DRAFT Anniston Army Depot FORGE 2 Other Transaction Authority (OTA) Request for Proposal (RPP)
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 is issuing a Draft Request for Prototype Proposal (RPP) under Other Transaction Authority (OTA) for the Anniston Army Depot (ANAD) FORGE 2 project. This $600-$665 Million initiative involves the design and construction of four new facilities: a Component Remanufacture Facility, a Missile Maintenance Facility, a Paint Facility, and a Storage Facility at ANAD, Alabama. The goal is to enhance military fabrication and depot capabilities, improve readiness, and demonstrate innovation.
Scope of Work
This project encompasses the comprehensive design and construction of four distinct facilities:
- Component Remanufacture Facility (CRF): Approximately 175,000 SF, including demolition of up to three existing buildings, hazardous materials abatement, and construction of a new facility with flexible high bay areas, industrial process zones (disassembly, cleaning, welding, machining, electroplating, hydraulic repair, painting, assembly, staging), and support areas. Requires industrial engineering design support, utilities, and site improvements.
- Missile Maintenance Facility (GMMF): Approximately 46,000-50,000 SF new construction for THAAD Missile recertification, alongside renovation of Building 705 (3,528 SF) including hazardous materials survey/abatement and interior upgrades. Includes civil site improvements, blast cells, parts storage, maintenance bays, administrative space, and compliance with antiterrorism, accessibility, cybersecurity, and sustainability standards.
- Vehicle Paint Facility: Design and construction of a new facility, including demolition of existing structures (Bldgs 243, 441, 449) and site preparation. Detailed design specifications cover site/civil, structural, architectural, mechanical, electrical, plumbing, and fire protection systems.
- Storage Facility: Construction of two industrial, insulated, pre-engineered metal buildings (PEMB), each approximately 32,000 SF with 35-foot-high bays and 9-inch-thick reinforced concrete slabs capable of supporting tracked vehicles. Includes restrooms, overhead doors, cybersecurity, fire protection, utility connections, and supporting infrastructure. No demolition is required for this component.
All designs must be stamped by registered Professional Engineers (PE) and Architects (RA), adhere to Unified Facilities Criteria (UFC) and Unified Facilities Guide Specifications (UFGS), incorporate Risk Management Framework (RMF) controls, and be executed in a 3D BIM environment. Construction requires experienced on-site personnel, including a Project Superintendent, D-B Project Manager, QC Manager, SSHO, and Commissioning Authority (CxA).
Contract Details & Timeline
- Opportunity Type: Special Notice / Draft Request for Prototype Proposal (RPP) under Other Transaction Authority (OTA) (10 U.S.C. § 2808(a)).
- Anticipated Value: $600-$665 Million.
- Period of Performance: Not to exceed 60 months.
- Contract Structure: Contemplated as Firm-Fixed-Price (FFP), with CLINs potentially structured as options.
- Bonding: Offerors must provide a Bond Letter validating bonding capability up to the anticipated project value.
- Warranty: A one-year Warranty Management Plan is required.
- Terms: Governed by comprehensive OTA terms and conditions (Attachment 0007), covering data rights, security, intellectual property, construction standards, and payment.
- Anticipated RPP Issue Date: May 22, 2026.
- Anticipated Proposal Due Date: June 10, 2026, at 5:00 PM EDT.
- On-site Visit: Tentatively scheduled for May 14, 2026 (no virtual option).
- Questions Due: May 6, 2026, by 4:00 PM CT, submitted via the "QA_ANAD_FORGE II" spreadsheet.
Submission & Evaluation
Proposals must be submitted via email to usarmy.jbsa.acc-micc.mbx.tsc-div1@army.mil. Evaluation will prioritize Technical Approach and Design, Construction Capabilities, and Cost Savings Potential / Overall Costs. The government intends to make a single award based on the best overall offer, though multiple awards are possible if no single offeror can accomplish the entire scope. Required deliverables include design submittals, QC Plan, SSHP, environmental documents, CPM schedule, daily QC reports, O&M manuals, cybersecurity documentation, and final closeout package. Employee vetting and Data Rights Assertions (DFARS 252.227-7017) are also required.
Set-Aside
No specific set-aside designation is provided for this opportunity.