Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 14, 2017 FBO #5651
MODIFICATION

R -- Gender and Social Inclusion (GSI) Consultant in East Timor - Amendment 1

Notice Date
5/12/2017
 
Notice Type
Modification/Amendment
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Millennium Challenge Corporation, MCC, Washington DC, 1099 Fourteenth St NW, Suite 700, Washington, District of Columbia, 20005, United States
 
ZIP Code
20005
 
Solicitation Number
MCC-17-RFQ-0071
 
Archive Date
6/30/2017
 
Point of Contact
Andrew E. Lee, Phone: 2025213669
 
E-Mail Address
leeae@mcc.gov
(leeae@mcc.gov)
 
Small Business Set-Aside
N/A
 
Description
MCC-17-RFQ-0071 Request for Quotes (RFQ Amendment 1) *See the attachments for the complete detail Request for Quotes Gender and Social Inclusion (GSI) Consultant in East Timor MCC-17-RFQ-0071 Amendment 1 This Amendment 1 is to address questions posed by the interested offerors: 1.Q: The last page of the RFQ asks the offerors to "Do not combine your submission into a single document. Documents (a), (b), (c), and (d) listed above must be submitted as separate documents." However, there is no Document (d) listed above. Is this a typo? A: Yes, this is a typo and the RFQ has been corrected to remove "(d)." 2.Q: Are offerors required to enter "Proposed Pay Supplement" in the attached Bio-Data Form? A: No, this is not required. We only need the Full Labor Rate. If offerors list only one rate in the Block 4 of the Bio-Data Form, MCC will assume that it is the offeror's proposed Full Labor Rate. 3.Q: Under No. 14 of the RFQ, what does it mean for the "overall costs for subcontracting shall not exceed 25% of the total negotiated unloaded direct labor cost"? A: This address the subcontracting limitations. MCC wants at least 75% of the value of the services to be performed by the awardee (independent contractor). If she/he requires outside help, this must not exceed 25% of the total negotiated direct labor cost. For example, if the negotiated direct labor cost on the contract is $10,000, then at least $7,500 of the work must be completed and charged directly by the awardee. End of Amendment 1 1.The Millennium Challenge Corporation (MCC) is a U.S. Government corporation whose mission is to provide assistance that will support economic growth and poverty reduction in carefully selected countries that demonstrate a commitment to just and democratic governance economic freedom, and investments in their citizenry. For more information on the MCC, please visit www.mcc.gov. 2.This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information including in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is MCC-17-RFQ-0071 and is issued as a request for quotations (RFQ). This solicitation document incorporates all mandatory commercial item provisions and clauses that are in effect through the most recent Federal Acquisition Regulation amendments which can be found at http://www.acquisition.gov/far/index.html. 3.This combined synopsis and solicitation notice is a request for competitive quotations. Therefore, all quotations received prior to the RFQ due date will be considered. 4.The North American Industrial Classification Systems (NAICS) code is 541611 Administrative Management and General Management Consulting Services and the small business size standard is $15 million in total annual receipt. 5.FAR clauses 52.212-1 through 52.212-5 apply to this procurement. The exact text and wording of clauses and provisions may be obtained from the Internet at http://acquisition.gov/far/index.html. FAR clause 52.212-4 Alt. I Contract Terms and Conditions-Commercial Items is attached. 6.The Government contemplates the award of a time-and-material (T&M) contract resulting from this solicitation. 7.The Government will award a BPA call to the responsible independent consultant ("awardee") whose quote, conforming to this notice, represents the best value in terms of technical criteria, past performance, and price. All non-price factors (technical criteria and past performance) are more important than price. If found advantageous, the Government reserves the right to make more than one award as a result of this solicitation. 8.This announcement is for an independent consultant and is not for individuals seeking employment directly with MCC. For information regarding independent contractors, please visit: http://www.irs.gov/Businesses/Small-Businesses-&-Self-Employed/Independent-Contractor-Defined. MCC will assist the awardee in coordinating with an independent contractor engagement services provider, who currently holds a blanket purchase agreement (BPA) with MCC, for payroll, travel, international travel insurance, etc.; therefore, a DUNS number and registration in System for Award Management (SAM) is not required. 9.Background. MCC recognizes that gender inequality can be a significant constraint to economic growth and poverty reduction. MCC's gender policy and operational guidance ensure that gender will be considered in the selection of eligible countries and integrated into the development and design of Compact programs, the assessment and implementation of projects funded by the Millennium Challenge Account (MCA), the monitoring of program results, and the evaluation of program impacts (http://www.mcc.gov/documents/guidance/14-genderpolicy.pdf). The Millennium Challenge Act states that MCC must provide such assistance in a manner that promotes economic growth and the elimination of extreme poverty; MCC's Social and Gender operational requirements thus ensure that gender and social inclusion are integrated at every stage of compact development and implementation (https://www.mcc.gov/documents/guidance/guidance-2011001054001-genderintegration.pdf). East Timor was selected as eligible by the MCC board to develop a Threshold Program (THP) with MCC in December 2016. To inform the programming of MCC funds, each selected country begins with a thorough analysis of their economy aimed at identifying the most serious impediments to growth and poverty reduction, called the Constraints Analysis. Following the completion of the CA, this Consultancy will support social and gender integration in the East Timor THP project development, and implementation process, MCC is currently developing or implementing compacts in other countries where social and gender inequalities are significant, and particular attention in program design will be needed to ensure that project benefits reach women, the poor, and socially disadvantaged populations. 10.Country. East Timor and other MCC eligible countries. 11.Description of Services. MCC seeks to contract a consultant to support MCC's Social and Gender Inclusion staff, Core Team, and Gender and Social Lead with research, analysis, reviews and advice to ensure the appropriate integration of social and gender perspectives into THP/compact. This consultant will support the completion of the integrated constraints analysis, deep dive assessment, program and project development, internal investment documentation, due diligence, and design, implementation and monitoring of THP/compact activities for East Timor and other MCC eligible countries. 12.Tasks. The consultant's tasks include, but not limited to, the following: 1.Support the preliminary analysis phase of compact development for East Timor through the Constraints Analysis by focusing on key poverty, social and gender inequalities, and ensuring their integration into the overall CA report. This work with require close collaboration with the economists in data identification, analysis and integration, and with members of MCC's Finance, Investment and Trade (FIT) group. 2.Following the completion of the CA, carry out a deep dive assessment of the key social and gender inequalities and opportunities for project development in the sectors associated with the binding constraints for East Timor. This report should include recommendations for social and gender integration in the sectors of focus to ensure inclusive, pro-poor benefits. 3.Assessments, advice and input into activity design to ensure social and gender integration into the identified as binding constraints through the Constraints Analysis. 4.Support MCC staff in providing technical inputs into consultative processes, terms of reference, gender assessments, feasibility studies, and project performance reports. 5.Plan and carry out stakeholder interviews and consultations with a range of stakeholders, including NGOs, women's associations, government entities, private sector stakeholders, beneficiaries and others. 6.Support the development of Social and Gender Integration Plans, and help monitor compliance. 7.Advice on monitoring and evaluation approaches, inputs into survey design, monitoring and evaluation plans and indicators. 8.Provide reviews and technical inputs on program logics, design documents, project assessments, implementation plans, monitoring and evaluation plans. 9.Provide recommendations on how projects may be better designed and implemented to ensure that both women and men, as well as members of socially disadvantaged and/or minority groups benefit equitably from MCC investments. 10.Monitor compliance with social and gender milestones and operational requirements and keep GSI staff informed of progress and delays. 11.Support staff in evaluating the technical adequacy and in providing technical input to project-specific TORs for environmental and social impact assessments (ESIAs), environmental and social management plans (ESMPs), resettlement action plans (RAPs), HIV/AIDS risk management plans, Counter Trafficking In Persons assessments and risk management plans, health and safety plans, community engagement strategies, and other mitigation strategies pertaining to IFC performance standards, such as child labor and cultural heritage. 12.Provide expertise to staff regarding monitoring, assessing and evaluating social and gender performance, outcomes and impacts of THP/Compact-funded activities. 13.Provide support in social and gender-related THP/Compact-closure activities. 14.Other relevant or related tasks as assigned. 13.Deliverables. The consultant's deliverables include, but not limited to, the following: 1.Social and gender analysis to help inform the Constraints Analysis, delivered as both a separate paper and written input/contributions to the overall Constraints Analysis document. 2.Social and gender sectoral assessment, focused on sectors chosen process. 3.Work plans for each mission and trip reports. 4.Reports, assessments, and evaluations as agreed. 5.Reviews of relevant request for proposals, terms of reference, ad hoc reports, reviews of concept papers, project design, M&E plans, TORs, and other information as may be requested by the COR/PM. 6.Other advisory support and outputs, as requested and mutually agreed upon. 14.Period and Place of Performance. This consultancy maybe filled as a short-term consultancy for 60 months (5 years) with approximately 2 to 3 two-week in-country missions planned each year. The estimated level of effort is approximately 940 hours per year. MCC anticipates this level of effort but does not guarantee this level of effort as it may increase or decrease. The consultant will work from her or his home office and/or as otherwise agreed with MCC. The consultant may be requested to mobilize on a short notice for in-country travel and will be expected to deliver high quality finished products in a timely manner. The consultant will be expected to work closely with MCC and to also liaise with government counterparts in East Timor and other countries, in particular the country's social and gender specialists. 15.Subcontracting. The awardee is authorized to subcontract data collection, data preparation, economic analysis, social and gender analysis, and related services as needed. The overall costs for subcontracting shall not exceed 25% of the total negotiated unloaded direct labor cost. 16.Contracting Officer Representative (COR) / Project Monitor (PM). The COR/PM shall have technical responsibility over the Consultant. Any change in the terms of the Contract must be made in writing and approved by the Contracting Officer. No representation of the COR/PM shall serve as a basis for an alteration in the general scope of this Contract or of the terms and conditions of the Contract unless confirmed in writing by the Contracting Officer. The Consultant must communicate with the Contracting Officer on all matters that pertain to the Contract terms. Proceeding with work without proper contractual coverage could result in nonpayment for that work. 17.Evaluation Factors. Only quotes which meet the mandatory technical evaluation criteria will be considered. Candidates with preferred qualifications will be given additional consideration. I. Technical Evaluation Criteria: All mandatory qualifications described below in the Qualifications section must be clearly addressed in a resume. I.1. Mandatory Qualifications: I.1.a.An advanced postgraduate degree (accredited Masters or Ph.D.) in sociology, anthropology, or a related discipline (gender studies, development studies). I.1.b.At least ten (10) years of experience in poverty reduction, social inclusion and gender work in an international development context, especially in East Asia and Pacific. I.1.c.Demonstrated experience in: 1.Participatory development. Experience in planning and conducting public consultations with a wide range of stakeholders in government and civil society and analyzing and communicating results; 2.Managing and carrying out technical analysis on gender, social and poverty issues in project designs, assessments, management plans, performance monitoring plans, and in procurement and contract documents; and 3.Developing and reviewing TORs with social and gender perspective, and ensuring compliance with TORs. I.1.d.Excellent English speaking (Level 4) and writing skills (Level 4). I.2. Desired Qualifications: I.2.a.Prior experience in East Timor working on social and gender inclusion, and existing networks and relationships with key international and local organizations in the country is a plus. I.2.b.Fluency in Portuguese language (speaking, reading, and writing). I.2.c.Prior experience working with MCC. I.2.d.Demonstrate the ability to write high-quality analytical papers and reports on deadline. I.2.e.Exhibit responsible and flexible attitude and capable of managing a variety of tasks with minimal supervision. MCC reserves the right to interview the candidates. II. Past Performance: Three to five (3-5) professional references for relevant work performed during the past three years. III. Price: The Government will examine the proposed rate for reasonableness. 18.Evaluation Methodology. The Government will perform a comparative analysis of quotes and will assess the advantages and disadvantages of each quote as related to the Evaluation Factors. Multiple awards may be made from this notice and all quotes will be retained and may be utilized for additional requirements for a period of 12 months. 19.Quote Deadline. Interested offerors are invited to submit their quotations in response to this notice by no later than 5:00 pm Eastern Time (ET) on 19 May 2017. Late submissions will not be considered for award. Quotations submitted in response to this notice should include the solicitation number "MCC-17-RFQ-0071" and the description "GSI Consultant in East Timor" in the subject line and be signed, dated, and submitted via email to leeae@mcc.gov. The maximum file size for the submission is 10MB. Any request for additional information must be emailed to leeae@mcc.gov by 2:00 pm ET on 11 May 2017. The Government intends to address all requests by 15 May 2017. 20.Exclusion of Quotes and Communications. At any time prior to award, including upon receipt of quotes, the Government may exclude a quote from further consideration for reasons, including, but not limited to, the quote being noncompliant with submission requirements instructed in this solicitation; the offer being not among the most highly qualified; or the offer being unlikely to be selected for award. The Government need not notify the offeror that its quote has been excluded from further consideration or provide the offeror with a pre-award debriefing. However, the offeror will be provided post-award notification and, if requested, a brief explanation of the basis of the award decision. Upon the receipt of quotes, the Government will conduct an evaluation. The Government intends to evaluate quotes and issue a contract without communications with offerors. However, during the evaluation process, the Government at its sole discretion may communicate with any number of offerors for any purpose, including, but not limited to, requesting additional information about an offer, speaking directly with the offeror(s) about the quote and capabilities, and to request revised quotes. For quote revisions, the Government at its sole discretion may impose non-common due dates. This means the Government may designate a quote revision due date that varies for different offerors. 21.Quote Submission. Interested individuals must submit the following in English language: a.Technical: (1) Cover letter that addresses all technical criteria as listed in this solicitation, and (2) Curriculum Vitae in chronological order starting with the most recent position (10 pages maximum; must clearly demonstrate the education, experience, knowledge, skills, and abilities as they relate to the Qualification/Evaluation elements listed above), Microsoft Word format. b.Past Performance: Three to five professional references with contact phone and email information, Microsoft Word format. c.Price: Complete the attached Bio-Data form [see attached] to include the applicant's proposed rate and salary history. Do not combine your submission into a single document. Documents (a), (b), and (c) listed above must be submitted as separate documents. 22.FAR 52.212.3 Offeror Representations and Certifications-Commercial Items will be required from the selected offeror, prior to the award. 23.The following clauses will apply to the resulting contract: a.52.249-70 Termination Clause b.52.232-72 Limitation of Funds-Incrementally Funded Contracts 24.There are no additional contract requirements(s) necessary for this acquisition other than those consistent with customary commercial practices. 25.See attached documents, (a) Addendum to FAR clause 52.212-4 Alt. I, (b) MCC Bio-Data Form, and (c) Statement of Work. __________________________________________________ Taylor J. Wolf Contracting Officer Millennium Challenge Corporation
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/MCC/MCCMCC/MCCMCC01/MCC-17-RFQ-0071/listing.html)
 
Record
SN04507582-W 20170514/170512235714-87ccefba307f48984a7dbac7968ddb3b (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.