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, Letterkenny Army Depot (LEAD), is soliciting proposals for Facilities Alterations, Repair, & Minor Construction services. This is a 100% 8(a) small business set-aside for a Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) Firm-Fixed-Price (FFP) construction contract. The contract aims to provide comprehensive alteration, repair, maintenance, and minor construction services for infrastructure, facilities, and utility systems at LEAD. Proposals are due by March 23, 2026, at 11:59 PM EST.
Scope of Work
The contractor will provide all personnel, equipment, tools, materials, supervision, quality control, and non-personal services required for facilities alteration, repair, maintenance, and minor construction. This includes demolition, grounds improvements, pavements, installation of new equipment, and associated design and engineering work, all in accordance with Unified Facilities Guide Specifications (UFGS). Specific task orders may involve projects such as roof repairs (e.g., Building 350 ASRS) and electrical service upgrades (e.g., Building 5311). This contract will not be used for Military Construction (MILCON) appropriations.
Contract Details
- Contract Type: Firm-Fixed-Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC).
- Ordering Period: Five years, with an option to extend for six months.
- Estimated Ceiling: 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.
- Small Business Size Standard: $45 Million.
- Awards: A minimum of three and no more than five contracts are anticipated.
Evaluation Factors
Proposals will be evaluated based on:
- Bonding Ability (entry gate criteria).
- Technical Factors: Management Approach, Company Experience, Task/Project Timeline, and Task/Project Design and Approach.
- Past Performance.
- Price. Technical and Past Performance factors combined are more important than Price. Non-priced factors are equal in importance and, combined, are more important than Cost/Price for both MATOC and Task Order awards.
Submission Requirements
Proposals must be submitted electronically via email to the specified points of contact. Submissions require specific formatting and are divided into five volumes: Bonding Ability, Technical, Past Performance, Price, and Solicitations/Offer/Award Documents/Certifications/Representations. Page limits apply to Technical (50 pages) and Past Performance (25 pages + 5 per subcontractor). Offerors must acknowledge all amendments.
Key Dates & Contacts
- Proposal Due Date: March 23, 2026, at 11:59 PM EST.
- Offer Acceptance Period: 90 calendar days after the offer due date.
- Primary Contact: Lawrence Mark (lawrence.r.mark2.civ@army.mil).
- Drawings/Photographs: Available via DOD SAFE. Interested parties who did not receive a PICK UP notification by March 27, 2026, should email Lawrence.R.Mark2.civ@army.mil with the subject "W911N226RA009 DOCUMENT REQUEST."
Additional Notes
Offerors must be registered in the System for Award Management (SAM). Performance and Payment Bonds are required. Wage Determinations PA20250090 and PA20250002 are incorporated. A site visit was previously held on January 28, 2026.