SOURCES SOUGHT
Y -- ERCIP Lake City Army Ammunition Plant Microgrid and Backup Power
- Notice Date
- 12/18/2025 11:35:26 AM
- Notice Type
- Sources Sought
- 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
- W912QR-26-ERCIPLakeCityAAP
- Response Due
- 1/6/2026 10:00:00 AM
- Archive Date
- 01/21/2026
- Point of Contact
- Alexa Dukes
- E-Mail Address
-
alexa.l.dukes@usace.army.mil
(alexa.l.dukes@usace.army.mil)
- Description
- Market Survey Questionnaire A market survey is being conducted to determine if there are a reasonable number of interested small business concerns to set this future project aside for them. If your firm is a Small Business, certified HUBZone, 8A, Woman-Owned Small Business or Service-Disabled Veteran Owned Small Business, and you are interested in this project please respond appropriately. Project Title: Lake City Army Ammunition Plant Microgrid and Backup Power Project Location: Lake City Army Ammo Plant, Missouri Project NAICS Code: 237130 Response Date: 6 January 2025 Short Project Description: Design-Bid-Build (D-B-B) 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 include both electricity microgrid features and simultaneous heat production and steam distribution features. The project will also include installation of two 500-gallon waste water/oil underground storage tanks with double wall interstitial leak monitoring and overfill alarms. The project will involve installing 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 site improvements, demolition, full air permitting, communications, and full commissioning. All systems will be designed in in accordance with UFC 4-010-06, Cyber Security of Facility-Related Control Systems, and UFGS 25 05 11, Cybersecurity for Facility-Related Control Systems. This project involves the use of Software Defined Networking (SDN). The use of SDN capable industrial grade equipment throughout the control system will provide a deny by default security posture and will fulfill most if not all network related security controls. Type of Action: D-B-B Estimated Performance Period: 1014 days Estimated Cost: The estimated price range is between $25,000,000 and $100,000,000. Please note that the Government expects this project to be on the upper end of that price range. Responses should include: Identification and verification of the company�s small business status. Contractor�s Unique Entity Identifier Number and CAGE Code(s). Documentation from the firm�s bonding company showing current single and aggregate performance and payment bond limits. Descriptions of Experience: Interested construction firms must provide no more than three (3) example projects that have either been completed in the past five (5) years or are substantially complete, defined as being greater than 95 percent complete, where the interested firm served as the prime contractor. Example projects should demonstrate similarity in scope and size to the requirements outlined. Projects similar in scope (in descending order of importance) shall demonstrate the majority, but not all, of the following elements below. Each project must include the name, title, project role, e-mail address, and telephone number of at least one reference. References may be used to verify project size, scope, dollar value, percentages, and quality of performance. Each feature listed under ""Projects similar in scope"" directly corresponds to the similarly numbered feature listed under ""Projects similar in size."" For example, Scope Feature #1 corresponds to Size Feature #1, Scope Feature #2 corresponds to Size Feature #2, and so forth. Projects similar in scope (in descending order of importance): Construction of Combined Heat and Power (CHP) Turbines with one or more Heat Recovery Steam Generators (HRSG). Construction of a new microgrid control system. Master systems integrator experience in testing, troubleshooting, controlling, and commissioning complex Microgrid systems. Experience with one or more natural gas compressors and/or a system of propane tanks and vaporizers. Steam generation, steam distribution, and condensate return piping systems on an installation-wide scale using heat recovery steam generators (HRSGs) or boilers. Experience with fiber optic-based SCADA communication systems. Site Improvement experience to include installation of site underground electric utility lines, site natural gas utility lines, above ground steam lines, and structural support for pipe bridges and large outdoor equipment. Projects similar in size: Combined Heat and Power (CHP) Turbines with HRSGs with a capacity of at least 5 MW of electrical power and one or more HRSGs totaling at least 30,000 lbs/hr of minimum 100 PSIG steam. Microgrid projects that include a new microgrid control system programmed to operate in multiple modes to include utility paralleling, islanding, and black start; power generation controlled by the new microgrid control system; new medium-voltage paralleling switchgear controlled by the new microgrid control system; and the ability to perform load shedding. Microgrid projects that include a new microgrid control system programmed to operate in multiple modes to include utility paralleling, islanding, and black start; power generation controlled by the new microgrid control system; new medium-voltage paralleling switchgear controlled by the new microgrid control system; and the ability to perform load shedding. One or more natural gas compressors with a combined capacity of at least 300,000 MMBTU at a minimum output pressure of 300 psig and/or a system of propane tanks and vaporizers with a combined capacity of at least 300,000 MMBTU at a minimum output pressure of 300 psig. Steam generation, steam distribution, and condensate return piping systems on an installation-wide scale, above 50,000 lbs./hr of minimum 100 PSIG steam. Fiber optic-based SCADA communication systems with at least 5,000 linear feet of new fiber optic cabling (measured as the length of new fiber optic cables installed and not as the length of individual fiber optic stands installed). Construction of a minimum of 3,000 linear feet of minimum 4� diameter, new natural gas utility distribution lines and/or a minimum of 200 linear feet of minimum 6� diameter above ground steam lines. For each project submitted, include: Current percentage of construction complete and the date when it was or will be completed. Scope of the project. Size of the project. The dollar value of the construction contract and whether it was design/bid/build or design-build. The total percentage of work that was self-performed and a breakout of what portion was project and/or construction management services and what portion was physical construction type work. The number of subcontractors utilized by construction trade. Please also answer these questions regarding Cybersecurity Maturity Model Certification (CMMC): Do you possess a CMMC and at what level (1, 2, or 3); If not, when do you expect to obtain CMMC and at what level (1, 2, or 3); and Do you project any changes to your CMMC status in the year following issuance of this market survey? Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting; they must perform at least 15% of the cost of the contract, not including the cost of materials, with the firm�s own employees for general construction-type procurement. Include the percentage of work that will be self-performed on this project, and how it will be accomplished. Submission Requirement: The only authorized transmission method of responses is via filling out the survey form. No other transmission method will be accepted. Please limit your capability statement to the space provided within the form. The Market Survey Form can be accessed at https://forms.osi.apps.mil/r/Y9bKLfYuuw This is NOT a Request for Proposal and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately for responses to this market survey. NOTICE: The following information is provided for situational awareness and is not required to respond to this Sources Sought. All contractors must be registered in the System for Award Management (www.SAM.gov) prior to award of a contract. All proposed contractors are highly encouraged to review FAR Clause 52.232-33 Payments by Electronic Funds Transfer � System for Award Management, which indicates �All payments by the Government under this contract shall be made by electronic funds transfer (EFT).� Those not currently registered can obtain registration by going to the website http://www.SAM.gov. The process can usually be completed from 24 to 48 hours after submission. Contractors will need to obtain a Unique Entity Identifier for processing their registration. If you do not already have a Unique Entity Identifier, one can be obtained from http://www.SAM.gov. Please begin the registration process immediately in order to avoid delay of the contract award should your firm be selected.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/10361752d7614a55af4a72e0fe61f14c/view)
- Place of Performance
- Address: Independence, MO, USA
- Country: USA
- Country: USA
- Record
- SN07670669-F 20251220/251218230044 (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 |