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 Architect-Engineer (A-E) Services under a Single Award Task Order Contract (SATOC) to support Air and Army National Guard programs throughout Montana. This is a Total Small Business Set-Aside with a five-year ordering period and a $5,000,000.00 total contract ceiling. 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, construction document development, construction support, engineering and environmental studies (including NEPA documentation), investigations, and surveys. Projects will primarily involve administrative, industrial, and support facilities such as aircraft hangars, maintenance facilities, offices, training sites, fire stations, and military airfield pavements. Specific tasks include preparing plans, specifications, cost estimates, quality control plans, construction inspection, and developing performance criteria for design-build projects.

Contract Details

  • Contract Type: Indefinite Delivery Indefinite Quantity (IDIQ) Single Award Task Order Contract (SATOC)
  • Ordering Period: Five (5) years
  • Total Contract Ceiling: $5,000,000.00
  • Minimum Guarantee: $2,500.00
  • Order Limitations: Single item orders not to exceed $750K; combination orders not to exceed $5M.
  • Task Orders: Negotiated firm-fixed-price, typically for projects with a construction value less than $500K.
  • NAICS Code: 541330 (Small Business Size Standard: $25.5M)

Set-Aside & Eligibility

This is a Total Small Business Set-Aside. Prime contractors must comply with FAR Clause 52.219-14 DEVIATION 2021-O0008, requiring that no more than 50 percent of the contract performance amount be paid to subcontractors that are not similarly situated entities. Firms must be registered in the System for Award Management (SAM) database. Joint ventures must meet applicable size standards and submit their agreement.

Submission & Evaluation

Interested A-E firms must submit the most current version of SF 330 (Architect-Engineer Qualifications) via email to eric.s.bailey.civ@army.mil. The SF 330 Part I shall not exceed 75 pages. Evaluation criteria, in descending order of importance, include:

  1. Professional Qualifications (SF330, Part I, Section E): Focus on key personnel (Project Manager, Architects, Engineers, Specialists) with specific experience and registrations.
  2. Specialized Experience and Technical Competence (SF330, Part I, Section F): Up to ten projects within the last ten years demonstrating experience in military projects, government/commercial facilities, sustainable design, DoD UFC compliance, FAA Part 77, cost estimating, environmental remediation, and NEPA documentation.
  3. Capacity to Accomplish Work (SF330 Part I, Section H): Ability to handle multiple concurrent task orders, quality management plan, and team availability.
  4. Past Performance: Based on projects in SF 330 Section F, including CPARS data and client commendations.
  5. Location: Knowledge of the general geographical area of projects within Montana, including Cascade and Lewis and Clark Counties, and familiarity with state laws.

Secondary Criteria (Tie-Breakers): Volume of work awarded by DoD, superior performance evaluations on DoD contracts, commitment to small business participation, and geographic proximity (firms based in or with branch offices in Montana with core disciplines).

Important Notes

This is not a request for a price proposal. Firms are cautioned to review FAR 9.5 (Organizational and Consultant Conflicts of Interest) and FAR 36.209 (Construction Contracts with Architect-Engineer Firms). An A-E firm that prepares a Design-Build Request for Proposal for a project will be restricted from participating in any contract or task order for the Design-Build of that project. A firm submitting as a prime may not also be listed as a subcontractor in any other submitted proposal under this solicitation. Interviews may be conducted for the most highly qualified firms. All questions must be submitted in writing to Mr. Eric Bailey at the provided email address.

People

Points of Contact

Eric BaileyPRIMARY

Files

Files

Download

Versions

Version 4
Solicitation
Posted: Mar 5, 2026
View
Version 3
Solicitation
Posted: Feb 20, 2026
View
Version 2Viewing
Solicitation
Posted: Feb 19, 2026
Version 1
Solicitation
Posted: Feb 3, 2026
View
MTNG Architect-Engineer (A-E) Single Award Task Order Contract (SATOC) | GovScope