U.S. Army Contracting Command – Anniston Army Depot (CCTA-HDA) Organic Industrial Base (OIB) Modernization Commercial Solutions Opening (CSO)
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 U.S. Army Contracting Command – Anniston Army Depot (ACC-ANAD) has issued a Commercial Solutions Opening (CSO) for Organic Industrial Base (OIB) Modernization. This CSO seeks innovative commercial products, services, and non-developmental items to transform the Anniston Army Depot through "Convergent Manufacturing" technologies. The CSO is continuously open until September 30, 2030, with specific "Areas of Interest" (AoIs) posted periodically. Both traditional and non-traditional defense contractors are eligible.
Overall Opportunity Details
This CSO, issued under the authority of 10 U.S.C. §3458 (as amended by Section 1823 of the FY26 NDAA), serves as a general announcement for the Army to modernize its OIB. The focus is on enhancing capabilities in areas such as Agile/flexible facilities, connected digital enterprise, advanced manufacturing, Digital Twin, automation, and cybersecurity. Contracts awarded will be fixed-price, potentially including fixed-price incentive fee contracts, and will follow FAR Part 12 Commercial Item Procedures. The period of performance for individual efforts is generally not to exceed twelve months.
Specific Areas of Interest (AoIs)
Several AoIs have been released with specific requirements and deadlines:
AoI 0002 - Automated Storage and Retrieval System (ASRS) Modernization:
- Purpose: Update and modernize ANAD's ASRS Information Technology components to comply with Army Security Technical Implementation Guides (STIG).
- Key Requirements: Solutions for Warehouse Management and Control System (WMS & WCS) software, servers, PLCs, HMIs, terminal servers, and AGV radio components. Must interface with the Army's Logistics Modernization Program (LMP) and ensure cyber compliance.
- Clarifications: Specific data for design will be provided later. Contractor is responsible for installation. Current ASRS IT setup is not STIG compliant.
- Submission Deadline: July 10, 2025, 5:00 PM CDT. A site visit was scheduled for June 25, 2025.
AoI 0001 - Oil Pump Test Stand:
- Purpose: Acquire an Oil Pump Test Stand.
- Key Requirements: PLC-controlled (Allen Bradley standard, alternatives acceptable), automatic operation for basic pass/fail, and software-controlled manual operation for diagnostic testing.
- Clarifications: Offerors are responsible for procuring or building all necessary tooling and adapters.
- Submission Deadline: August 6, 2025, 5:00 PM CDT. A site visit was scheduled for July 15, 2025.
AoI 0003 - Minor Construction Requirements Type Single Award Task Order Contract (SATOC):
- Purpose: Procure minor construction and repair services at Anniston Army Depot.
- Key Requirements: Services include carpentry, excavating, painting, electrical, plumbing, HVAC, concrete masonry, facility/equipment maintenance, inspections, and design-build services.
- Submission Deadline: April 30, 2026, 4:00 PM CDT.
AoI 0005 - Solid Waste Disposal:
- Purpose: Routine removal and disposal of various solid waste materials and movement of hazardous waste roll-off containers at ANAD.
- Key Requirements: Provision of dumpsters/roll-off containers, handling recycling, and compliance with federal/state regulations.
- Submission Deadline: May 11, 2026, 4:00 PM CDT.
Submission & Evaluation
The CSO process involves up to three phases: Phase 1 (Solution Brief), Phase 2 (Presentation/Pitch), and Phase 3 (Commercial Solution Proposal). Evaluation focuses on technical merit, mission relevance, implementation feasibility, and price reasonableness. Proposal preparation costs are generally not reimbursable.
Eligibility & Set-Aside
Both traditional and non-traditional defense contractors are eligible. Companies must have a Unique Entity ID (UEI) and be registered in SAM.gov and the PIEE system to receive an award. No specific set-aside is designated for the overall CSO, but individual AoIs may have specific requirements.
Contact Information
- Primary: Amber Burdett (amber.e.burdett.civ@army.mil)
- Secondary: Diana Ponder (diana.m.pritchettponder.civ@army.mil)