SOLICITATION NOTICE
Y -- Pre-Solicitation Notice: Microgrid and Power Generation Infrastructure at White Sands Missile Range (WSMR) - Las Cruces, New Mexico
- Notice Date
- 3/9/2026 6:00:53 AM
- 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
- W912QR26RA042
- Response Due
- 3/17/2026 11:00:00 AM
- Archive Date
- 04/01/2026
- Point of Contact
- CHARITY MANSFIELD, Phone: 5023156925
- E-Mail Address
-
charity.a.mansfield@usace.army.mil
(charity.a.mansfield@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Request for Proposal (RFP) W912QR26RA042 for the construction of a Microgrid and Power Generation Infrastructure at White Sands Missile Range, New Mexico. The project will construct a secure integrated feeder level microgrid including a smart grid control system, 600 kW carport mounted PV solar array, propane generators with a total of 670 kW of capacity, and a 500kW/2000kWh BESS. The carport mounted 600kW solar PV array will be in the center of the cantonment area in an existing parking area. The PV carport solar array will require new electrical distribution lines and a fiber connection to the microgrid. An existing fence at the proposed location of the microgrid equipment will be extended. The PV carport solar system and BESS will include solar panels, racking system, inverters, distribution lines, transformers, controls and communication, AC/DC wiring with conduit, wind breakers/deflectors as necessary and security measures. The PV carport solar array shall have exterior lighting attached so that the parking area is illuminated at night. Also, the project will allow for future installation of electric vehicle (EV) charging stations near the solar carport. The project will also require replacement of the Reverse Osmosis (RO) line starter control panels with reduced voltage soft starters (RVSS). The Contract Duration is four hundred ninety-six (496) calendar days from Contract Notice to Proceed. TYPE OF CONTRACT AND NAICS: This RFP will be for one (1) SINGLE PHASE BEST VALUE (Single Phase BV SSEB) contract. The North American Industrial Classification System Code (NAICS) for this effort is 237130. TYPE OF SET-ASIDE: This is small business set aside. SELECTION PROCESS: Trade off analysis by selection authority to compare the relative advantages and disadvantages of technical proposals and selection of the proposal providing the best value to the Government. DISCUSSIONS: The Government intends to award without discussion 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 between $25 million and $100 million in accordance with DFARS 236.204. ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 30 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 the Contracting 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 the Federal Business Opportunities 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 Charity Mansfield at charity.a.mansfield@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/dae2a1bc0bcc48e5b82d66291237d587/view)
- Place of Performance
- Address: Las Cruces, NM, USA
- Country: USA
- Country: USA
- Record
- SN07738315-F 20260311/260309230040 (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 |