- Gap review, remediation roadmap, and implementation support
- Policy package, evidence mapping, and submission prep
- Designed for primes and subs across non-tech and tech work
Presolicitation Notice: ERCIP Lake City Army Ammunition Plant Microgrid and Combined Heat and Power
Presolicitation from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: MO. Response deadline: Mar 13, 2026. Industry: NAICS 237130 • PSC Y1NZ.
CMMC support options for this DoD solicitation
As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.
- Structured checklist, AI guidance, and progress tracking
- Build evidence and controls with clearer next-step workflows
- Ideal for teams that want speed plus affordability
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
****ATTENTION: This is an updated Presolicitation Notice which corrects the solicitation number and expected solicitation release date from the previous posting for the Lake City Army Ammuntion Plant Microgrid and Combined Heat and Power project.****
The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Request for Proposal (RFP) W912QR26RA041 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 – Technical 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 13 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.
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.