MTNG Architect-Engineer (A-E) Single Award Task Order Contract (SATOC)

SOL #: W9124V26RA001Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W7NK USPFO ACTIVITY MT ARNG
FORT HARRISON, MT, 59636-4789, United States

Place of Performance

Great Falls, MT

NAICS

Engineering Services (541330)

PSC

Architect Engineer Services (Including Landscaping, Interior Layout, And Designing) (C211)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Feb 3, 2026
2
Last Updated
Mar 5, 2026
3
Submission Deadline
Mar 16, 2026, 4:00 PM

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 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 the State of Montana. This is a Total Small Business Set-Aside with a $5,000,000.00 ceiling over a five-year ordering period. Proposals are due March 16, 2026, at 10:00 AM Mountain Time.

Scope of Work

The contract requires comprehensive A-E services including planning, master planning, program support, investigative and design services, development of construction documents, construction support, engineering and environmental studies (National Environmental Policy Act - NEPA documentation), and various investigations and surveys. Typical work involves preparing plans, specifications, cost estimates, quality control plans, construction inspection, and technical studies. Projects will encompass a wide range of administrative, industrial, and support facilities such as aircraft hangars, maintenance facilities, offices, training sites, fire stations, and military airfield pavements. Task orders will be firm-fixed-price, primarily for projects with a construction value typically less than $500K.

Contract Details

  • Contract Type: Indefinite Delivery Indefinite Quantity (IDIQ) SATOC
  • Set-Aside: Total Small Business Set-Aside (NAICS 541330, $25.5M size standard)
  • Contract Ceiling: $5,000,000.00
  • Ordering Period: Five (5) years
  • Minimum Guarantee: $2,500.00
  • Order Limitations: Single item not to exceed $750K; combination of items not to exceed $5M.
  • Subcontracting: Prime contractors must not pay more than 50% of the contract amount to subcontractors that are not similarly situated entities. Small businesses are encouraged to team.
  • Response Due: March 16, 2026, 10:00 AM Mountain Time
  • Published: February 3, 2026

Evaluation Criteria (Descending Order of Importance)

  1. Professional Qualifications: Assesses key personnel (Project Manager, Architect, Civil, Structural, Mechanical, Electrical, Fire Protection Engineer, Security/Cyber Security Specialist, Environmental Engineer/Physical Scientist) based on education, registration, experience (minimum 10 years for engineers/architects), and certifications.
  2. Specialized Experience & Technical Competence: Evaluates up to ten projects from the last ten years demonstrating experience in military projects, government/commercial facilities, sustainable design (LEED AP, UFC), DoD Antiterrorism/Force Protection, surveying, REVIT/Civil-3D, and FAA Part 77/7460. Also considers cost estimating, abatement/remediation, NEPA process integration, and quality management plans.
  3. Capacity to Accomplish Work: Assesses the firm's ability to handle multiple concurrent task orders (roughly 2-4 annually with design values up to $600K), team availability, and quality management processes.
  4. Past Performance: Reviews recent and relevant performance on contracts, utilizing CPARS data and submitted references.
  5. Location & Local Knowledge: Evaluates familiarity with Montana (specifically Cascade and Lewis and Clark Counties), state laws, hydrology, soil, seismic, weather conditions, and local building codes.
  6. Tie-Breakers: Secondary criteria include volume of DoD work, superior performance evaluations, commitment to small/disadvantaged businesses, and geographic proximity (Montana-based firms).

Submission Requirements

Interested firms must submit the most current SF 330 (Architect-Engineer Qualifications). Part I is limited to 75 pages, with resumes (Section E) and example projects (Section F) limited to one page each. A maximum of ten projects will be reviewed in Section F. The SF330 Part I must be signed or accompanied by a signed cover letter/current SF330 Part II. Submissions are to be made via the PIEE website. Questions must be submitted in writing to Eric Bailey at eric.s.bailey.civ@army.mil.

People

Points of Contact

Eric BaileyPRIMARY

Files

Files

No files attached to this opportunity

Versions

Version 4
Solicitation
Posted: Mar 5, 2026
View
Version 3
Solicitation
Posted: Feb 20, 2026
View
Version 2
Solicitation
Posted: Feb 19, 2026
View
Version 1Viewing
Solicitation
Posted: Feb 3, 2026