk System (SPRS) to register for CMMC. POINT-OF-CONTACT: The point-of-contact for this procurement is Contract Specialist Alexa Dukes at alexa.l.dukes@usace.army.mil. This announcement serves as the Advance Notice for this project. Responses to this synopsis are not required.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/9fcc6a3d59e64b41860cf047c2b0612e/view)
 
Place of Performance
Address: Independence, MO, USA
Country: USA
 
Record
SN07720648-F 20260221/260219230042 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.