Project Number: 95170, Construct a 10MW Generation Plant, with Microgrid Controls at Fort Stewart, GA. The U.S. Army Corps of Engineers (USACE) Savannah District has issued an Invitation for Bid (IFB) W912HN25BA006 for Project No.: 95170, Construct a 10MW Generation Plant, with Microgrid Controls at Fort Stewart, Georgia.Note: The Synopsis for this solicitation was originally posted on 27 February 2025 under Notice ID W912HN25B3000, which was updated on 3 March 2025 and again on 10 March 2025 notifying industry of the updated Solicitation Number from W912HN25B3000 to W912HN25BA006. As noted in the synopsis Savannah District is in the process of transitioning to a new contract writing system in which this requirement was identified to be issued via that system.Type of Contract and NAICS: This Acquisition is solicited using FAR Part 14, Sealed Bid Procedures for one (1) Firm-Fixed-Price (FFP) C-Type Standalone contract. The North American Industry Classification System (NAICS) code is 237130 ? Power and Communications Line and Related Structures Construction, with size standard of $45,000,000.Type of Set-Aside: This acquisition is being offered as a 100% Total Small Business Set-Aside procurement under NAICS code identified above.Disclosure of Magnitude of Construction (FAR 36.204 and DFARS 236.204): The estimated magnitude of construction of this project is between $25,000,000 and $100,000,000.Period of Performance: The period of performance is 1,080 Calendar Days after the issuance of the notice to proceed.Project scope: Construct a 10 Mega Watt (MW) natural gas generation plant connected to Fort Stewart Substation. Install an underground natural gas line to service the generation plant. Provide each generator with a unit step up transformer to match the distribution voltage. A paralleling switchgear is to be provided for paralleling and control of the generators and connection of the redundant feeders to the substation. Potential transformers will be provided for relaying and metering requirements on each way. Protective relaying will be provided to include source protection, feeder protection, and generation protection and synchronization. Modify substation by upgrading the relaying on the circuit breakers to provide synchronization with the generators. Upgrade the feeder breakers to provide operational compatibly with new switchgear and the main service.Installation of a microgrid control system to match mission critical facility loads with available supply (in parallel operation and islanded modes). The microgrid control system will include, but not limited to the following: transfer switches, interface relays, microgrid controllers, and fiber optic communication connections. Install controls and connect to an existing solar photovoltaic (PV) array to the microgrid. This project will allow approximately 10MW of existing PV to be connected to the microgrid currently without causing a challenge with frequency fluctuations or voltage drops in the event of increasing cloud cover. Connect and integrate microgrid control system with existing SCADA system to allow remote read, write, management, communication, and operation of protective devices. Additional solar PV can be connected to the microgrid in the future to meet expanding demand. Install step down transformer to provide solar output connectivity to the microgrid system.Reporting Requirements for Construction Contracts: The following link is provided to satisfy FAR 36.211(b) reporting requirements for construction contracts anticipated to be awarded to a small business. The information is accessed by clicking on View Construction Contract Modification Process (satisfying FAR 36.211(b)(1)) and View Construction Contract Modification Process Past Performance Data (satisfying FAR 36.211(b)(2)) on the website provided. https://www.usace.army.mil/Business-With-Us/Partnering/mod/129895/details/443/.Solicitation Website: The official solicitation is available free of charge by electronic posting only and may be found at System of Award Management System (SAM) website, https://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 SAM website at https://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 https://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.Procurement Integrated Enterprise Environment (PIEE): The only authorized transmission method for bids in response to the forthcoming solicitation is electronically via Procurement Integrated Enterprise Environment (PIEE) Solicitation Module. No Other Transmission Method (E-mail, Facsimile, U.S. Postal Mail, Hand Carried, etc.) Will Be Accepted. Offerors must have an active Proposal Manager role in PIEE at https://piee.eb.mil/.Point of Contacts: For this acquisition, the point-of-contacts are the Contract Specialist Mr. Gerard Leo whose email address is gerard.f.leo@usace.army.mil and Contracting Officer Mr. David Lione, whose email address is david.j.lione@usace.army.mil.