MTNG Architect-Engineer (A-E) Single Award Task Order Contract (SATOC)
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 Montana National Guard (MTNG) is soliciting for a Single Award Task Order Contract (SATOC) for Architect-Engineer (A-E) Services to support Air and Army National Guard programs throughout Montana. This is a Total Small Business Set-Aside with a total contract ceiling of $5,000,000.00 over a five-year ordering period. Firms must submit an SF 330 by March 16, 2026, at 10:00 AM Mountain Time.
Scope of Work
The A-E services include, but are not limited to, planning, master planning, program support, investigative and design services, development of construction documents, construction support, engineering and environmental studies, and National Environmental Policy Act (NEPA) documentation. Projects will involve a wide variety of professional services for administrative, industrial, and support facilities such as aircraft hangars, maintenance facilities, offices, training sites, fire stations, security facilities, and airfield pavements.
Contract Details
- Contract Type: Indefinite Delivery Indefinite Quantity (IDIQ) SATOC
- Set-Aside: Total Small Business (NAICS 541330, $25.5M size standard)
- Ordering Period: Five (5) years
- Total Contract Ceiling: $5,000,000.00
- Minimum Guarantee: $2,500.00
- Order Limitations: Not obligated to honor single orders > $750K or combined orders > $5M.
- Task Orders: Negotiated firm-fixed-price, primarily for projects with construction values typically less than $500K.
Submission Requirements
- Document: SF 330 (Architect-Engineer Qualifications), most current version.
- Page Limits: SF 330 Part I not to exceed 75 pages. Resumes (Section E) and projects (Section F) are limited to 1 page each.
- Method: Email to eric.s.bailey.civ@army.mil.
- Deadline: March 16, 2026, 10:00 AM Mountain Time.
- Registration: Must be registered in SAM.gov.
Evaluation Criteria
Selection is based on professional qualifications, specialized experience, technical competence, capacity to accomplish work, and past performance. Key criteria, in descending order of importance, include:
- A. Professional Qualifications: Resumes for 9 specified disciplines (e.g., Project Manager, Architect, Civil, Structural, Mechanical, Electrical, Fire Protection, Security/Cyber Security, Environmental Engineer/Physical Scientist).
- B. Specialized Experience & Technical Competence: Max 10 projects in past 10 years demonstrating experience in military projects, sustainable design (LEED AP, UFC 1-200-02), DOD UFC, AT/FP, surveying, REVIT/Civil-3D, cost estimating, abatement/remediation, and NEPA.
- C. Capacity to Accomplish Work: Quality management plan, prime/sub-consultant experience, overall available capacity for multiple simultaneous task orders.
- D. Past Performance: For projects listed in Section F, including CPARS data.
- E. Location & Knowledge of Locality: Familiarity with Montana (specifically Cascade and Lewis and Clark Counties), state laws, hydrology, seismic conditions, and local construction practices.
- F. Tie-Breakers (Secondary): Volume of DoD work in past 12 months, superior DoD performance evaluations, commitment to small business/SDB subcontractors, and geographic proximity (Montana-based firms with core disciplines).
Important Notes
- This is not a request for a price proposal.
- Firms must review FAR 9.5 (Conflicts of Interest) and FAR 36.209. Firms preparing a Design-Build RFP for a project are restricted from participating in its Design-Build.
- Small Business Subcontracting: Prime contractors must comply with FAR 52.219-14 DEVIATION 2021-O0008, limiting payments to non-similarly situated subcontractors to 50% of the contract amount.
- Joint Ventures: Permitted, must meet size standards and submit an agreement.
- CMMC: Anticipated Level 1 self-certification, potential Level 2 for specific Task Orders, required at award.
- Interviews: May be conducted for the most highly qualified firms approximately 30 days after submittal review.
- Amendments: Must be acknowledged. Questions must be submitted in writing to the Contracting Officer.