Skip to content
Department of Defense

Anniston Army Depot (ANAD) Power Generation and Microgrid Project in Anniston, Alabama

Solicitation: W912QR26RA033
Notice ID: 16352d519d254f239dda7c5401026feb
TypePresolicitationNAICS 237130PSCY1NZSet-AsideSDVOSBCDepartmentDepartment of DefenseAgencyDept Of The ArmyStateALPostedFeb 11, 2026, 12:00 AM UTCDueFeb 19, 2026, 03:00 PM UTCExpired

Presolicitation from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: AL. Response deadline: Feb 19, 2026. Industry: NAICS 237130 • PSC Y1NZ.

Market snapshot

Awarded-market signal for NAICS 237130 (last 12 months), benchmarked to sector 23.

12-month awarded value
$43,293,198
Sector total $33,095,080,127 • Share 0.1%
Live
Median
$864,300
P10–P90
$184,626$3,792,851
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.1%
share
Momentum (last 3 vs prior 3 buckets)
+100%($43,293,198)
Deal sizing
$864,300 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for AL
Live POP
Place of performance
Anniston, Alabama • United States
State: AL
Contracting office
Louisville, KY • 40202-2230 USA

Point of Contact

Name
Lesa Sylve
Email
lesa.b.sylve@usace.army.mil
Phone
5023156784

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE ARMY
Subagency
US ARMY CORPS OF ENGINEERS
Office
ENGINEER DIVISION GREAT LAKES AND OHIO • ENDIST LOUISVILLE • W072 ENDIST LOUISVILLE
Contracting Office Address
Louisville, KY
40202-2230 USA

More in NAICS 237130

Description

DESCRIPTION:

The Government is planning to issue a Design-Bid-Build Construction project to provide energy resiliency by providing an on-site, automated energy control / generation storage management system: Construct a microgrid system that will have full islanding capability. The microgrid will integrate the new and existing generation assets with the Nichols, Demil, and Eulaton 46kV / 12.47kV substations to enable islanding for all critical loads. During a grid outage, the automated switching and microgrid controls will enable direct routing of electricity generated by the onsite assets to mission critical loads and load shedding of large blocks of non-critical loads. The microgrid will be designed in accordance Unified Facility Criteria 4-010-06 Cybersecurity of Facility Related Control Systems, or policy current at time of design, as well as with emerging distribution system operator requirements. This project will be tasked with Construct an installation-wide black-start capable microgrid incorporating 10MW of new firm natural gas (NG) generation and medium voltage distribution switchgear connected at the Eulaton substation that will be owned and operated by Anniston Army Depot (ANAD) to combine with ANAD existing Demil substation solar photovoltaic (PV) array, owned by Alabama Power Company (APC), and the existing Depot-owned NG generation. This project expands upon the previous FY20 ERCIP microgrid, which consists of a 7.5MW natural gas generation and an existing 2.65MW PV array installed at the Nichols substation. This microgrid will integrate the previous microgrid assets, as well as 4.75MW of additional existing APC-owned onsite solar PV at the Demil substation. Additionally, this project will install NG generators, SCADA microgrid controls and communication upgrades at the Nichols, Demil, and Eulaton substations, as well as substation interconnection points between the Nichols and Demil substations, and reclosers to isolate noncritical loads across the Depot. The completed system will utilize automatic switching to isolate from the APC’s electrical distribution system and prioritize critical loads to maintain continuity of operations across ANAD during electrical outages for a minimum of 14 days (required resilience period) IAW 10 USC 2914. Each generator will be equipped with a weather-proof sound attenuating enclosure. A fire hydrant along with a new water line will be installed by the new power plant. A storage shed currently located at the proposed project site will be relocated to a location determined by ANAD Directorate of Public Works (DPW) personnel. This project will tap into an existing natural gas line to feed the newly installed natural gas Reciprocating Internal Combustion Engine (RICE) generators. Load shedding during utility outages via the microgrid switching system will also ensure continuous energy to critical loads regardless of the intermittency of solar power.

The microgrid system will support energy resiliency by providing on-site energy generation, this includes solar panels, mounts, inverters, transformers, controls and communication, AC/DC wiring with conduit, low voltage switchgear, and security measures. The net metering and interconnection agreements will require approval by the utility provider.

The Contract Duration is 724 calendar days from Notice to Proceed.

CONSTRUCTION MAGNITUDE:

In accordance with DFARS 236.204, the magnitude of the estimated cost of construction (ECC) range for this project is between $25,000,000.00 and $100,000,000.00.

**THE GOVERNMENT DOES NOT INTEND TO INCLUDE A PROJECT LABOR AGREEMENT (PLA) REQUIREMENT IN THE FORTHCOMING SOLICITATION.**

SELECTION PROCESS:

This is a best value trade off procurement.

DISCUSSIONS:

The Government intends to award without discussions but reserves the right to conduct discussions should it be deemed in the Government's best interest.

NAICS:

The North American Industrial Classification System Code (NAICS) for this effort is 237130- Power and Communication Line and Related Structures Construction. Size Limitation is $45,000,000.00.

TYPE OF SET-ASIDE:

This is a Service Disabled Veteran Owned Small Business (SDVOSB) procurement. The resulting award will be for one (1) Firm-Fixed-Price (FFP) contract.

SELECTION PROCESS:

This is a single phase, Design/Bid/Build procurement.  The proposals will be evaluated using a Best Value Trade Off source selection process. The technical information contained in the Offeror's proposal will be reviewed, evaluated, and rated by the Government.  The proposal for this procurement, at a minimum, will consist of the following: Volume I - Factor I – Past Performance, Factor II – Technical Approach with Element I Management Plan and Element II Schedule Narrative. All evaluation factors, other than price, when combined, are considered approximately equal to cost or price. 

 DISCUSSIONS:

The Government intends to award without discussions but reserves the right to conduct discussion should it be deemed in the Government's best interest.

ANTICIPATED SOLICITATION RELEASE DATE:

The Government anticipates releasing the solicitation on or about 02 March 2026. Actual dates and times will be identified in the solicitation. Additional details can be found in the solicitation when it is posted to http://www.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 System for Award Management (SAM) database at http://www.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 http://www.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.

POINT-OF-CONTACT:

The point-of-contact for this procurement is MAJ Lesa B. Sylve at lesa.b.sylve@usace.army.mil.

This announcement serves as the Advance Notice for this project. Responses to this synopsis are not required.

Files

Files size/type shown when available.

No downloadable attachments detected for this notice.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.