Facilities Alterations, Repair, & Minor Construction

SOL #: W911N226RA009Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W6QK LAD CONTR OFF
CHAMBERSBURG, PA, 17201-4150, United States

Place of Performance

Chambersburg, PA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

Repair Or Alteration Of Miscellaneous Buildings (Z2JZ)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)

Timeline

1
Posted
Jan 14, 2026
2
Last Updated
Mar 13, 2026
3
Submission Deadline
Feb 13, 2026, 5:00 PM

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 (MATOC) contract to provide facilities alterations, repair, and minor construction at Letterkenny Army Depot (LEAD) in Chambersburg, PA. This acquisition is a 100% 8(a) Small Business Set-Aside with a cumulative ceiling of $75 Million.

Scope of Work

The contractor shall provide all personnel, equipment, tools, and materials necessary for:

  • Facilities alteration, repair, and maintenance of infrastructure.
  • Minor construction of interior and exterior utility systems.
  • Demolition, grounds improvements, pavements, and installation of new equipment.
  • Design-build efforts for specific requirements, including roof repairs for Building 350 and electrical service upgrades for Building 5311. Work must comply with Unified Facilities Guide Specifications (UFGS) and does not include projects meeting Military Construction (MILCON) appropriation thresholds.

Contract & Timeline

  • Type: Firm-Fixed-Price (FFP) MATOC IDIQ.
  • Duration: Five-year ordering period with an option to extend for an additional six months.
  • Value: $75,000,000 total ceiling; $1,000 minimum guarantee per awardee.
  • Set-Aside: 100% 8(a) Small Business (NAICS 236220).
  • Response Due: February 13, 2026 (Note: The Government has indicated a forthcoming amendment to extend this date further).

Evaluation Factors

The Government intends to award between three and five contracts based on a best-value tradeoff. Evaluation factors include:

  1. Bonding Ability: Entry gate criteria.
  2. Technical: Management Approach, Company Experience, Task/Project Timeline, and Task/Project Design and Approach.
  3. Past Performance.
  4. Price. Technical and Past Performance factors combined are significantly more important than Price.

Additional Notes

Amendment 0002 provided updated drawings and Statements of Work (SOW) for the initial projects. Offerors must be registered in SAM and submit proposals electronically. A site visit was previously conducted on January 28, 2026.

People

Points of Contact

Lawrence MarkPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 9
Solicitation
Posted: Mar 13, 2026
View
Version 8
Solicitation
Posted: Mar 12, 2026
View
Version 7
Solicitation
Posted: Mar 6, 2026
View
Version 6
Solicitation
Posted: Feb 26, 2026
View
Version 5
Solicitation
Posted: Feb 12, 2026
View
Version 4Viewing
Solicitation
Posted: Feb 6, 2026
Version 3
Solicitation
Posted: Jan 27, 2026
View
Version 2
Solicitation
Posted: Jan 22, 2026
View
Version 1
Solicitation
Posted: Jan 14, 2026
View