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, and Minor Construction at Letterkenny Army Depot (LEAD) in Chambersburg, PA. This is a 100% 8(a) Small Business Set-Aside with a cumulative MATOC ceiling of $75 Million. Proposals are due March 12, 2026.
Purpose & Scope
This Indefinite Delivery Indefinite Quantity (IDIQ) contract requires contractors to provide all personnel, equipment, tools, materials, supervision, quality control, and non-personal services for facilities alteration, repair, maintenance, and minor construction. The scope includes infrastructure, facilities, and interior/exterior utility systems, demolition, grounds improvements, pavements, and installation of new equipment. All work must adhere to Unified Facilities Guide Specifications (UFGS) and includes necessary design and engineering. This contract is specifically for LEAD and its tenant organizations, excluding work that meets Military Construction (MILCON) appropriations thresholds. Example task orders include roof repairs and electrical service upgrades.
Contract Details
- Contract Type: Firm-Fixed-Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC).
- Period of Performance: Five-year ordering period with a potential six-month extension.
- Estimated Value: Cumulative MATOC ceiling of $75 Million.
- Minimum Guarantee: $1,000.00 per awardee.
- Number of Awards: A minimum of three and no more than five contracts will be awarded.
Eligibility & Evaluation
- Set-Aside: This acquisition is restricted to 100% 8(a) eligible participants.
- NAICS Code: 236220 - Commercial and Institutional Building Construction.
- Small Business Size Standard: $45 Million.
- Evaluation Factors: Proposals will be evaluated based on:
- 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. Task Order awards will be based on Technical Subfactors 2.1, 2.2, and Price.
Submission & Key Dates
- Proposal Due Date: March 12, 2026, by 12:00 PM local time.
- Offer Acceptance Period: Offers must be valid for 90 calendar days.
- Document Access: Drawings and photographs are available via DOD SAFE. Interested parties can email Lawrence.R.Mark2.civ@army.mil with the subject "W911N226RA009 DOCUMENT REQUEST" if they did not receive a DOD SAFE PICK UP notification.
- Site Visit: A site visit was rescheduled for January 28, 2026, at 1:00 P.M. Eastern Time. Visitor request forms were due by January 22, 2026.
- Submission Requirements: Electronic submission via email to specified points of contact. Zip files are not accepted; multiple emails are allowed. Specific formatting, font size, and page limits apply to volumes (e.g., Technical: 50 pages, Past Performance: 25 pages).
Additional Notes
Performance and Payment Bonds are required. Wage Determinations PA20260090 and PA20260002 (superseding PA20250090 and PA20250002) are incorporated, establishing prevailing wage rates for Franklin County, PA. Offerors must acknowledge all amendments.