Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 01, 2013 FBO #4207
MODIFICATION

R -- Support of MCC's Threshold/Compact Development; Monitoring & Evaluation; Economic Analysis; Finance, Investment & Trade; Social & Gender Issues; & Institutional Review Boards - Amendment 4 - Responses to Questions

Notice Date
5/30/2013
 
Notice Type
Modification/Amendment
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Millennium Challenge Corporation, MCC, Washington DC, 875 Fifteenth Street, N.W., Washington, District of Columbia, 20005
 
ZIP Code
20005
 
Solicitation Number
MCC-13-RFQ-0084
 
Archive Date
12/31/2019
 
Point of Contact
David F. Fuller,
 
E-Mail Address
fullerdf@mcc.gov
(fullerdf@mcc.gov)
 
Small Business Set-Aside
N/A
 
Description
Amendment 4 - Responses to Questions AMENDMENT 4 - Responses to Questions is attached. AMENDMENT 3 The BPA covers six distinct technical work areas of possible technical work in the future: • Threshold Program • Economic Analysis • Monitoring and Evaluation • Institutional Review Boards (IRBs) • Social and Gender • Finance, Investment and Trade Each of these six work areas include a range of possible technical skills that will be required on future call orders, and for some, especially M&E, the range of skills listed is very wide. Given this breadth of listed technical skills described under the BPA, it is possible that many (and possibly most) vendors will not have all the requisite skills across all six work areas or within some or all of the six work areas. This reality should not discourage vendors from responding individually, nor should it be seen as a signal that small vendors need to work together with a large prime contractor to be recognized by MCC. From MCC's perspective, the objective of the BPA is to generate a population of known vendors with known areas of expertise and interest. While vendors are free to work together to submit a response to the RFQ on all elements of the six work areas, that is not MCC's primary intent. Instead, MCC encourages vendors to respond individually or in small groups to demonstrate their core competencies on any or all of the six work areas and on any or all of the skills required within each work area. It is not MCC's intention to receive responses from a small number of mega-consortia that cover all areas; rather, MCC is seeking to establish relationships with a broad range of possible future partners. That relationship is expected to be flexible. Vendors that demonstrate core competency in a subset of skills within a work area or within a sub-set of work areas will have the opportunity to respond to future task orders either by building new institutional capacity in skills that were not previously listed or to work together with other vendors that have complementary skills. In other words, individual responses from small vendors that cover only a sub-set of skills or work areas will not preclude those vendors from bidding either individually or collectively on task orders that reach beyond the core competencies listed in their response to the BPA. See Attached Q&As. The first cut off date for vendor submissions of Capability Statements for MCC-13-RFQ-0084 is extended for 2 weeks from May 24, 2013 to June 7, 2013 at 2:00pm Eastern Daylight Time. Awards of Blanket Purchase Agreements may be made prior to the cut off date. Answers to technical questions will follow in the next amendment to this solicitation. The Millennium Challenge Corporation (MCC) is seeking to establish multiple Blanket Purchase Agreements (BPA) under FAR 13.5 "Test Program for Certain Commercial Items" to support the requirements of MCC's Department of Policy and Evaluation (DPE) and the Department of Compact Operations (DCO). The Scope areas include: 1) Threshold and Compact Development, 2) Monitoring and Evaluation, 3) Economic Analysis, 4) Finance, Investment and Trade, 5) Social and Gender Issues, and 6) Institutional Review Boards. The first cut off date for vendor submissions of Capability Statements is May 24, 2013 at 2:00pm Eastern Daylight Time. Awards of Blanket Purchase Agreements may be made prior to the cut off date. The solicitation will remain open until December 31, 2018 but submissions will not be accepted after the cut off date identified until the Government reopens a submission period. Please set up an alert to be notified of any amendments. The vendors shall supply qualified personnel and other services and supplies necessary to perform tasks or subtasks in one or more areas that include, but are not limited to, the following scope areas (see attached RFQ for a more details) Threshold/Compact Program Diagnostics Threshold/Compact Program Development Threshold/Compact Program Implementation Impact Evaluations Performance Evaluations HDM-IV and REDS Model Evaluations Peer Reviews of Final Evaluation Results Data Analysis and Dissemination Quantitative Data Collection Qualitative Data Collection Data Quality Assurance Capacity Building Economic Analysis Institutional Review Boards Finance, Trade and Investment Social and Gender Issues Vendors need not be capable of performing every requirement under the BPA. Vendors may submit Capability Statements for any of the program needs stated above. Responses to this Request for Capability Statement shall be submitted to David F. Fuller, at fullerdf@mcc.gov. To ensure timely handling, the subject line of ALL email correspondence, SHALL include "MCC-13-RFQ -0084 (vendor name)". Statement of Capabilities - Vendors shall submit Capability Statements for any of the areas stated above. Attached to this Capability Statements request is RFQ MCC-13-RFQ-0084 which includes the Scope, Background, Objectives, and Clauses, as well as a Workbook with TABS for "Rates", "Past Performance Matrix", and "Business Information". Interested vendors shall submit a capability statement of no more than Thirty (30) single-sided pages (excluding CVs and Workbook), which demonstrates the firm's ability to perform the key scope requirements described above and in the attachments to this synopsis. Standard company brochures and/or paraphrasing of the SOW will not be considered sufficient to demonstrate the capabilities of an interested party. Vendors shall utilize the attached Workbook to submit their fully loaded rates for any and all labor categories the vendor can perform. Rates shall be submitted for all years covering the BPA and shall coincide with the calendar year and only change on January 1 of every year. Vendors shall submit past performance information in the format identified in the Workbook in the Tab entitled "Past Performance Matrix. Vendors shall submit company information in the format identified in the Workbook Tab entitled "Business Information". Multiple BPA awards are intended. The Government will award BPAs to the Offeror(s) whose solution best conforms to the solicitation, that is determined to be most advantageous to the Government and meets the criteria in Section C, Description/Specifications/Statement fo Work, with the lowest perceived risk to the Government, alignment with MCC and Country Team Operations.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/MCC/MCCMCC/MCCMCC01/MCC-13-RFQ-0084/listing.html)
 
Place of Performance
Address: The primary place of performance is overseas, with some work done at the vendor location. Overseas locations may include countries where the Millennium Challenge Corporation has or may provide foreign assistance. See www.mcc.gov for current and potential future locations abroad., United States
 
Record
SN03075271-W 20130601/130530234907-6d098ba1072a6538e7aa1c59c4f0f2b3 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.