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.*