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, & Minor Construction at Letterkenny Army Depot (LEAD) in Chambersburg, PA. This is a 100% 8(a) Small Business Set-Aside for a firm-fixed-price indefinite delivery indefinite quantity (IDIQ) contract. The solicitation has been amended multiple times, with the latest Amendment 0005 extending the proposal due date to March 23, 2026, at 11:59 PM EST. This amendment also provided answers to vendor questions and revised the solicitation and Statements of Work (SOWs).
Purpose & Scope
This MATOC aims to secure services for alteration, repair, maintenance, and minor construction of infrastructure, facilities, and interior/exterior utility systems. The scope includes demolition, grounds improvements, pavements, and installation of new equipment, adhering to Unified Facilities Guide Specifications (UFGS). This contract is not for work meeting Military Construction (MILCON) appropriations thresholds. Example projects detailed in the SOWs include a roof repair project for Building 350 ASRS (involving demolition, new metal roofing, insulation, snow retention, and lightning protection system installation) and an electrical service upgrade project for Building 5311 (including demolition, installation of new power panels, surge suppression, main service ground, and general wiring upgrades).
Contract Details
- Contract Type: Firm-Fixed-Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) MATOC
- Set-Aside: 100% 8(a) Small Business
- NAICS Code: 236220 - Commercial and Institutional Building Construction (Size Standard: $45 Million)
- Period of Performance: Five-year ordering period with a six-month option to extend
- Estimated Value: Cumulative MATOC ceiling of $75 Million
- Minimum Guarantee: $1,000.00 per awardee
- Awards: A minimum of three and no more than five contracts are anticipated.
Submission & Evaluation
- Proposals Due: March 23, 2026, at 11:59 PM EST
- Evaluation Factors: Proposals will be evaluated based on Bonding Ability (entry gate criteria), Technical (Management Approach, Company Experience, Task/Project Timeline, Design/Approach), Past Performance, and Price. Technical and Past Performance combined are more important than Price.
- Key Requirements: Offerors must acknowledge all amendments. Davis-Bacon Act wage determinations (PA20260090 and PA20260002) are incorporated, requiring adherence to prevailing wage rates. Performance and Payment Bonds are required.
Key Updates & Notes
- Amendment 0005 (March 13, 2026) extended the due date, provided Q&A responses, and revised SOWs. Offerors must review the updated solicitation documents carefully.
- Drawings and photographs were made available via DOD SAFE. Interested parties who did not receive access should contact Lawrence Mark.
- A site visit was conducted on January 28, 2026. No additional site visits are planned.
- The Q&A responses clarified details on pricing (example sheets provided, no specific form required), past performance (CPARS accepted, major subcontractor past performance considered), and key personnel definitions.
Contact Information
- Primary Point of Contact: Lawrence Mark (lawrence.r.mark2.civ@army.mil)