Anniston Army Depot (ANAD) Power Generation and Microgrid Project in Anniston, Alabama
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Army (USACE Louisville District) is planning a Design-Bid-Build Construction project for the Anniston Army Depot (ANAD) Power Generation and Microgrid Project in Anniston, Alabama. This effort aims to enhance energy resiliency by constructing a microgrid system with full islanding capability, integrating new and existing generation assets. This is a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside procurement. The solicitation is anticipated to be released on or about March 02, 2026.
Scope of Work
This project involves constructing an installation-wide, black-start capable microgrid. Key components include:
- 10MW of new firm natural gas (NG) generation and medium voltage distribution switchgear at the Eulaton substation.
- Integration with existing ANAD-owned NG generation, Alabama Power Company (APC)-owned solar PV arrays (2.65MW at Nichols, 4.75MW at Demil), and the previous FY20 ERCIP microgrid (7.5MW NG generation).
- Installation of NG generators, SCADA microgrid controls, and communication upgrades at Nichols, Demil, and Eulaton substations.
- Substation interconnection points and reclosers to isolate non-critical loads.
- The system will ensure continuity of operations for critical loads for a minimum of 14 days during electrical outages.
- Construction magnitude is estimated between $25,000,000.00 and $100,000,000.00.
Contract & Timeline
- Type: Firm-Fixed-Price (FFP) Design-Bid-Build Construction
- Duration: 724 calendar days from Notice to Proceed
- Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB)
- NAICS: 237130 - Power and Communication Line and Related Structures Construction (Size Standard: $45,000,000.00)
- Anticipated Solicitation Release: On or about March 02, 2026
- Response Date (for this Presolicitation): February 19, 2026
- Published Date: February 11, 2026
Evaluation
This will be a single phase, Best Value Trade Off procurement. Proposals will be evaluated based on:
- Factor I: Past Performance
- Factor II: Technical Approach (Element I: Management Plan, Element II: Schedule Narrative) Non-price factors, when combined, are considered approximately equal to cost or price. The Government intends to award without discussions but reserves the right to conduct them.
Additional Notes
- The Government does not intend to include a Project Labor Agreement (PLA) requirement.
- Offerors must have and maintain an active registration in SAM.gov.
- This announcement serves as an Advance Notice; responses to this synopsis are not required.
- Point of Contact: MAJ Lesa B. Sylve, lesa.b.sylve@usace.army.mil.