Add Bids
Search By Category/Country/Location by state
Bid Entry Form
Bid Title:
City:
Location by state:
Select Country/Location by state
Alabama
Alaska
American Samoa
Arizona
Arkansas
Baker Island
California
Colorado
Connecticut
Delaware
District of Columbia
Florida
Georgia
Guam
Hawaii
Howland Island
Idaho
Illinois
Indiana
Iowa
Jarvis Island
Johnston Atoll
Kansas
Kentucky
Kingman Reef
Louisiana
Maine
Maryland
Massachusetts
Michigan
Midway Atoll
Minnesota
Mississippi
Missouri
Montana
Navassa Island
Nebraska
Nevada
New Hampshire
New Jersey
New Mexico
New York
North Carolina
North Dakota
Northern Mariana Islands
Ohio
Oklahoma
Oregon
Palmyra Atoll
Pennsylvania
Puerto Rico
Rhode Island
South Carolina
South Dakota
Tennessee
Texas
United States Minor Outlying Islands
United States Virgin Islands
Utah
Venezuela
Vermont
Vietnam
Virginia
Wake Island
Washington
West Virginia
Wisconsin
Wyoming
Yemen
Category:
Select Category
Accounting/Audit/Administration
Business Consulting
Construction
Educational Services
Engineering
Food Catering Services
Healthcare/Medical Supplies
Janitorial
Landscaping
Legal
Logistics
Professional Services
Real Estate
Transportation Services
Tree Removing Service
Agency Contact Information:
Phone Number:
Bid/Proposal Due Date:
Bid Close Date:
Bid Walkthrough Date:
Estimate:
Term:
Classifications:
Description:
MTNG Architect-Engineer (A-E) Single Award Task Order Contract (SATOC) Solicitation Number: W9124V26RA001 Department/Ind. Agency: DEPT OF DEFENSE Sub-Tier: DEPT OF THE ARMY Major Command: NGB Office: W7NK USPFO ACTIVITY MT ARNG Location: Great Falls, MT Notice Type: Synopsis/Solicitation Amendment Posted Date: 2/20/2026 Response Date: 3/16/2026 9:00 AM Archive Date: 3/31/2026 Links Updated: 2/23/2026 2:05 AM Set Aside: Total Small Business Classification Code: C - Architect and engineering services PSC Code: C211 (ARCHITECT AND ENGINEERING- GENERAL: LANDSCAPING, INTERIOR LAYOUT, AND DESIGNING) NAICS: 541330 - Engineering Services Last Change: 2/23/2026 2:05 AM 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 managem
Submit Bid