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 27, 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, W6QK LAD CONTR OFF, is soliciting proposals for a Multiple-Award Indefinite Delivery Indefinite Quantity (IDIQ) Firm-Fixed-Price (FFP) construction contract for Facilities Alterations, Repair, & 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 27, 2026, at 12:00 PM local time.

Scope of Work

The contractor shall provide all personnel, equipment, tools, materials, supervision, and quality control for facilities alteration, repair, maintenance, and minor construction of infrastructure, facilities, and interior/exterior utility systems. This includes demolition, grounds improvements, pavements, and installation of new equipment. Work must adhere to Unified Facilities Guide Specifications (UFGS) and required design/engineering. This contract is not for Military Construction (MILCON) appropriations.

Specific examples of work include:

  • Electrical Service Upgrades: Furnishing and installing new electrical components (e.g., Power Panel 2, surge suppression, main service ground, receptacles) for Building 5311, including demolition, wiring, labeling, short-circuit/coordination studies, and Arc Flash Risk Assessments. Options may include Metering & Data Recording, Manual Transfer Switch, Incoming Feeder Replacement, and Compressor Room Ventilation.
  • Roof Repairs: Repairing the roof system on a specific section of Building 350 ASRS, involving demolition of existing components, installation of a new fully adhered metal roofing system (insulation, panels, fasteners, gutters, downspouts, flashings, fascia), snow retention, and a new lightning protection system (LPS). Options may include a "Roof Hugger System," "Roof Replacement," "Removal of Fallen Insulation," and "Fall Protection System."

All work must comply with DoD building codes (MIL-STD-3007, UFC, UFGS), industry standards (IEEE, ICC, ASHRAE, OSHA, NRCA), and local regulations.

Contract Details

  • Contract Type: Multiple-Award IDIQ Firm-Fixed-Price (FFP) Task Order Contract (MATOC).
  • Ordering Period: Five years, with a six-month option to extend.
  • Estimated Value: Cumulative MATOC ceiling of $75 Million.
  • Minimum Guarantee: $1,000.00 per awardee for the 5-year ordering period.
  • Awards: A minimum of three and no more than five contracts will be awarded.

Eligibility & Evaluation

  • Set-Aside: 100% 8(a) Small Business Set-Aside.
  • NAICS Code: 236220 - Commercial and Institutional Building Construction.
  • Small Business Size Standard: $45 Million.
  • Evaluation Factors: Award will be based on a best-value trade-off. Factors include:
    1. Bonding Ability (entry gate criteria).
    2. Technical (Management Approach, Company Experience, Task/Project Timeline, Task/Project Design and Approach).
    3. Past Performance.
    4. Price. Technical and Past Performance combined are more important than Price. Task Order awards will be based on Technical Subfactors 2.1, 2.2, and Price.

Key Dates & Actions

  • Proposals Due: February 27, 2026, 12:00 PM local time.
  • Site Visit: Rescheduled for January 28, 2026, at 1:00 P.M. Eastern Time. Visitor request forms were due by January 22, 2026.
  • Offer Validity: Offers must be valid for 90 calendar days.
  • Contact: Lawrence Mark (lawrence.r.mark2.civ@army.mil).

Important Notes

  • Offerors must be registered in the System for Award Management (SAM).
  • Performance and Payment Bonds are required.
  • Wage Determinations PA20260090 (Building Construction) and PA20260002 (Heavy and Highway Construction) are incorporated, effective January 9, 2026. Bidders must use these rates for labor cost estimation.
  • Amendment 0002 replaced previous Statements of Work and added drawings (FEP-863 Electrical, FEP-864 Roof Repairs).

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 5Viewing
Solicitation
Posted: Feb 12, 2026
Version 4
Solicitation
Posted: Feb 6, 2026
View
Version 3
Solicitation
Posted: Jan 27, 2026
View
Version 2
Solicitation
Posted: Jan 22, 2026
View
Version 1
Solicitation
Posted: Jan 14, 2026
View