Facilities Alterations, Repair, & Minor Construction
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 soliciting proposals for a Multiple-Award Indefinite Delivery Indefinite Quantity (IDIQ) Firm-Fixed Price (FFP) construction contract for Facilities Alterations, Repair, Maintenance, and Minor Construction at Letterkenny Army Depot (LEAD) in Chambersburg, PA. This opportunity is a 100% 8(a) Small Business Set-Aside. Proposals are due by February 13, 2026, at 5:00 PM ET.
Purpose & Scope
The contractor will provide all personnel, equipment, tools, materials, supervision, and quality control necessary to perform facilities alteration, repair, maintenance, and minor construction of infrastructure, facilities, and interior/exterior utility systems. Work may include demolition, grounds improvements, pavements, and installation of new equipment, adhering to Unified Facilities Guide Specifications (UFGS). This contract is not for construction work that meets Military Construction (MILCON) appropriations thresholds. The scope also includes design and engineering work required for such requirements.
Contract Details
- Contract Type: Firm-Fixed-Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC).
- Duration: Five-year ordering period with an option to extend for six months.
- Estimated Value: Cumulative MATOC ceiling of $75 Million.
- Minimum Guarantee: $1,000.00 per awardee for the 5-year ordering period.
- Set-Aside: 100% 8(a) Small Business Set-Aside.
- NAICS Code: 236220 (Commercial and Institutional Building Construction) with a $45 Million size standard.
Submission & Evaluation
Proposals are due by February 13, 2026, at 5:00 PM ET and must be valid for 90 calendar days. Electronic submission via email is required, with specific formatting and volume requirements (Bonding Ability, Technical, Past Performance, Price, and Solicitations/Offer/Award Documents). Evaluation will prioritize Bonding Ability (entry gate), followed by Technical (Management Approach, Company Experience, Task/Project Timeline, Task/Project Design and Approach), Past Performance, and Price. Technical and Past Performance combined are more important than Price. A minimum of three and no more than five contracts will be awarded. A 20% Bid Guarantee and Performance and Payment Bonds are required.
Key Dates & Actions
- Site Visit: Rescheduled for January 28, 2026, at 1:00 PM ET. Attendees must bring steel-toed shoes, hearing protection, and safety glasses.
- Visitor Request Forms: Due no later than January 22, 2026, at 5:00 PM ET.
- Acknowledge Amendments: Offerors must acknowledge receipt of all amendments, including Amendment 0001, which updated site visit details and submission instructions.
- Wage Determinations: Review Davis-Bacon Act Wage Determinations PA20260002 and PA20260090.
- Contact: Lawrence Mark (lawrence.r.mark2.civ@army.mil).