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 Task Order Contract (MATOC) for Facilities Alterations, Repair, Maintenance, & Minor Construction at Letterkenny Army Depot (LEAD) in Chambersburg, PA. This is a 100% 8(a) small business set-aside. Proposals are due by March 12, 2026.
Opportunity Overview
This is a Firm-Fixed-Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) MATOC with a cumulative ceiling of $75 Million. The contract will have a five-year ordering period, with a potential six-month extension. A minimum of three and no more than five contracts will be awarded, with a minimum guarantee of $1,000.00 per awardee. The NAICS code is 236220 (Commercial and Institutional Building Construction) with a $45 Million size standard.
Scope of Work
Contractors will provide all personnel, equipment, tools, materials, supervision, and non-personal services for facilities alteration, repair, maintenance, and minor construction of infrastructure, facilities, and interior/exterior utility systems at LEAD and its tenant organizations. This includes demolition, grounds improvements, pavements, and installation of new equipment, adhering to Unified Facilities Guide Specifications (UFGS). This contract is not for Military Construction (MILCON) appropriations.
Example task orders include:
- ASRS Roof Repairs: Repairing the roof system on Building 350 ASRS, including demolition, installation of a new fully adhered metal roofing system, snow retention, and a new lightning protection system (LPS). This is a design-build effort.
- Electrical Service Construction: Upgrading the Electrical Service of Building 5311, involving demolition, installation of new electrical components (e.g., Power Panel 2, surge suppression, main service ground, receptacles), general wiring, labeling, and conducting short-circuit/Arc Flash studies. This is also a design-build effort.
Key Requirements & Deliverables
- Compliance with DoD building codes (MIL-STD-3007, UFC, UFGS), OSHA, and industry standards.
- Submittals for schedules, design documents, material literature/samples, safety plans, warranties, Safety Data Sheets (SDS), as-built drawings, and Operations & Maintenance manuals.
- Performance and Payment Bonds are required.
- Adherence to prevailing wage rates as per Davis-Bacon Act Wage Determinations PA20260090 (Building Construction) and PA20260002 (Heavy and Highway Construction) for Franklin County, PA.
Submission & Evaluation
Proposals are due by 12:00 PM local time on March 12, 2026. Offers must be valid for 90 calendar days. Evaluation factors include:
- Bonding Ability (entry gate criteria)
- Technical (Management Approach, Company Experience, Task/Project Timeline, Task/Project Design and Approach)
- Past Performance
- Price Technical and Past Performance combined are more important than Price.
Important Dates & Contact
- Proposal Due Date: March 12, 2026, 4:00 PM ET
- Contact: Lawrence Mark, lawrence.r.mark2.civ@army.mil
Additional Notes
- Drawings and photographs are available to interested parties via DOD SAFE. If a PICK UP notification is not received by March 27, 2026, email Lawrence.R.Mark2.civ@army.mil with the subject "W911N226RA009 DOCUMENT REQUEST" for access.
- Answers to submitted questions and potential revisions to the Statements of Work are expected the week of March 2, 2026.
- The site visit was held on January 28, 2026.