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 18, 2026
3
Submission Deadline
Mar 24, 2026, 3:59 AM

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 Indefinite Delivery Indefinite Quantity (IDIQ) Firm-Fixed-Price (FFP) contract for Facilities Alterations, Repair, & Minor Construction at Letterkenny Army Depot, Chambersburg, PA. This is a 100% 8(a) Small Business Set-Aside with a cumulative MATOC ceiling of $75 Million. Proposals are due by March 23, 2026, at 11:59 PM EST.

Scope of Work

The contractor will provide all personnel, equipment, materials, supervision, quality control, and non-personal services for alteration, repair, maintenance, and minor construction of infrastructure, facilities, and interior/exterior utility systems. This includes demolition, grounds improvements, pavements, new equipment installation, and associated design and engineering work. The contract is not for Military Construction (MILCON) projects.

Specific task orders may include:

  • Roof Repair: Design-build effort to repair the roof system on Building 350 ASRS, including demolition of existing components, installation of a new fully adhered metal roofing system, and a new lightning protection system (LPS). Options include a "Roof Hugger System," "Removal of Fallen Insulation," and a "Fall Protection System."
  • Electrical Service Upgrade: Design-build effort to upgrade the electrical service of Building 5311, involving demolition, installation of new electrical components (e.g., Power Panel 2, surge suppression unit, main service ground, receptacles), and required studies (short-circuit, coordination, arc-flash). Options include Metering & Data Recording, Manual Transfer Switch (MTS), Incoming Feeder Replacement, Panel LV Door, and Compressor Room Ventilation.

Contract Details

  • Contract Type: Multiple Award IDIQ Firm-Fixed-Price (FFP) Construction 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.
  • 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 8(a) eligible participants.
  • NAICS Code: 236220 - Commercial and Institutional Building Construction, with a small business size standard of $45 Million.
  • Evaluation Factors:
    • Entry Gate: Bonding Ability.
    • Primary Factors: Technical (Management Approach, Company Experience, Task/Project Timeline, Task/Project Design and Approach), Past Performance, and Price.
    • Weighting: Technical and Past Performance combined are more important than Price.
    • Task Order Awards: Based on Technical Subfactors 2.1, 2.2, and Price.
  • Past Performance: CPARS evaluations can be submitted if sufficiently detailed. Past performance information for major subcontractors (performing 20% or more of the effort) is required.

Key Updates & Instructions

  • Proposal Due Date: Extended to March 23, 2026, at 11:59 PM EST via Amendment 0005.
  • Site Visit: A site visit was held on January 28, 2026; no additional site visits are planned.
  • Q&A: Answers to submitted questions have been provided, and the solicitation and Statements of Work have been revised accordingly.
  • Pricing: No specific price proposal form is required; offerors should follow instructions in Sections L and M. Example pricing sheets are available for reference.
  • Davis-Bacon Act: Applicable wage determinations (PA20260090 and PA20260002, both revised 01.30.2026) are incorporated.

Contact Information

For inquiries, contact Lawrence Mark at lawrence.r.mark2.civ@army.mil.

People

Points of Contact

Lawrence MarkPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 10Viewing
Solicitation
Posted: Mar 18, 2026
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 5
Solicitation
Posted: Feb 12, 2026
View
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
Facilities Alterations, Repair, & Minor Construction | GovScope