Skip to content
Department of Defense

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

Solicitation: W9124V26RA001
Notice ID: 07abf9471b764620baaaf52efa7b01c4
TypeSolicitationNAICS 541330PSCC211Set-AsideSBADepartmentDepartment of DefenseAgencyDept Of The ArmyStateMTPostedFeb 20, 2026, 12:00 AM UTCDueMar 16, 2026, 04:00 PM UTCCloses in 22 days

Solicitation from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: MT. Response deadline: Mar 16, 2026. Industry: NAICS 541330 • PSC C211.

Market snapshot

Awarded-market signal for NAICS 541330 (last 12 months), benchmarked to sector 54.

12-month awarded value
$4,240,690,282
Sector total $5,796,258,355,399 • Share 0.1%
Live
Median
$400,904
P10–P90
$29,630$1,410,297
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.1%
share
Momentum (last 3 vs prior 3 buckets)
+27221%($4,209,759,586)
Deal sizing
$400,904 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for MT
Live POP
Place of performance
Great Falls, Montana • United States
State: MT
Contracting office
Fort Harrison, MT • 59636-4789 USA

Point of Contact

Name
Eric Bailey
Email
eric.s.bailey.civ@army.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE ARMY
Subagency
NATIONAL GUARD BUREAU
Office
JFHQ USPFO MT • USPFO MT PROCUREMENT • W7NK USPFO ACTIVITY MT ARNG
Contracting Office Address
Fort Harrison, MT
59636-4789 USA

More in NAICS 541330

Description

MTNG A-E IDIQ SATOC - SYNOPSIS

Solicitation W9124V-26-R-A001

SINGLE AWARD TASK ORDER CONTRACT FOR ARCHITECT ENGINEER (A-E) SERVICES IN SUPPORT OF THE AIR AND ARMY NATIONAL GUARD PROGRAMS THROUGHOUT THE STATE OF MONTANA

CONTRACT INFORMATION: The Montana National Guard is soliciting for Non-Personal Architect-Engineer (A-E) Services in accordance with Public Law 92-582 (Selection of A-E Statute) and Federal Acquisition Regulation (FAR) Part 36. One contract will be solicited as a small business set aside for a five year ordering period, provided at least three capable small businesses are identified in accordance with FAR 36.602.  The North American Industry Classification System (NAICS) code for this action is 541330 with a small business size standard of $25.5M. The contract set aside for Small Business must comply with the FAR Clause 52.219-14 DEVIATION 2021-O0008 that requires the prime contractor to not pay more than 50 percent of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities.

Small businesses are encouraged to team with other businesses. The A-E firm must be capable of responding to and working on multiple task orders concurrently. As a result of this announcement, the Montana National Guard intends to award one Indefinite Delivery Indefinite Quantity (IDIQ) contract to provide A-E services in support of Air National Guard (ANG) and Army National Guard (ARNG) mission requirements located throughout Montana. This is not a requirements contracts.

The contract will consist of a five (5) year ordering period with a total contract ceiling of $5,000,000.00 for the entire program. The total contract period shall not exceed five (5) calendar years. The minimum total fee guaranteed to the contract awardee is $2,500.00. Order limitations are as follows: The Contractor is not obligated to honor (1) any order for a single item in excess of $750K or (2) any order for a combination of items in excess of $5M. Work will be issued by negotiated firm-fixed price task orders. Task orders will be primarily for projects with a construction value that typically result in an A-E task order less than $500K.

Projects to be designed are not yet determined and funds (except those reserved for the minimum fee guarantee) are not presently available. Selection of an A-E firm is based on professional qualifications necessary for the performance of the required services (rather than competitive bidding procedures). All A-E firms are cautioned to review the restrictions of FAR 9.5, Organizational and Consultant Conflicts of Interest, and FAR 36.209, Construction Contracts with Architect-Engineer Firms. Any A-E firm that prepares a Design-Build Request for Proposal for a particular project will be restricted from participating in any contract or task order for the Design-Build of that project.

All interested Architect-Engineers are reminded that, in accordance with the provisions of PL 95-507, they will be expected to place subcontracts to the maximum practicable extent consistent with the efficient performance of the contract with small and small disadvantaged firms. Small Business firms that are selected under the Small Business set aside must perform 50 percent of the contract performance by the prime or a similarly situated Small Business subcontractor IAW FAR 52.219-14 DEVIATION 2021-O0008. The wages and benefits of service employees (FAR 22.10) performing under this contract must be at least equal to those determined by the Department of Labor under the Service Contract Act.

PROJECT INFORMATION: A-E services shall include, but not be limited to performance of planning, master planning, and program support; A-E investigative and design services including development of construction documents; construction support; engineering and environmental studies, National Environmental Policy Act (NEPA) documentation; investigations and surveys in support of the Air and Army National Guard Programs. Typical work may include, but is not specifically limited to:

A: the preparation of plans, specifications, calculations, and cost estimates;

B: the development of cost management, quality control and quality assurance plans;

C: construction inspection, testing and management services;

D: development of engineering standards;

E: preparations for national design submissions;

F: technical, economic, planning, environmental, value engineering and other studies, analyses, surveys, investigations, and reports;

G: development of performance criteria for bridging documents for design build projects;

H: development of documents to support various government construction programs;

I: commissioning services; and

J: comprehensive interior design.

Services may include, but are not limited to, a wide variety of professional services in support of projects for administrative, industrial, and support facilities to meet the needs of the MTNG. Various projects may include services associated with MTNG installations/facilities, such as aircraft hangars, aircraft maintenance facilities, vehicle maintenance facilities, support equipment maintenance facilities, administrative offices, supply facilities, civil engineering facilities, dormitory buildings, training site facilities, readiness centers (armory), fire stations, security forces facilities, munitions maintenance and storage facilities, communications and electronic maintenance, mobility and aerial port facilities, dining facilities, medical training facilities, roadways, military airfield pavements, site utilities, infrastructure, aircraft fuel storage and distribution systems, and other support facilities. Additionally, task orders may be issued for support services which require A-E Services as defined in FAR 2.101.

PRIMARY SELECTION CRITERIA: The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion).

Criteria A -

(A) Professional Qualifications necessary for satisfactory performance of required services (SF330, Part I, Section E):

The selected firm must have, either in‐house or through consultants, all disciplines listed and must provide resumes in Part I, Section E, of the SF330. Each resume shall not exceed two (2) pages and should list a minimum of five (5) projects. 

The sub-criteria below are listed in descending order of importance. 

(1) Project Manager*; NOTE: the Government may give additional consideration for experience managing ANG/ARNG projects

(2) Architect*;

(3) Civil Engineer*;

(4) Structural Engineer*; NOTE: the Government may give additional consideration for seismic retrofit experience

(5) Mechanical Engineer*;

(6) Electrical Engineer*;

(7) Fire Protection Engineer*; must have NICET Level IV or FPE

(8) Security/Cyber Security Specialist; must have a bachelor’s degree in one of the following: computer science, information science, information systems management, mathematics, statistics, operations research, or engineering; they must have a minimum of ten years’ experience in managing cybersecurity of facility-related control systems used to monitor and control equipment and systems related to DoD real property facilities (e.g., building control systems, utility control systems, electronic security systems, and fire and life safety systems)

(9) Environmental Engineer* or Physical Scientist with experience in NEPA processes specializing in Soil, Sediment, Lead Based Paint (LBP) and Asbestos Containing Material (ACM) Survey and Remediation. NOTE: a Certified Industrial Hygienist or an OSHA Certified Technician with five years of experience may be submitted in lieu of a Professional Engineer

*All engineers and architects must have the following in the role they are assigned on the project team: a bachelor's degree, professional registration in the role they are assigned in, and at least ten years of relevant experience in the role they are assigned in. 

If an individual will serve in more than one discipline then those disciplines shall be indicated in Block 13, PART I, Section E. 

Resumes (Section E of SF 330) must be provided for all disciplines, including consultants. In the resumes use the same discipline nomenclature as is used in this announcement and place them in order of the above criteria.

Evaluation Methodology: Evaluation of each discipline will consider education, registration, demonstrated experience, certifications, and longevity with the firm. Evaluation will be based on an assessment by the board of the firm’s ability to effectively address the professional qualifications as described above. A firm that provides resumes for key personnel with greater levels of discipline specific education, experience, and certifications as well as longevity with the firm will be considered more highly qualified than one that provides less qualified personnel, with less discipline specific education and experience as well as a shorter duration with the firm.  Professional disciplines are listed in priority order based on anticipated workload and benefit to project success.

Criteria B -

(B) Specialized Experience and Technical Competence in the type of work required, including, as appropriate, experience in sustainable design, energy conservation, pollution prevention, waste reduction, and the use of recovered materials (SF330, Part I, Section F):

The offeror shall provide a maximum of ten (10) projects in total within the past ten (10) years preceding the date of this announcement for both the prime firm and subcontractor(s) in Part I, Section F, of SF330. Examples of projects shall not exceed two (2) pages each.

If any portion of the work provided as specialized experience is subcontracted, clearly identify that work as such and provide the required experience of that subcontractor as it relates to work the subcontractor is to perform for this solicitation.

If the offeror is a joint venture, each firm shall provide information demonstrating experience relevant to their role of this requirement.

Joint Venture Requirements - Parties wishing to propose as a joint venture must submit, with the Pro Forma documents, an executed copy of the joint venture agreement. The joint venture agreement shall be executed in accordance with FAR 4.102(d). Each joint venture partner shall submit evidence satisfactory to the Contracting Officer that its Board of Directors has approved its participation in the joint venture or by an instrument of similarly binding character in the case of an unincorporated entity. Offerors are reminded that to obtain an award the awardee, to include a joint venture, must be registered in the System for Award Management (SAM) database. Applicable to set aside solicitations: Joint Ventures must meet applicable size standards (See FAR Subpart 19.1). Submit with the proposal any size determination for the Joint Venture entity received from the Small Business Administration. A Joint Venture where-in one party is not a small business may be referred to the Small Business Administration (IAW FAR 19.302 (b)) to determine eligibility. All questions regarding Joint Ventures must be directed to the Small Business Administration (SBA) and not the Contracting Officer.

A Project is defined as a single, stand-alone contract and/or a single task order issued under an existing IDIQ contract(s) unless the project included multiple phases and was issued under more than one contractual order. It shall be noted that an IDIQ contract is not a project. Do not combine multiple task orders unrelated to a stand-alone project to create a single project example. Combining multiple task orders under an IDIQ to create a single project will not be compliant with the solicitation criteria, and it will not be evaluated or considered. The contract number or IDIQ number and individual task order number associated with the project in the title must be included for each of the projects. Include the percentage of work self-performed by the prime for each contract and/or task order.  If proposing as a JV, describe the percentage of work self-performed by each Joint Venture member.  

The offeror and/or subcontractors must demonstrate experience in the following areas with narrative and by average revenue in part II where indicated: 

The sub-criteria below are also listed in descending order of importance.

(1) Experience in design of military projects (Profile Code M05 in Part II), including production of programming documents, plans and specifications;

(2) Design of government and commercial facilities;

(3) Specialized Expertise demonstrating a broad base of knowledge integrating federal requirements to include: Sustainable design experience (Profile Code S11 in Part II) per UFC 1-200-02, High Performance and Sustainable Building Requirements and certified LEED AP; Technical Competence & Experience using DOD UFC and associated Unified Facilities Guide Specifications (UFGS); Design and construction experience conforming to Department of Defense Antiterrorism/Force Protection Construction Standards and DOD Unified Facilities Criteria (UFC 4‐010‐01), note that the Government may provide additional consideration for engineers and architects who have attended any DoD Security Engineer Course; Performance of surveying and mapping (Profile Code S10 in Part II) following A/E/C CADD Standards and nondestructive techniques for locating underground utilities; and experience with REVIT (cloud), Civil-3D or other building modeling technologies or virtual reality and UFC 3-101-01; 

(4) Demonstrate experience and familiarity with Federal Aviation Administration (FAA) Part 77 and preparing FAA 7460 permit applications relating to construction projects and familiarity with UFC 3-260-01;

Include supplemental information in narrative form in Section H for the below subcriteria –

(5) Cost Estimating – Describe experience using automated cost estimating systems. For each project identified under Criteria B, demonstrate project design‐to‐bid performance showing final design estimate, initial awarded bid amount, and the calculated variance comparing the costs. When the variance is 5% or greater (positive or negative), the firm shall provide a written explanation for that variance;

(6) Discuss experience in design and survey for abatement of asbestos, lead-based paint, and the handling/disposal/remediation of other toxic and regulated substances (e.g. PFOS/PFOA);

(7) Discuss experience incorporating NEPA process findings and recommendations as well as preparation of documentation pursuant to the National Environmental Policy Act (NEPA) of 1969 42 United States Code (U.S.C.) 4321–4347; the most recent Council on Environmental Quality (CEQ) Regulations for Implementing the Procedural Provisions of the National Environmental Policy Act (40 Code of Federal Regulations [CFR] §§ 1500–1508); 32 CFR 989, et seq., Environmental Impact Analysis Process (EIAP), and Air Force Instruction (AFI) 32-1015;

(8) Describe the firm's quality management plan, including quality assurance process, project design-to-cost control, coordination of the in-house work with consultants, and prior experience of the prime firm and any significant consultant.

Evaluation Methodology: Evaluation will be based on an assessment by the board of the firm’s ability to effectively address the specialized experience and technical competencies as described above. A firm that more effectively addresses the required specialized experience and technical competencies will be considered more highly qualified than one that is not able to. A firm that can correlate all experience criteria through the ten (10) submitted projects, the team’s individual resume projects, along with the narrative in Section H, will be considered more highly qualified than one that does not.  Specialized Experience and Technical Competence criteria listed are in priority order based on anticipated workload and benefit to project success.

Criteria C -

(C) Capacity to accomplish the work in the required time (SF330 Part I, Section H):

Firms must have the capacity to proceed with work and accomplish it promptly once a notice to proceed is issued and accomplish it prior to scheduled completion dates, including emergency response. Firms must demonstrate the ability to accomplish multiple task orders simultaneously. The evaluation will consider the prime availability of an adequate number of key personnel, equipment, and the extent of in-house facilities versus subcontracting needs. The A-E should submit evidence in SF 330, Part I, Section H, to support its capacity to accomplish work based on the following criteria:

(1) Describe the quality management plan, including quality assurance process, tools, and personnel as it relates to determining team composition;

(2) Describe prior experience between prime and significant sub-consultant(s); discuss process and methods used for work coordination;

(3) Describe the firm’s overall available/excess capacity, considering current and projected workload, to accomplish multiple simultaneous ANG/ARNG task orders. Demonstrate the ability to accomplish multiple task orders (roughly 2-4 task orders per year) with estimated design values at or below $600K that involve multiple concurrent disciplines and complex designs in a cost-effective, timely manner;

 (4) Illustrate the availability of the proposed project team members to manage and complete the anticipated workload as a result of a contract award from this announcement considering their existing workload;

Evaluation Methodology: Evaluation will be based on an assessment by the board of the firm’s ability to effectively address the quality management, team experience, and availability as described above.  A firm that more effectively addresses Quality Management will be considered more highly qualified than one that is not able to. A firm with a longer relationship with key sub-consultants may be considered more highly qualified than one with a shorter relationship with key sub-consultants. A firm that can effectively complete task orders utilizing the proposed team will be considered more highly qualified than one that does not.

Criteria D -

(D) Past Performance:

Firms must provide past performance information for each project included in the SF 330 submission Part I Section F.  DO NOT submit past performance for projects not included in Section F. Firms must submit the name, address, and telephone number of references. Firms may also include supporting information in the proposal, such as letters of commendation from clients, information on problems encountered, and actions taken to remedy alleged unsatisfactory performance in CPARS.

Evaluation methodology: Past performance on contracts with Government agencies and private industry regarding quality, cost control, and timeliness of work will be reviewed. Past DoD performance data, available to the Government through Contractor Performance Assessment Reporting System (CPARS), will be evaluated. Credible, documented information on past performance will be considered, except for adverse performance information to which the firm has not had an opportunity to respond.  Evaluation will be based on an assessment by the board considering the recent and relevant ratings of past performance evaluations submitted in this proposal or from available databases.  In the event of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror will not be evaluated favorably or unfavorably. Less recent ratings (more than ten years), poor ratings, and/or failure to provide requested data, accessible points of contact, or valid phone numbers may result in lower ratings.

Criteria E -
(E)
Location in the general geographical area of the projects and knowledge of the locality of the project areas within the state of Montana. Firms should have knowledge of the general geographical area of Cascade and Lewis and Clark Counties which encompasses the two predominant project locations of the states 23 Air National Guard Bases and Army National Guard, located in MT, as well as other areas throughout the State of MT along with recent experience with state laws.

(1) In SF330 Part I, Section H, describe and demonstrate the team’s familiarity with design requirements applicable to these locations;

(2) Submit information addressing your methodology for obtaining knowledge of hydrology, soil conditions, seismic conditions, weather conditions, state/local building codes, and construction industry standards;

(3) Describe measures you take to adapt standard design details to local industry/construction trades standard practice;

Evaluation Methodology: Evaluation will be based on an assessment by the board of the firm’s ability to effectively address the knowledge of locality as described above. A firm and its key sub-consultants that more effectively addresses knowledge of locality will be considered more highly qualified than one that is not able to.

Criteria F – Secondary Criteria

THE FOLLOWING SECONDARY CRITERIA WILL BE USED AS TIE-BREAKERS IF NECESSARY, listed in order of importance.

The firm shall provide all data for these secondary criteria on Part I, Section H, of the SF330 with the exception of the table of Volume of Past DoD Contracts awarded as required in #1 below. The table may be included as an appendix and will not count towards the page limitation.

(F) Tie Breakers:

  1. Volume of work awarded by DoD during previous 12 months. Offerors shall provide the volume of work awarded by DoD agencies during the previous 12 months. The volume of work shall be demonstrated in a table format and be categorized by contract, task order, project award, completion dates and design fee dollar amount. Work previously awarded to the firm by DoD will be reviewed to effect an equitable Distribution of DoD contracts among equally qualified firms. Data from the Federal Procurement Data System (FPDS) may also be used by the Government.
  2. Superior Performance Evaluations on recently completed DoD Contracts. Performance with ratings of exceptional will be considered as Superior Performance Evaluations.
  3. The extent to which potential contractors identify and commit to small business and to small disadvantaged business (SDB) where the NAICS Industry Subsector of the subcontracted effort is one in which use of an evaluation factor or subfactor for participation of SDB concerns is authorized (see FAR 19.201(b)), and to historically black college or university and minority institution performance as subcontractors. The extent of commitment shall comply with the requirements of FAR 52.219-8. Offerors demonstrating a greater commitment to small business participation will be evaluated more favorably under this criterion.
  4. Geographic Proximity: Firms based in or having branch offices in the state of Montana with core disciplines (full-service) including architects, and mechanical, civil, electrical, and structural engineers will be given tiebreaker preference.

CRITERIA RATINGS:

Technical criteria described above (A, B, D, and E) will be assigned one of the following adjectival ratings:

BLUE (Outstanding)

SF330 proposal significantly exceeds qualification requirements, demonstrates an exceptional approach and understanding of the requirements, contains multiple strengths and/or at least one significant strength, and risk of unsuccessful performance is low.

PURPLE (Good)

SF330 proposal exceeds qualification requirements, demonstrates a thorough approach and understanding of the requirements, and contains at least one strength or significant strength, and risk of unsuccessful performance is low to moderate.

GREEN (Acceptable)

SF330 proposal meets qualification requirements, demonstrates an adequate approach and understanding of the requirements, and risk of unsuccessful performance is no worse than moderate.

YELLOW (Marginal)

SF330 proposal does not meet all qualification requirements, has not demonstrated an adequate approach and understanding of the requirements, and/or risk of unsuccessful performance is high.

RED (Unacceptable)

SF330 proposal does not meet qualification requirements of the synopsis and thus contains one or more deficiencies and is unawardable (if assigned to a primary selection criteria), and/or risk of unsuccessful performance is unacceptably high.

The following adjectival relevance and performance confidence ratings will be used to evaluate the Past Performance criteria (C):

Relevance Ratings

Very Relevant - Present/past performance effort involved essentially the same scope and magnitude of effort and complexities this solicitation requires.

Relevant - Present/past performance effort involved similar scope and magnitude of effort and complexities this solicitation requires.

Somewhat Relevant - Present/past performance effort involved some of the scope and magnitude of effort and complexities this solicitation requires.

Not Relevant - Present/past performance effort involved little or none of the scope and magnitude of effort and complexities this solicitation requires.

Performance Confidence Ratings

Substantial Confidence - Based on the offeror’s recent/relevant performance record, the Government has a high expectation that the offeror will successfully perform the required effort.

Satisfactory Confidence - Based on the offeror’s recent/relevant performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort.

Neutral - No recent/relevant performance record is available or the offeror’s performance record is so sparse that no meaningful confidence assessment rating can be reasonably assigned. The offeror may not be evaluated favorably or unfavorably on the factor of past performance.

Limited Confidence - Based on the offeror’s recent/relevant performance record, the Government has a low expectation that the offeror will be able to successfully perform the required effort.

No Confidence - Based on the offeror’s recent/relevant performance record, the Government has no expectation that the offeror will be able to successfully perform the required effort.

ENFORCEABILITY OF PROPOSAL: The proposal must set forth full, accurate, and complete information as required by this announcement. By submission of the offer, the Offeror agrees that all items proposed (if applicable e.g., key personnel, subcontractors, etc.) will be used for the duration of the contract and any substitutions shall require prior Contracting Officer's approval. The award decision for this contract will be based, in part, on an evaluation of the key personnel and/or subcontractors the Contractor included in its proposal for the positions and/or items of subcontracted work identified in the proposal. The Contractor agrees these key personnel and/or subcontractors will be employed as described in its proposal and no substitutes will be employed without the prior written approval of the Contracting Officer or Administrative Contracting Officer. The Contractor further agrees that any proposed substitutes shall meet or exceed the qualifications of the original personnel and/or subcontractors. If the Contractor’s proposal did not name a subcontractor for an identified item of work, the Contractor will not be allowed to subcontract that item of work without prior approval of the Contracting Officer or Administrative Contracting Officer.  

ADDITIONAL REQUIREMENTS: Indicate in Section C.11 if the prime has worked with the team members in the past six (6) years.   

In Block G-26, along with the name, include the firm with which the person is associated. Part II is required for each branch office of the Prime Firm and any Subcontractors that will have a key role in the proposed contract. A firm will not be considered if it’s SF330 Part I is not signed, unless the SF330 Part I is accompanied by a signed cover letter or a current (within 3 years) signed SF330 Part II.  If a firm does not submit an SF330 Part II with its SF330 Part I, or have one on file, it will not be considered (FAR 36.603(b)).  

This is not a request for a price proposal. To avoid a conflict of interest, any contractor proposing as a prime may not have a subcontractor who is also proposing as a prime. This solicitation shall be viewed as one singular solicitation. Therefore, a firm submitting a proposal as a prime contractor may NOT also be listed as a subcontractor in ANY other submitted proposal under this solicitation. This requirement also applies to firms submitting as Joint Ventures. In the event a conflict of interest is found, the Contracting Officer reserves the right to deem ineligible for award the proposal submitted by the prime firm who is also proposing as a subcontractor under another firm’s proposal.

As required by acquisition regulations, interviews to discuss prospective contractors' qualifications for the contracts will be conducted only for those firms considered most highly qualified after submittal review by the selection board. Interviews may be in-person and will be scheduled after the final selection board has determined the most highly qualified firms. Because we do not know the number of offers that will need to be reviewed, the timeframe for scheduling is uncertain but is anticipated to be at least 30 days from the close of the submittal package due date.  

Small Business Firms submitting a proposal under the Small Business category are required to meet the requirements of 52.219-14, Limitations on Subcontracting (Deviation 2021-O0008)(e)(1), which states “By submission of an offer and execution of a contract, the Contractor agrees that in performance of a contract assigned a NAICS code for, (1) Services (except construction), it will not pay more than 50 percent of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count toward the prime contractor’s 50 percent subcontract amount that cannot be exceeded.” All Small Business Firms submitting a proposal under the Small Business category shall provide evidence of meeting this requirement in SF330 Section H. For all subcontractors, please provide name, CAGE Code, work to be performed by the subcontractor, small business category, and percentage of work to be subcontracted. 

AMENDMENTS: Any change made will be in the form of an amendment to the notice, and will be furnished to all prospective offerors via posting to SAM.gov. Amendments will be posted in the form of a pdf document which will show edits in the form of tracked changes. Additions will be underlined and deletions will be strikethrough.

ACKNOWLEDGEMENT OF AMENDMENTS: Offerors MUST acknowledge all amendments issued to this notice in order to be considered. Acknowledgement of ALL amendments can be provided in a cover letter when submitting the proposal.

RESPONSES TO QUESTIONS: Answers that clarify or provide an interpretation to the notice will not be posted via amendment but rather as a response to the question on SAM.gov. Responses to questions will be posted as attachments to the notice.

SUBMISSION REQUIREMENTS: Interested Architect-Engineer firms having the capabilities to perform this work are invited to submit their SF 330 (Architect-Engineer Qualifications).

The most current version of the SF 330 (https://www.gsa.gov/forms-library/architect-engineer-qualifications) must be used. Include the firm’s Unique Entity ID (UEI) number in Block 5 of the SF 330 PART I, Section B.

Offerors shall submit their responses via email to eric.s.bailey.civ@army.mil.

RECEIPT OF SUBMISSIONS: For the purposes of establishing whether a submission is considered late, the Government considers (the earlier of) the date and time of receipt of the email notification to the Contract Specialist and Contracting Officer. For responses larger than a single email capacity and which require multiple submissions, the Government will consider (the earlier of) the date and time of receipt of the email notification to the Contract Specialist and Contracting Officer of the last submission. Do not assume that electronic communication is instantaneous. It can take several minutes or even hours in some cases.

To verify your proposal has been delivered, you may e-mail eric.s.bailey.civ@army.mil. To be eligible for contract award, a firm must be registered with the System for Award Management (SAM) database. For instructions on registering with SAM, please see the SAM website at https://www.sam.gov/.

All fonts shall be at least 10 pitch or larger. Pages shall be 8-1/2 inches by 11 inches. PART I OF THE SF 330 SHALL NOT EXCEED 75 PAGES. The Organization Chart required in Section D and the Matrix required as Section G, PART I of the SF 330 may be presented on a page up to 11 inches by 17 inches. Blank pages separating the sections within the SF 330 will not count in the page-count maximum for PART I. A maximum of ten (10) projects including the prime and consultants will be reviewed in PART I, Section F. Resumes in Section E and example projects in Section F shall not exceed two pages each. Indicate in Section C.11 if the prime has worked with the team members in the past five years. When listing projects in PART I, Section F an Indefinite Delivery Contract (IDC) or IDIQ contract with multiple Task Orders as an example, is not considered a project. A task order executed under an IDC/IDIQ contract is a project. In Block G-26, along with the name, include the firm with which the person is associated. A Part II is required for each branch office of the Prime Firm and any Subcontractors that will have a key role in the proposed contract. A firm will not be considered if its SF 330 Part I is not signed, unless the SF 330 Part I is accompanied with a signed cover letter or a current signed SF 330 Part II. If a firm does not submit a SF 330 Part II with its SF 330 Part I, or have one on file, it will not be considered (FAR 36.603(b)).

Solicitation packages shall not be provided. SF 330s must be received no later than 10:00am Mountain Time on March 16, 2026. Regulation requires that the Selection Board not consider any submittals received after this time and date. Late proposal rules for receipt of the SF 330s IAW FAR 15.208 will be followed for packages received after 10:00am Mountain Time on the closing date specified in this announcement.

As required by acquisition regulations, interviews for the purpose of discussing prospective contractors' qualifications for the contracts will be conducted only for those firms considered most highly qualified after submittal review by the selection board. Interviews will be in person and will be scheduled approximately 30 days after receipt of submittal packages.

All questions shall be in writing as outlined below. Phone calls and personal visits for the purpose of discussing this solicitation with ANG or ARNG contracting/project management and or engineering personnel are not allowed.

SUBMIT QUESTIONS ONLY TO: Mr. Eric Bailey, Contracting Officer, at eric.s.bailey.civ@army.mil. No phone questions will be honored. Questions will be answered in writing and posted to a Questions and Answer document and posted to https://SAM.gov/. Contractors are encouraged to view the Q&A document BEFORE submitting a question as it may already be answered.

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.