Pre-solicitation Notice for ERCIP - Ansbach Storck Barracks Microgrid
Presolicitation from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: Ansbach • Germany. Response deadline: Mar 05, 2026. Industry: NAICS 237130 • PSC Y1NZ.
Market snapshot
Awarded-market signal for NAICS 237130 (last 12 months), benchmarked to sector 23.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 237130
Description
USAG Ansbach Storck Barracks Microgrid
The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Request for Proposal (RFP) W912QR 26RA015 for the construction of a Microgrid at the USAG Ansbach Storck Barracks at Ansbach, Germany.
DESCRIPTION: The proposed project is a Design-Bid-Build new construction of a microgrid for the installation of Ansbach Storck Barracks, Germany. The project will Construct a resilient microgrid with diverse energy sources to include two diesel fuel generators with additional fuel storage, a battery energy storage system (BESS), and a solar photovoltaic (PV) to provide daily onsite renewable energy generation to offset incoming power from the local utility. Additionally, this project will also include, and a microgrid controller to control all energy generation assets and manage electrical loads. This project upgrades of the medium voltage switchgear at Storck Barrack that is required for microgrid operation and installation of solar PV power production, BESS, and generator power output. This microgrid system will connect and distribute power on a government-owned electrical distribution system within the fence line of the installation by connecting to the existing electrical distribution loop, thereby providing resilient power to 100% of the critical facilities at Storck Barracks. The solar PV system will include ground mount solar array(s), rooftop solar, and/or multiple semi-permanent carport/canopy type solar (PV) systems. These solar PV systems shall include all necessary mounting structures, solar panels, racking systems, inverters, transformers, controls, all necessary electrical and communication wiring, as well as any other minor equipment to allow proper functionality as part of a robust microgrid. This microgrid will have the ability to charge the BESS from utility power, the solar PV system, or the diesel fuel power generators. As part of the solar PV assemblies, lighting will be included with photocell controls to provide additional lighting in those areas. Due to the upcoming stationing actions at the installation along with the space limitations, any PV carport/canopy structures should be capable of being relocated, if necessary.
The Contract Duration is seven hundred thirty (730) 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 acquisition will be a Unrestricted Full and Open Procurement.
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 discussion should it be deemed in the Government's best interest.
CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be $25,000,000 - $100,000,000 in accordance with DFARS 236.204.
ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about March 06, 2026. Details regarding the Optional Site Visit will be included in the solicitation. Actual dates and times will be identified in the solicitation. 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 proposal due date 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, Kari Rogers at kari.a.rogers@usace.army.mil.
This announcement serves as the Advance Notice for this project. Responses to this synopsis are not required.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.