Search Contract Opportunities

ARCHITECT ENGINEER SERVICES FOR PETROLEUM, OIL, AND LUBRICANT FACILITIES MULTIPLE AWARD TASK ORDER CONTRACT (MATOC) FOR AFCEC WORLDWIDE FUELS INFRASTRUCTURE MISSION (AE23POL MATOC)   17

ID: FA890322R0048 • Type: Solicitation • Match:  85%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Loading

Description

Posted: July 18, 2022, 2:09 p.m. EDT

Updated file named AE23POL Synopsis dated 7 Jul 2022 to AE23POL Synopsis dated 15 Jul 2022.- See the yellow highlighted sections in AE23POL Synopsis dated 15 Jul 2022.

Attached AE23POl Questions and Answers 8 July 2022 with answers to all timely submitted questions.

*Visit 'https://piee.eb.mil/sol/xhtml/unauth/search/oppMgmtLink.xhtml?solNo=FA890322R0048' to obtain more details.*

Posted: July 18, 2022, 12:28 p.m. EDT
Posted: July 8, 2022, 7:40 p.m. EDT
Posted: July 6, 2022, 3:35 p.m. EDT
Posted: July 5, 2022, 11:51 a.m. EDT
Posted: June 24, 2022, 5:27 p.m. EDT
A. GENERAL INFORMATION The 772 Enterprise Sourcing Squadron (ESS) in conjunction with the Air Force Civil Engineer Center (AFCEC), Joint Base San Antonio - Lackland Air Force Base, TX, desires to contract with Architect-Engineer (A/E) firms in support of the Defense Logistics Agency (DLA) worldwide fuels infrastructure mission. We anticipate awarding a Multiple Award Task Order (MATOC) Indefinite-Delivery, Indefinite-Quantity (IDIQ) Architect-Engineer (AE) contract to support the worldwide Department of Defense (DoD) fuels infrastructure mission, to include installations supported by the Air Force, Army, Navy, Coast Guard, Air National Guard, allied nations, and others. These Architect-Engineer Services for Petroleum, Oil, and Lubricant Facilities (AE POL) will provide for Title I, Title II, and associated DoD AE POL services with a total contract ceiling of $500M, to be shared among all contract holders. The 772 ESS anticipates making awards to approximately 14 firms, including a Small Business Reserve of five (5) firms. The government reserves the right to award to more firms, fewer firms, or none. The Task Order limitation will be a minimum of $2,500 and maximum of $5M, subject to the conditions of FAR 52.216-19 - Order Limitations. For purposes of this synopsis, the term Offeror refers to the firm or Joint-Venture firm that submits a SF330 as a result of this synopsis. ORDERING PERIOD AND CONTRACT TYPE: Each basic IDIQ contract within the MATOC will have a single, ten-year ordering period with pre-negotiated fully-burdened labor rates for the 10 year period. The IDIQs will be structured to allow for the issuance of Firm Fixed Price (FFP) negotiated task orders during the ordering period. INTENT: For this Basic MATOC, the Government does not intend, nor expect, the most highly qualified firms to be able to demonstrate experience and/or knowledge of DoD POL-related A-E (heretofore: AEPOL) services all over the world; however, more consideration will be given to firms that have greater experience across a broader geographical area. Firms that have experience in a limited geographical area will likely not be considered among the most highly qualified. Further, the Government also does not intend nor expect the most highly qualified firms to be able to perform every type of DoD AEPOL service described in this synopsis; however, more consideration will be given to firms that have greater experience across a broader range of relevant services. Firms that demonstrate a limited depth of relevant services will likely not be considered the most highly qualified. Firms of all types and sizes that perform DoD AEPOL services described in this synopsis are encouraged to submit SF 330s. At the Task Order level, a more in-depth evaluation will occur to determine which of the MATOC holders is the most highly qualified for the type of work required by that task order, with specific geographical knowledge of the locality and capacity of the firm to perform that specific task also taken heavily into consideration in the task order selection decision. Offerors shall keep in mind that task orders may require performance in any US state or country where the US Government has a presence, and thus Small Businesses that focus on a small geographical area may be the most highly qualified for that area at the task order level. USE OF TEAMING PARTNERS: Offerors are also advised that while teaming partners are permitted, they are not encouraged nor desirable. The Government intends to award directly to DoD AEPOL firms that perform DoD AEPOL services in-house (organically) without extensive use of teaming partners. DoD AEPOL firms that submit SF330s that demonstrate project management, oversight, quality control, or other support tasks that are performed in-house (organically), but where the technical DoD AEPOL services are performed by teaming partners or subcontractors, will NOT be considered the most highly qualified. The Government intends to award directly to those firms that perform DoD AEPOL services with their own personnel. To emphasize this point, all firms selected as the most highly qualified for this DoD AE POL MATOC and issued a Request for Proposal will be required to submit and negotiate one composite labor rate per labor category/discipline, to be incorporated into the contract. Teaming partner rates will not be negotiated separately. PLEASE OPEN THE ATTACHED SYNOPSIS FOR ALL DETAILS *Visit 'https://piee.eb.mil/sol/xhtml/unauth/search/oppMgmtLink.xhtml?solNo=FA890322R0048' to obtain more details.*
Background
The 772 Enterprise Sourcing Squadron (ESS) in conjunction with the Air Force Civil Engineer Center (AFCEC), Joint Base San Antonio - Lackland Air Force Base, TX, desires to contract with Architect-Engineer (A/E) firms in support of the Defense Logistics Agency (DLA) worldwide fuels infrastructure mission. The contract is for a Multiple Award Task Order Contract (MATOC) Indefinite-Delivery, Indefinite-Quantity (IDIQ) Architect-Engineer (AE) contract to support the worldwide Department of Defense (DoD) fuels infrastructure mission, to include installations supported by the Air Force, Army, Navy, Coast Guard, Air National Guard, allied nations, and others. The total contract ceiling is $500M to be shared among all contract holders. The 772 ESS anticipates making awards to approximately 14 firms, including a Small Business Reserve of five (5) firms.

Work Details
The contract will support Architect-Engineer (AE) services specifically for DoD Petroleum, Oil, and Lubrication (POL) Facilities at worldwide locations. The services include renovation of existing facilities, demolition, repair, or replacement of DoD POL Facilities through Title I, Title II, and associated DoD AE POL services necessary to complete individual task order requirements at locations worldwide. The work includes planning studies, construction design packages, emergent projects, cathodic protection and API inspections, STI tank inspections, Title II services for CONUS and OCONUS projects. The selection of the most highly qualified firm at the task order level will be consistent with the procedures in and DFARS 236.6.

Period of Performance
Each basic IDIQ contract within the MATOC will have a single ten-year ordering period with pre-negotiated fully-burdened labor rates for the 10 year period.

Place of Performance
The geographic location(s) where the contract will be performed include US installations supported by the Air Force, Army, Navy, Coast Guard, Air National Guard, allied countries and others.

Overview

Response Deadline
July 25, 2022, 4:00 a.m. EDT Past Due
Posted
June 24, 2022, 5:27 p.m. EDT (updated: July 18, 2022, 2:09 p.m. EDT)
Set Aside
None
Place of Performance
Not Provided
Source

Current SBA Size Standard
$25.5 Million
Pricing
Fixed Price
On 6/24/22 Air Force Installation Contracting Agency issued Solicitation FA890322R0048 for ARCHITECT ENGINEER SERVICES FOR PETROLEUM, OIL, AND LUBRICANT FACILITIES MULTIPLE AWARD TASK ORDER CONTRACT (MATOC) FOR AFCEC WORLDWIDE FUELS INFRASTRUCTURE MISSION (AE23POL MATOC) due 7/25/22. The opportunity was issued full & open with NAICS 541330 and PSC C1GC.
Primary Contact
Name
GEOFFREY BENDER   Profile
Phone
(210) 395-8395

Documents

Posted documents for Solicitation FA890322R0048

Opportunity Assistant

Opportunity Lifecycle

Procurement notices related to Solicitation FA890322R0048

Award Notifications

Agency published notification of awards for Solicitation FA890322R0048

IDV Awards

Indefinite delivery vehicles awarded through Solicitation FA890322R0048

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation FA890322R0048

Similar Active Opportunities

Open contract opportunities similar to Solicitation FA890322R0048

Experts for ARCHITECT ENGINEER SERVICES FOR PETROLEUM, OIL, AND LUBRICANT FACILITIES MULTIPLE AWARD TASK ORDER CONTRACT (MATOC) FOR AFCEC WORLDWIDE FUELS INFRASTRUCTURE MISSION (AE23POL MATOC)

Recommended subject matter experts available for hire

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE AIR FORCE > AFMC > AF INSTALLATION & MISSION SUPPORT CENTER > FA8903 772 ESS PK
FPDS Organization Code
5700-FA8903
Source Organization Code
500019401
Last Updated
July 31, 2022
Last Updated By
geoffrey.bender.1@us.af.mil
Archive Date
July 31, 2022