Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 29, 2017 FBO #5666
SOLICITATION NOTICE

R -- Transportation and Vertical Structures (TVS) Infrastructure Consulting Services, Philippines - 17RFQ0076 RFQ

Notice Date
5/27/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical 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-0076
 
Archive Date
8/31/2017
 
Point of Contact
Andrew E. Lee, Phone: 2025213669
 
E-Mail Address
leeae@mcc.gov
(leeae@mcc.gov)
 
Small Business Set-Aside
N/A
 
Description
17RFQ0076 RFQ Pricing (Required) 17RFQ0076 Request for Quotes (RFQ) This requirement is for MCC TVS BPA holders. Refer to the attachments for the complete detail. The RFQ (.pdf) file has bookmarks enabled, which may ease toggling among different sections. Table of Contents SECTION A1 A.1 SF 1449 SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS1 SECTION B: SERVICES AND PRICES/COSTS5 B.1.Purpose5 B.2.Contract Type5 B.3.Price/Cost Schedule5 Item Information5 B.4.Labor Categories and Rates6 B.5.Ordering Procedures7 B.6.Order of Precedence7 SECTION C: DESCRIPTION/SPECIFICATIONS/STATEMENT OF WORK8 MCC DCO TVS Advisory Services in Philippines8 C.1.Introduction8 C.2.Background8 C.3.Objective11 C.4.Scope11 C.5.Tasks11 C.5.1.General Tasks12 C.5.2.Specific Tasks22 C.6.Conflict of Interest30 C.7.Technical Direction30 C.8.Travel31 Each of the Option Years31 SECTION D: PACKAGING AND MARKING32 SECTION E: INSPECTION AND ACCEPTANCE33 E.1.Responsibility for Inspection and Acceptance33 E.2.Performance Monitoring33 E.1.1.Quality Assurance33 E.1.2.Quality Monitoring33 SECTION F: DELIVERIES OR PERFORMANCE34 F.1.Period of Performance (PoP)34 F.2.Place of Performance34 F.3.Deliverables34 F.4.Document Ownership and Information Management System Requirements35 F.5.Estimated Level-of-Effort (LoE) and Other Direct Cost (ODC), Including Travel Requirement36 Base:36 Option Period 1:36 Option Period 2:37 SECTION G: CONTRACT ADMINISTRATION DATA38 SECTION H: SPECIAL CONTRACT REQUIREMENTS39 H.1.Personnel39 H.1.1.Key Personnel Qualification39 H.1.2.Non-Key (Core) Personnel Qualification40 H.2.MCC 52.201-70 Contracting Officer's Representative (COR) and/or Project Monitor (PM) (July 2012)45 H.3.MCC 52.203-70 Contractor Non-Disclosure Agreement (July 2012)45 H.4.MCC 52.204-70 Security Requirements for Contractor Personnel (May 2013)46 H.5.MCC 52.209-70 Organizational Conflicts of Interest: Preclusion from Implementation Contract (July 2012)51 H.6.MCC 52.232-70 Invoice Instructions (MCC Custom)51 H.7.MCC 52.232-73 Travel Reimbursement (May 2013)52 H.8.MCC 52.232-74 ODC Reimbursement (Jan 2007)54 H.9.MCC 52.242-70 Contractor Performance Assessment Rating System (CPARS) Registration (Aug 2011)55 H.10.MCC 52.243-70 Increase in Services (Oct 2006)55 H.11.MCC 52.245-70 Contractor Acquired MCC Government Property Overseas (July 2012)55 H.12.Additional Labor Categories55 H.13.Government Data supplied to the Contractor56 H.14.Contractor's Staff Support and Administrative and Logistics Arrangements56 SECTION I: CONTRACT CLAUSES57 I.1.Contract Clauses shall be in accordance with the Contractor's underlying BPA.57 I.2.52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items.57 I.3.FAR 52.217-8 Option to Extend Services (NOV 1999)61 I.4.FAR 52.217-9 Option to Extend the Term of the Contract (MAR 2000)61 I.5.FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998)61 SECTION J: LIST OF ATTACHMENTS62 SECTION K: REPRESENTATAIONS, CERTIFICATIONS, AND OTHER STATEMENTS OF OFFERORS63 SECTION L: INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS64 L.1.Request for Quotes64 L.2.Instructions to Offerors64 L.2.1.Quote Format64 L.2.2.Submission of Quotes64 L.2.3.Electronic Submission via Email65 L.2.4.Blocked and Unacceptable Electronic File Types65 L.2.5.Quote Content and Submission Instructions66 L.3.Quote Preparation and Instructions66 L.3.1.Cover Letter66 L.3.2.Volume I Technical Capability66 L.3.3.Volume II Past Performance67 L.3.4.Volume III PRICE68 L.3.5.Questions/Requests for Clarification68 L.3.6.Discussions and Negotiations69 L.3.7.Exclusion of Quotes and Communications69 SECTION M: EVALUATION FACTORS FOR AWARD70 M.1.Basis of Award70 M.2.Evaluation Factors and Sub-factors70 Factor 1: Technical Capability70 1: Firm's Overall Capability, Sector Experience, and Technical Approach70 2: Management and Team Structure70 3: Key and Non-Key Personnel Qualifications70 Factor 2: Past Performance71 Factor 3: Price71 M.3.Evaluation Methodology71 CONTINUATION PAGE SECTION B: SERVICES AND PRICES/COSTS B.1.Purpose The Transport and Vertical Structures (TVS) Practice Group at the Millennium Challenge Corporation (MCC) requires a Contractor to provide technical advisory services during the development and preparation of a MCC Compact in the Philippines as well as provide oversight support to the MCC during the implementation of proposed the investments in the transport and logistics projects. These projects would include, but not limited to, highways, ports, airports, rail, and intermodal transport as well as logistics infrastructure such as cold-storage, warehouse, processing facilities projects consistent with the MCC Compact with Philippines. Many of the Contractor's efforts will incorporate and expand on prior analyses by MCC as well as that by the Government of the Philippines (GOPH) and stakeholders, and the Contractor should refer to such previous analyses where available. MCC will help coordinate in obtaining these analyses. These documents and information are often considered as sensitive and confidential and therefore must be handled appropriately as such. B.2.Contract Type The Government anticipates awarding a time-and-materials (T&M) call order. B.3.Price/Cost Schedule The total NTE T&M amount of this call is TBD Item Information ITEM NUMBERDESCRIPTION OF SUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 0001Base: DCO TVS Advisory Services in Philippines Contract Period: Base POP Begin: POP End: NTE__________________ 0001ADirect Labor Contract Period: Base POP Begin: POP End: TBDHR____________________________________ 0001BODC Contract Period: Base POP Begin: POP End: 1LOT____________________________________ 1001OP 1: DCO TVS Advisory Services in Philippines Contract Period: Option 1 POP Begin: POP End: NTE__________________ 1001ADirect Labor Contract Period: Option 1 POP Begin: POP End: TBDHR____________________________________ 1001BODC Contract Period: Option 1 POP Begin: POP End: 1LOT____________________________________ 2001OP 2: DCO TVS Advisory Services in Philippines Contract Period: Option 2 POP Begin: POP End: NTE__________________ 2001ADirect Labor Contract Period: Option 2 POP Begin: POP End: TBDHR____________________________________ 2001BODC Contract Period: Option 2 POP Begin: POP End: 1LOT____________________________________ GRAND TOTAL NTE__________________ The Contractor shall furnish all personnel required to provide the services in accordance with Section C, Section H, and the terms and conditions herein. The total NTE amount includes labor and other direct costs to perform all required services. B.4.Labor Categories and Rates KEY PERSONNEL Position TitleBPA Labor CategorySenior (Level IV)Senior Specialist (Level III)Specialist (Level II)Analyst (Level I) 1. Program ManagerPrincipal $ $ $ $ 2. Transport Sector Technical Specialist (Team Lead)Sector Technical Specialist $ $ $ $ NON-KEY (CORE) PERSONNEL Position TitleBPA Labor CategorySenior (Level IV)Senior Specialist (Level III)Specialist (Level II)Analyst (Level I) 1. Administrative AssistantAdministrative Assistant$$$$ 2. Airport Planning and Engineering SpecialistAirport Planning and Engineering Specialist$$$$ 3. Engineers and Other SpecialistsEngineer$$$$ 4. Environmental SpecialistEnvironmental & Social Management Specialist 5. Facilities EngineerFacilities Engineer$$$$ 6. GIS SpecialistGIS Specialist$$$$ 7. Health and Safety SpecialistHealth and Safety Specialist$$$$ 8. Highway EngineerHighway Engineer$$$$ 9. Institutional Development/Legal/Regulatory ExpertInstitutional Expert$$$$ 10. Intermodal Transport SpecialistIntermodal Transport Expert$$$$ 11. Legal Expert--ContractsLegal Expert$$$$ 12. Operations and Maintenance Specialist for Transport FacilitiesO&M Specialist$$$$ 13. Port Planning and Engineering SpecialistPort Planning and Engineering Specialist$$$$ 14. Resettlement SpecialistResettlement Specialist$$$$ 15. Social and Gender SpecialistSocial and Gender Specialist$$$$ 16. Structural/Bridge EngineerStructural Engineer$$$$ 17. Transport and Logistics Specialist Sector Technical Specialist$$$$ 18. Transport Sector Economist/ModelerSector Economist/ Economic Modeler$$$$ 19. Urban Transport SpecialistUrban Transport Specialist$$$$ Refer to the attached 17RFQ0076 RFQ Pricing spreadsheet to complete. B.5.Ordering Procedures Purchases shall be in accordance with FAR 13.303-5 Purchases under BPAs. B.6.Order of Precedence The terms and conditions of the Contractor's BPA apply to this BPA call order. In the event of an inconsistency in terms and conditions of a BPA call order, the terms and conditions of the underlying BPA shall take precedence.  SECTION C: DESCRIPTION/SPECIFICATIONS/STATEMENT OF WORK MCC DCO TVS Advisory Services in Philippines C.1.Introduction The Millennium Challenge Corporation (MCC) is a U.S. Government Agency established under the Millennium Challenge Act of 2003. MCC works with developing countries and provides aid that reinforces sound political, economic, and social policies that promote poverty reduction through economic growth. The majority of countries eligible for MCC funding have requested assistance in addressing local infrastructure needs. As such, MCC requires technical advisory support for a range of consulting services in connection with the development, assessment, design, delivery, and operations of infrastructure projects in countries in the process of developing their Compacts. For more information on MCC, please visit www.mcc.gov. C.2.Background In December 2014, MCC's Board of Directors ("the Board") selected the Philippines as eligible to develop a second Compact. Following the Board's decision, the Government of the Philippines (GOPH) and MCC collectively developed a Constraints to Growth Analysis ("the CA") - a diagnostic tool used by MCC to assess the biding constraints to economic growth and assist MCC in the selection and design of potential Compact projects. The CA built off previous analysis undertaken by the Asian Development Bank (ADB) and the US Government through its Partnership for Growth (PFG) Initiative, and specifically identified the following four constraints: a)Government coordination and implementation capacity, b)The high cost of transport logistics, c)The high cost of electricity, and d)Market failure in the rural economy. The GHP - acting through a dedicated Compact Development Team ("the CDT") - and the MCC Philippines II Country Team ("the CT") jointly agreed to address the final constraint (market failure in the rural economy) as the primary focus of a potential second Compact with MCC, with the recognition that that two of the other three identified constrains - the high cost of transportation logistics and Government coordination and effectiveness - were contributory to market failures in the rural economy. In February 2016, the CDT formally submitted a Concept Note (CN) focused on linking farmers with growing markets, specifically identifying the problem of low agricultural productivity and competitiveness as a central issue to address in the second Compact. In March 2016, the CDT officially submitted project proposals to MCC containing capital-intensive investments in transport and logistics infrastructure, in support of efforts to link rural and agricultural communities with larger markets. Philippines Transport and Logistics Infrastructure Context Transport is a key sector in the Philippine economy, linking population and economic centers across the islands. The transport system of the Philippines consists of road, water, air, and rail transport. Water transport plays an important role due to the archipelagic nature of the country, but road transport is by far the dominant subsector accounting for 98% of passenger traffic and 58% of cargo traffic. While the transport infrastructure has been developed and spread across the country (about 215,000 kilometers [km] of roads, 1,300 public and private ports, and 215 public and private airports), the level of service has not been sufficient due to the lack of sustainable financing. Improving transport infrastructure is critical for strengthening the investment climate and enhancing economic growth. The Philippines has seen modest improvement in the quality of its transport services, but a large part of the road network remains in poor condition and intermodal integration is generally weak. Poor sector governance also impedes efficient operation of the sector. The country's deficit in transport and logistics infrastructure has already been identified as one of the binding constraints to growth at an aggregate level, as it was even in the constraints analysis under the First Compact. This continuing inefficiency is also reflected in the rural sector, where high transport and logistics costs contribute to weak or missing markets, preventing small producers from linking to stronger value chains. Transport and logistics costs account for a significant portion of the total cost of goods. For example, high domestic shipping costs were cited by multiple agribusiness firms during consultations as a barrier to sourcing and moving goods domestically. Research shows that logistics costs, including transportation costs, account for as much as one-third of the total cost of producing high-value vegetables. The inefficiency in the road networks and port and shipping services lead to losses during transport of the produce, adversely affecting the profitability of key players in the supply chain. It is estimated that around 20-50 percent of fresh produce can be lost as it moves along the supply chain from the farm to the end consumers. The Government's approach to market-creation in behalf of small farmers has emphasized road infrastructure, particularly farm-to-market roads (FMRs). Beyond road infrastructure, it is important to remember that the Philippines' geography frequently necessitates multi-modal transport and logistics to connect rural production regions with urban demand centers and gateways of export to the ASEAN region and beyond. Thus, an integrated approach to assessing agribusiness supply chains is needed, starting from the perspective of demand and market locations and tracing the specific transport and logistics obstacles for key value chains. Lack access to modern large-scale transport and storage facilities, which require significant capital outlays or access to credit currently beyond the reach of farmers and their organizations. Key Areas of Focus in Transport and Logistics Infrastructure for Possible MCC Interventions MCC investment in transport and logistics infrastructure projects will focus on aspects that are strategic and critical to stimulate trade and investments as well as enhance mobility and improve linkages between islands/provide access to markets/activity centers, as well as support the agro-fisheries sector, such as: a)Road/highway and bridge infrastructure connecting, including farm-to-market roads connecting major production hubs with regional and international markets. b)Integrated multi-modal transport centers and depot facilities interconnecting other transport modes in major selected urban areas. c)Secondary roll-on, roll-out (RoRo) ports and civil airport upgrading. d)Logistic and market infrastructure, such as cold-storage facilities, warehousing, and intermediate processing facilities, to support specific value chain, etc. e)Policy, regularity, and institutional reforms as well as technical assistance in the transport sector to encourage private sector participation in transport sector and ensure long-term sustainability. MCC Philippines II Compact Development Process The table below is a summary of the main activities conducted by both MCC and country counterparts during the Compact development process. Currently, the process in the Philippines is at the due diligence and project development stages, with a Concept Paper provided by the Government of the Philippines (GOPH) in March of 2016. Compact Development Process (Up to Compact Entry into Force) Partner Country ActivitiesMCC Activities Phase 1: Startup and Preliminary Analysis (For Philippines, completed in 2016) •Establishes National Coordinator and Core Team responsible for developing the compact •Conducts analyses of: oconstraints to economic growth osocial and gender inequality oinvestment opportunity assessment •Commences initial public consultations•Assists with and provides feedback on preliminary analyses •Provides guidance on public consultations and results-focused project design principles and tools Phase 2: Project Definition (For Philippines, expected to be completed by Summer 2017) •Consults stakeholders on potential projects •Provides a Project Concept Note for each potential project •On the basis of MCC technical guidance, develops more detailed Concept Papers•Reviews Concept Notes, provides initial technical assessment •Conducts peer review of Concept Papers •Provides formal approval of Project Concept Papers, identifying suitable projects and needed studies •Can provide 609(g) funding if needed for project development of approved concepts Phase 3: Further Project Development and Appraisal (Typically 14-16 months) •Prepares detailed project proposals •Consults stakeholders on project design and sustainability•May disburse 609(g) funding for and assist with required feasibility studies, environmental impact assessments, resettlement plans, preliminary designs, etc. •Conducts full appraisal of projects •Provides investment recommendation to MCC senior management •Once agreed, MCC notifies Congress of its intent to enter into compact negotiations Phase 4: Compact Negotiations and Signing (Typically 3 months) •Conduct negotiations on technical and legal content of compact •MCC Board considers compact for approval •If approved, MCC and the country sign the compact Phase 5: Pre-Entry Into Force (Typically 9-12 months) •Establishes the Millennium Challenge Account (MCA) Accountable Entity •Completes Implementing Entity agreements •Completes annual budgets and implementation plans •Completes Terms of Reference/bidding documents as applicable, and work plans •Pre-qualifies consultants and Contractors for early •Procurements•Assists with and provides feedback on the process •Provides guidance on formation of accountable entity, staffing, budgets, and work plans •Reviews, provides input to, and approves Terms of Reference, bidding documents, and pre-qualification documents C.3.Objective MCC will work with the GOPH to identify and prepare project proposal for a Compact program to support the Philippines multi-modal transport and logistics sectors to support a set of value chains in selected regions. These concepts are likely to include both capital-intensive infrastructure initiatives and activities related to strengthening policy, legal, regulatory, and technical planning processes, and supportive institutional reform. MCC will require the Contractor support to provide Technical Support Advisory (TSA) services in support of the Compact development process. In addition, MCC will require TSA services in support of Compact implementation. Work will be assigned to the Contractor based on Call Orders. Through informal exchanges, the GOPH has identified initial project concepts that will form the basis for the Concept Papers required through MCC's Compact Development Guidelines. C.4.Scope The Transport and Vertical Structures (TVS) Practice Group at the MCC requires a Contractor to provide technical advisory services during the development and preparation of a MCC Compact in the Philippines as well as provide oversight support to the MCC during the implementation of proposed the investments in the transport and logistics projects. These projects would include, but not limited to, highways, ports, airports, rail, and intermodal transport as well as logistics infrastructure such as cold-storage, warehouse, processing facilities projects consistent with the MCC Compact with Philippines. Many of the Contractor's efforts will incorporate and expand on prior analyses by MCC as well as that by GOPH and stakeholders, and the Contractor should refer to such previous analyses where available. When possible, MCC will assist in obtaining these documents. Contractor must note that these documents may be sensitive and confidential, therefore they must be handled appropriately. C.5.Tasks The Contractor shall provide technical advice, analysis, guidance, and recommendations on the overall merit of proposed projects and their policy, institutional, regulatory and technical context proposed by the GOPH or potential alternative projects in order to inform MCC's investment decisions and to recommend actions to address gaps, inadequacies, and risks in terms of cost, quality, performance, and successful implementation during the anticipated Compact period. The scope of projects to be assessed will include transport and logistics infrastructure activities as well as legal and institutional activities to improve operations and sustainability with explicit considerations of private sector participation. All work will be mobilized via more targeted Technical Directives indicating scope and deliverables associated with the General Tasks described in this section. C.5.1.General Tasks Project Definition and Sector Situation Assessment The situation assessment represents an initial review of the technical (infrastructure), institutional, regulatory, and policy environment in the country's transport sector and logistics. Based on this early assessment, coupled with a review of the project Concept Paper submitted by the GOPH, the Contractor shall make recommendations with regards to optimal project definition and design. These recommendations shall also reflect MCC's focus on: 1.Advancing sector reform, and restructuring, to improve sector performance; 2.Ensuring financial sustainability of investments within the transport sector; 3.Catalyzing private sector investment necessary to meet the country's sustainable growth ambitions; and 4.Promoting development that is sustainable in terms of economy, environment and equity, by requiring project development in accordance with international environmental and social standards as well as MCC's Gender Policy and Gender Integration Guidelines. To facilitate project definition, the Contractor shall identify the need for and develop terms of reference and budgets for supplemental feasibility studies or sector master plans that MCC might fund using dedicated project preparation funds, and which may be completed in parallel with and would inform continued due diligence work. Project Appraisal The Contractor shall appraise the absolute and relative merits of projects proposed by the GOPH for inclusion in the Compact, such as their consistency with any available sector master plans, technical feasibility, cost, implementation requirements, risk, environmental, social and gender impacts and opportunities, including resettlement, and projected benefits and the socioeconomic distribution of those benefits relevant to their economic impact and beneficiary analysis. The Contractor will also assess and summarize related activities underway or planned by the GOPH, the private sector, and other donors. Based on this research and analysis, the Contractor shall suggest alternative investments that may be considered priorities over or enhancements to those proposed or underway or planned by other entities. Where projects lack full feasibility studies, the Contractor shall identify the gaps in analysis and contribute to project development and definition. The analysis and final recommendations shall also address issues of long-term sustainability and sector growth. The Contractor shall review studies and reports as directed by MCC. The Contractor shall also review reports related to the institutional reform and capacity building of transport sector institutions. Sector Situation Assessment The Contractor shall conduct or update a baseline situation assessment of the transport and logistics sectors in the Philippines. This shall include: 1.Legal/regulatory, policy and institutional assessment, including progress against and/or gaps in implementation of sector reforms; 2.Evaluation of the technical processes and institutional roles for conducting transportation planning and investment prioritization, at modal, multimodal, and jurisdictional levels (e.g., city, regional, provincial, national); 3.Evaluation of the Government's transport and logistics sectors infrastructure and related investment plans or lack thereof; 4.Evaluation of the potential for private sector investment versus public investment, and/or public- private partnerships (PPPs); 5.Overview of maintenance system and condition assessment, including a review of its operations, operating policies and procedures, management information systems, and financial and management accounts and procedures; 6.Preliminary identification of opportunities for improvement including safety measures for pedestrians and non-motorized vehicles; and 7.A political economy analysis of the transport sector. In this assessment, the Contractor shall highlight (and offer evidence to support) the root causes for and possible solutions to problems currently inhibiting optimal sector development, including investment/participation by the private sector. This assessment will contribute to the shaping of a sector reform program to be included in the Compact, in the form of actual investments and activities or conditions precedent that might be supported as preconditions to later investments. The Contractor shall review projects proposed for consideration in a Compact program to support MCC in initial assessment of the proposals. The Contractor shall document the project logic (with associated risks and assumptions) and description, maps, project schematics, technical specifications, standards, accuracy of cost estimates, and level of economic and financial analysis performed to date. For policy, capacity building, or technical assistance related projects, the Contractor shall link the proposal to existing sector studies, including the MCC transport sector due diligence analysis underway, and identify the level of scope definition, including requirements (in terms of actions, stakeholder involvement, and cost), and likely impact. For all project proposals, the Contractor shall identify gaps in project definition and provide an early indication of project feasibility, given Compact time and budget constraints. The Contractor shall provide a clear and detailed description of the proposed projects, including an indexed summary of conclusions from previous studies that could be relevant to this proposal, especially if these studies were completed recently. The description shall include the following: 1.Problem analysis and baseline conditions; 2.Project objective including projected benefits and likely beneficiaries/excluded parties; 3.Scale and scope; 4.Technical characteristics, baseline performance metrics and details; 5.Location and maps; 6.Itemized project interventions or activities, including itemized works and/or subprojects envisaged or proposed; and 7.Linkages to existing or planned projects. As part of the initial review, the Contractor shall: 1.Advise MCC of the appropriateness, adequacy, completeness, and accuracy of existing feasibility or other studies; 2.Confirm that the proposed project parameters serve the project objectives. Examine the appropriateness of engineering standards and codes that are proposed to be employed; 3.Identify appropriate activities complementary to or supporting of infrastructure investments; 4.Identify the need for further data, or other pertinent issues and offer guidance on the appropriate collection method, costs, and sources for this data; and 5.Identify any gaps in the data that need to be filled during Project Development and Appraisal. The Contractor's assessment and recommendations shall provide MCC with guidance regarding decisions to advance with additional development work on viable projects. Project Appraisal and Investment Recommendations Following initial project reviews and identification, the Contractor shall carry out technical and other studies as necessary to supplement existing analyses (e.g., data collection, network analysis, expanded environmental and social assessment, and institutional capacity assessment) to fully define project scope, preliminary performance specifications, likely impacts by the end of the Compact and over time, and robust preliminary cost and technical benefit estimates. The Contractor shall make clear the assumptions and/or scenarios used regarding policy and institutional arrangements. Technical Assessment For every proposed project (infrastructure-, operations-, or policy-oriented), the Contractor shall: 1.Present a clear justification for the recommended investments, including: a.Problem identification; b.What would happen without a project, which would help determine whether or not the project is necessary; c.What changes are expected with the project, specifying clear outcomes with baseline and target values; d.A discussion on the least cost alternatives; e.Consideration of alternatives in terms of choice of project, technology, design, construction, location, choice of target group, types of social and gender-based risks and opportunities/benefits for the poor and other socially excluded populations; public-private provision, and public-private financing; and f.The extent to which the projects are likely to serve the broad MCC mandate of poverty reduction through economic growth. The contractor shall assure the assessment includes consideration of environmental and social impacts and coordinate with the social and gender consultants hired separately by MCC to assure the assessment includes consideration of gender issues. 2.Assess quality and completeness of proposed alternative design options. Propose and detail any recommended amendments to project design in order to enhance quality or impact of the project, and/or reduce cost (recurrent or capital cost). 3.Evaluate secondary impacts of the proposed project on other transport, logistics and supporting infrastructure or operations. 4.Assess the potential risks to the project associated with climate change effects and propose mitigation measures to ensure resilience. 5.Assess infrastructure projects relative to transport demand and supply forecasts, access to transport, mobility, enhancing the forecasts as required. 6.Assess Operations and Maintenance (O&M) policies, and procedures relative to industry best practice both on transport and logistics projects that are under consideration. 7.Integrate inputs from the social and gender consultants hired separately by MCC, requirements related to critical inputs, land acquisition, right of ways, and resettlement (physical or economic) as well as potential benefits to poor and marginalized populations. 8.Validate existing and/or develop new cost estimates. Examine the methodology for cost estimation, and review unit rates employed and quantities used in calculations. Ensure that costs reflect current industry Contractor prices, material availability due to world demand, and inflation factors, and recheck country- specific unit costs employed in standard costing methods. Investigate whether all associated (and reasonable) cost estimates - such as costs relating to environmental and social inclusion management plans, resettlement compensation, construction supervision, project management - are included. If they are not, estimate these costs and advise MCC accordingly. Cost estimates shall take into consideration similar, recent contracts, regional price variations (if any), and competition. 9.Evaluate budget contingency requirements. Review and revise/develop, as necessary, existing cost estimates in accordance with MCC guidelines, to reflect changes to design standards and specifications, sufficient price and physical contingencies, provision for foreign exchange effects, optimism in cost estimation, inflationary factors, etc. 10.Analyze required timelines for implementation and timeline risks (e.g., because of construction delays, or the requirement of prior policy and/or institutional changes). Regulatory, Policy, and Institutional Assessment The Contractor shall assess each project within the context of the current policy, regulatory, legal and institutional arrangements in the transport sector and highlight reforms needed to support the particular investment. Included will be an appraisal of the proposed project relative to key institutions' operational, management and governance practices, and their technical capacity. From this, the Contractor shall identify any gaps or risks that may prevent the project from yielding intended benefits and highlight the potential impact on sustainability of the potential MCC investment and the sector overall. The Contractor shall assess proposed policy and institutional capacity building investments and technical assistance for their potential to address such concerns, and make corresponding recommendations. Any such review shall also take into consideration relevant governance practices in the sector, including laws and regulations, institutional roles and responsibilities, and any reforms the country has undertaken or proposes to undertake. This assessment will include the following: 1.Identify the problem that needs to be resolved, context, key stakeholders and history of past interventions. 2.Identify applicable laws, regulations and Government policies specifically related to the transport sector. Identify any issues arising from such laws, regulations, policies, and agreements. 3.Identify and analyze under local law, what transport-related and non-transport related approvals would be required, and what the approval process would be for the construction or refurbishment, operation and maintenance of a transport project, including timing. 4.Identify any Governmental agencies or other entities whose effective cooperation and assistance are necessary to the transport and logistics sectors including environmental and social safeguarding, and for ensuring conformance to health and safety standards during project implementation. 5.Identify any capacity gaps or other weaknesses among key institutions. 6.Identify any special arrangements that need to be made with any Contractors performing work in the transport sector, including inclusive social and gender considerations. 7.The Contractor shall also verify that the proposed project does not violate any existing laws of the country or that MCC's assistance of such projects would not violate any law or U.S. policy applicable to MCC. Financial and Economic Assessments The Contractor shall provide support to the Lead Economist of MCC assigned to the development of the compact for the financial (financial rate of return) and economic assessments of the proposed compact investments, including the Beneficiary Analysis. The Contractor shall carry out tasks to validate data provided by country sources to construct economic and financial analyses. Where necessary, tasks may include the collection of new data. As needed, tasks will include data exploration and analysis. The principal areas of focus will be: compilation of technical performance data, and projections of most likely impacts in terms of improved performance by component investment under 2-3 likely future maintenance and operation scenarios to be discussed with MCC based upon the status of sector reform discussions, historical performance, industry best-practices and results in similar country contexts. Relevant analysis may include some or all of the following: 1.Accounting of the geographic locations and numbers of households and individuals likely to benefit by proposed interventions, in compliance with the standardized approach to Beneficiary Analysis employed by MCC, including project affected peoples identified in the resettlement action plans. 2.The distribution of increases associated with the possible benefits described above in compliance with the standardized approach to Beneficiary Analysis employed by MCC. The Contractor shall also indicate and assess the quality of data used in the analysis and data that will be relied upon for monitoring and evaluation of the projects in the future. Prior to developing the financial and economic assessments, the Contractor shall clarify with MCC the modeling approach, key parameters, and scenarios being used. The Contractor shall engage in meetings, conference calls, and written communication with MCC's Lead Economist, Infrastructure team, Gender and Social Inclusion team, Environmental and Social Performance team, Finance, Investment and Trade team, and other members of the MCC team, and will be required to clearly present, discuss, justify, and elaborate on all assumptions and data used, both in writing and in person. If the Contractor conducts financial or economic assessments, MCC requests copies of these files in a format that allows review and replication of methods, such as fully unlocked Microsoft Excel spreadsheets, HDM4 workspaces or Stata do-files. Implementation Assessment Donor Coordination: The Contractor shall verify other donor activities in the transport and logistics sectors, and the projects that are directly or indirectly connected to the proposed MCC compact program. The Contractor shall advise MCC on as-of-yet-unidentified coordination possibilities with other donors so that implementation risk could be reduced, implementation management costs could be reduced, and a more streamlined approach for implementation could be taken without compromising MCC's unique fiscal accountability arrangements and responsibilities. Implementation Plan: The Contractor shall verify and/or propose an implementation plan, addressing the following: 1.Recommended implementation arrangement that is consistent with MCC's overall implementation model, specifying roles and responsibilities for each major factor in the implementation arrangement, including monitoring and reporting; 2.Recommended contracting method for works and reexamine project costs based on the likely method of contracting. Advise MCC on: (i) the type of contract that is best suited for the project; (ii) number of procurement lots; and (iii) sequencing of procurements; 3.Construction sequencing logic, taking into consideration issues that could affect construction timeline, including but not limited to, completing the Environmental Impact Assessment and approvals, implementing the Resettlement Action Plan (RAP), particularly where right of way requirements are likely to result in significant resettlement for local populations and/or impacts to indigenous populations and female-headed households; 4.Logical packaging according to intervention type proposed or combinations thereof; 5.If applicable, impacts of any Resettlement Action Plans (RAPs) on proposed road widening or upgrading including potential costs and completion time; 6.Necessary consultancy procurements, scope and timing; and 7.An MS Project timeline, from commencement to completion of the project, including defects notification period. The proposed implementation timeline shall explicitly take into consideration time needed for: a.Siting, routing, hydrological, topographical, and geotechnical surveys; b.Preliminary designs (appropriate for design-bid-build or design-build contracts, as the case may be); c.Preparation and implementation of RAPs (as per the IFC Performance Standards and MCC guidelines); d.Preparation of analyses and environmental permitting (as per MCC guidelines and relevant MCA country laws and processes); e.Works procurement (with higher standard for public procurement) including procurement packaging recommendations; f.MCC approval and clearances; and g.Close-out and hand-over. Institutional Capacity for Project Implementation: The Contractor shall: 1.Verify/assess the detailed implementation mechanism and project management capacity requirements of the future MCA entity charged with implementing the compact program as well as recommended Implementing Entities; 2.Recommend how the MCA entity shall be staffed and what processes shall be instituted to adequately manage the projected work load; and 3.Verify and elaborate upon the institutional capacity of the relevant utilities to handle the maintenance requirements of investments in their infrastructure. Construction and Supervision Capacity For those projects involving construction of physical infrastructure, the Contractor shall: 1.Verify local and regional construction capacity (where appropriate) and availability of local materials, equipment, and labor, and identify situations where off-shore procurement or importation is required; and 2.Verify overall construction and supervision contract management or oversight capacity at the proposed Implementing Entities, and requirements at the MCA entity. Identify any weaknesses and suggest remedies and recommended oversight arrangements. Sustainability Assessment The potential for sustaining the operation during and after implementation must be determined. The Contractor shall: 1.Review proposed arrangements for ownership (as applicable), management and maintenance of the transport investments in any and all applicable transport modes, and of the entire road network; 2.Review and comment on identified causes of inadequate past performance, including legislative or administrative arrangements, resources, technical capability and capacity, and funding adequacy; 3.Review and evaluate the proposed maintenance program, including responsibilities, resources, and funding, to include the MCC funded investments, projecting through the useful life of the investments; 4.Identify shortfalls and suggest how to strengthen management and maintenance arrangements of the roads agency and or road fund or other entities, including those for public transport; 5.Review and advise on measures and institutional arrangements needed to ensure completion (if needed) and to provide sustained support to Project Affected People to ensure full restoration of livelihood associated with RAP implementation; 6.Advise MCC on whether adequate measures to permit project financial and social sustainability (during and after implementation) are included, whether from public or private sources; 7.Review and assess alternative operating options for the sector involving the investments, if applicable; and 8.In each case, the Contractor shall integrate input from the social and gender consultant separately hired by MCC. Risk Assessment As input to a risk management plan to be developed for the Compact program, the Contractor shall: 1.Identify significant risks to the project, in particular construction cost increases and potential causes for delay and implementation risk; 2.Identify and assess significant risks relating to durability of the investments, and confirm that design criteria adopted shall mitigate these risks within acceptable tolerance level; 3.Identify significant environmental and social risks that may affect the costs, schedule, and/or sustainability of proposed investments, notably risks posed by climate change effects; 4.Propose a risk management plan for MCC, to minimize the potential negative impact of the identified risks; and 5.Tie the risk assessment to the recommended contingency budget. Monitoring & Evaluation (M&E) Framework Monitoring and Evaluation (M&E) is essential for a results-based approach to Compact management and serves the following functions: 1.Explains in detail how the MCC and the MCA will monitor each project to determine whether intended results are achieved; 2.Provides a strategy for measuring longer term impacts over time through the evaluation design; 3.Outlines the M&E requirements that the recipient Government and Implementing Entities must meet in order to receive project disbursements; 4.Serves as a guide for program implementation and management, so that MCC, the MCA management unit, Board members, program implementers, beneficiaries, and other stakeholders understand the objectives and targets they are responsible for achieving, and are aware of their progress towards those objectives and targets during implementation; and 5.Establishes a process to alert implementers, stakeholders and MCC to any problems in program implementation and provides the basis for making any needed program adjustments. In coordination with the MCC Monitoring and Evaluation Specialist, the Contractor shall help identify the optimal indicators to use for project monitoring and evaluation, and assist in establishing corresponding baseline performance metrics and annual/end of Compact/post-Compact targets. The Contractor shall also review all relevant performance data and associated data collection methodologies (e.g., sampling techniques, measurement location and precision, etc.) with a view to provide MCC, MCA and its Implementing Entities with recommendations for improving the quality of data provided for results-based management and performance monitoring in the sector. The Contractor shall, in the context of project design/feasibility work: 1.Identify indicators to reliably track/measure progress toward or achievement of the results that the projects are designed to achieve 2.Produce or verify baseline data for key results indicators, as part of project design, including understanding how, when and from what sources the data measuring those indicators are gathered; 3.Produce targets for key results indicators, as part of project design, or verify the appropriateness of targets set through other technical due diligence; 4.Where data are required that are not currently available, suggest appropriate method and costs of data collection and sources of the data; and 5.In the context of due diligence work, comment on existing data management systems, communication and control procedures, roles and responsibilities of all relevant actors for all the projects and corresponding activities. Depict clearly the data flow chart. In the context of due diligence work, identify capacity needs of GOPH for data collection, quality, and management within the relevant implementing entities and make recommendations for possible improvements. It is expected that the Contractor shall fulfill the aforementioned M&E requirements in the context of project design or feasibility work, rather than as a separate or unrelated exercise. Assist MCC to assess the quality of data based on the following principles: 1.Validity: Are the indicators defined well and are data reported in an appropriate format? Are formulas used correct? Do the indicators accurately represent reality? Do they have a verifiable source? Is all necessary data present? Can indicators be disaggregated by age, gender, caste and ethnic groups, location and income level? 2.Reliability: Do data values give conflicting information? Is there: a.Measurement Error (for surveys only): Were the questions in the survey/questionnaire clear, direct, and easy to understand? Was an appropriate sampling frame used? Were enumerators well-trained? b.Transcription Error: Is there a process to limit transcription error? Have data errors been tracked to their original source and mistakes corrected? c.Consistency: Is the data gathering process (including instrument and sampling process) the same over time and across projects/regions? Are the data internally consistent (totals equal sum of parts, etc.)? d.Quality Control: What are the procedures (data collection, maintenance and process) to guard against bias? Are procedures reviewed periodically? Are there random checks at each stage? e.Transparency: Are the procedures in writing and are problems reported? f.Timeliness: Are data collected and reported as regularly as is relevant? Are reported data the most recent? Is the date of data collection clearly identified? g.Precision: Is the margin of error reported? Is the margin of error less than the expected change in the indicator? Is the margin of error acceptable for decision-making, given cost/benefit? Does the target include margin of error? h.Integrity: Are data subject to political and/or personal manipulation? Are there appropriate control procedures and reviews in place? Is there independence in key data collection, management and assessment? Is there an impartial review of the entire data gathering process? Is there integrity (between records)? How well is the MCA as a whole working to support result reporting? Review, Update and Conduct Sector Studies As described above, the Contractor shall evaluate sector studies and determine their suitability for use in assessing projects and making investment recommendations. In addition, the Contractor shall conduct studies and assessments to supplement or update existing work. Project Preparation and Feasibility Phase Following the decision to proceed with additional feasibility and preparatory work on a select group of projects, MCC will procure and engage the services of Contractors, on behalf of the GOPH, to conduct or update Feasibility Studies (FS), other foundational studies and reviews as necessary, Environmental and Social Impact Assessments (ESIAs), and RAPs for all project activities, as needed. Such studies and reviews may apply not just to physical infrastructure activities but to other forms of assistance that are contemplated as well - studies, technical assistance, transaction advisory services, and capacity building. A key component of the work performed under this Contract will be to review the output produced by consultants contracted by MCC. This will include reviewing regular progress reports and, where necessary, providing reports to MCC on critical issues, risks and programmatic changes that develop as a result of this preparatory work. The Contractor shall conduct this work ensuring, on behalf of MCC, conformity with MCC-approved design concepts, and satisfaction of MCC project selection criteria. The Contractor shall also support MCC with the following tasks with the goal of ensuring that project scope and cost are sufficiently defined to support the development of a Compact program and budget in advance of proceeding to approval by appropriate MCC management and MCC Contracts and Grants Management (CGM): 1.Review consultants' Inception Reports and proposed work programs; 2.Review draft and final feasibility studies, detailed plans, cost estimates, and specifications to ensure that documents are in line with international standards and sufficiently detailed to support the development of final investment packages; 3.Review feasibility study work using value engineering principles to identify potential cost-savings measures; 4.Review feasibility study work to ensure that incorporation of measures to avoid, minimize, mitigate or enhance and manage social and environmental impacts, physical or economic displacement, trafficking in persons, and health and safety risks, as needed and in coordination with other MCC consultants; 5.Review feasibility study and design work to assess gender and social responsiveness of projects, including opportunities for social inclusion and income benefit for socially disadvantaged populations 6.Review stakeholder involvement in the feasibility study process, and review final studies and environmental and social management plans to ensure that they incorporate stakeholder priorities and concerns and that a stakeholder engagement plan has been developed to engage with stakeholders throughout the duration of project activities, as needed and in coordination with other MCC consultants; 7.Assess potential risks to the MCC including cost overruns, resettlement risks, time line risks; 8.Develop risk mitigation plans, as required; 9.Review feasibility studies for incorporation of environmental, health and safety criteria and specifications, as needed and in coordination with other MCC consultants; 10.Review environmental and social assessments, Trafficking in Persons (TIP) Risk Management Plan, and related studies, as needed and in coordination with other MCC consultants; 11.Review environmental and social management plans (ESMPs) and ensure that they have been fully incorporated into all bidding documents and suggest contract specifications where reinforcement is needed; 12.Review feasibility studies to ensure proper assessment of resettlement requirements, as needed and in coordination with other MCC consultants; and 13.The above reviews shall include, among other things, a review of compliance with MCC Environmental Guidelines and IFC Performance Standards, Gender Policy and Milestones including the standards on Involuntary Resettlement (PS5) and Occupational Health and Safety, as well as applicable The Philippines environmental, social, and health and safety policies, laws and regulations. C.5.2.Specific Tasks In addition to work on the tasks above related to potential transport interventions, the Contractor will also be mobilized for the additional tasks in this section: GIS-based mapping of integrated transport and urban/industrial land projects due diligence Objective: to effectively communicate issues surrounding transport and logistics to both technical and less-technically-oriented stakeholders. Issues to be covered include but are not limited to environmental, social, gender, resettlement, and land use/planning issues. The Contractor shall provide an integrated relational GIS database and mapping showing the following for selected project areas: 1.Population density; 2.Natural areas or preserves and protected areas; 3.Poverty density including concentration of poverty and ethnic groups; 4.Land use and zoning; 5.Traffic flows of passenger, goods, pedestrians, in selected corridors or network; 6.Proposed transport and logistics improvements including land-use major developments that may impact transport use; 7.Road, rail, port networks in the selected regions; 8.Administrative districts, bodies of water, rivers and streams and other critical features; 9.Location of GOPH proposed transport and logistics projects, other donor projects, and any additional proposed projects by Contractor; 10.Zoning: Commercial, Residential, Manufacturing zones/hubs, Ports, etc.; 11.Other major industries as relevant; 12.Visual distinction of generated and diverted traffic for the proposed greenfield investments. This shall be accompanied by a visual diagram outlining the assumptions used; and 13.Detailed AutoCAD overlay with 5cm resolution or greater images of the proposed intervention with approximate resettlement and environmental impacts. Additional requirements include: 1.For greenfield investments, 3D imaging (with video presentation) of the potential site(s) to confirm potential design(s) and quantities may be required. 2.The GIS database shall be maintained in a relational database format that can be easily transferable to the GOPH. 3.All images shall conform to United States Government (USG) acquisition requirements including provision of all metadata with full rights to the USG and the GOPH ( in compliance with OMB Circular A-16). 4.The GIS database shall the basis for all reports and graphics produced by the Contractor. 5.The final output will be a set of maps that visually illustrate the economic logic of each investment as it related to the binding constraints to growth. This should include recommendations for investments with detailed costs and implementation schedules. Compact Negotiations and Pre-Entry into Force Following on the work conducted by the Contractor during the due diligence phase, the Contractor shall provide continuing support to MCC during Compact negotiations and preparation of implementation arrangements. MCC will require Contractor support and technical advice throughout the process of compact negotiations to assist MCC to develop an investment program that is well structured, capable of making a meaningful contribution to economic growth, and has the appropriate conditions to ensure long term sustainability of performance and results beyond the Compact period. During the period prior to entry into force of the five-year Compact, MCC will require Contractor support to review detailed program implementation plans and budgets, pre-qualification documents and terms of reference to be issued by the local implementing agency, the Millennium Challenge Account (MCA), to implement the program described in the signed Compact. The Contractor shall provide technical advisory services to MCC during final preparation and implementation of the Compact. Final Compact preparations and implementation will be led by the MCA. Final Due Diligence-related Work as Needed Depending on the timing of MCC and GOPH agreement on a Compact and implementation preparation plans, MCC may require, in Option Year 1, additional work as is described by the Tasks for Phase I, Base Period, above. The specific work would be contained in Technical Directives for Option Year 1. Compact Negotiations and Pre-Entry into Force The Contractor shall provide continuing support to MCC during Compact negotiations and preparation of Compact Implementation. Project Feasibility and Design Review Using Terms of Reference (TOR) documents reviewed by MCC, the GOPH, with support from its designated implementing entities, will procure and engage the services of Contractors to conduct or update Feasibility Studies (FS), other foundational studies and reviews as necessary, Environmental and Social Impact Assessments, Final Designs, and RAPs for all project activities, as needed. Such studies and reviews may apply not just to physical infrastructure activities but to other forms of assistance that are contemplated as well, such as studies, technical assistance, transaction advisory services, and capacity building. A key component of the work performed under this contract will be to review the output produced by other consultants already contracted by the GOPH or MCC, and other consultants who will be contracted later by the MCA. This will include reviewing regular progress reports and, where necessary, providing reports to MCC on critical issues, risks and programmatic changes that develop as a result of this preparatory work. 1.Contractor shall conduct this work ensuring, on behalf of MCC, conformity with MCC-approved design concepts and satisfaction of MCC project selection criteria; 2.Review consultants' Inception Reports and proposed work programs; 3.Review draft and final detailed design criteria, designs, final detailed plans, cost estimates, specifications and tender documents to ensure that documents are fully ready for construction procurement and are within MCC's Compact budget and within acceptable international standards; 4.Review detailed designs using value engineering principles; 5.Incorporate measures to avoid, minimize, mitigate or enhance and manage social and environmental impacts, physical or economic displacement, trafficking in persons, and health and safety risks; and that they are incorporating planned actions to increase economic opportunities for socially disadvantaged populations; 6.Ensure stakeholder involvement in the design process, and in the review of final designs and environmental and social management plans to ensure incorporation of stakeholder priorities and concerns and that a stakeholder engagement plan has been developed to engage with stakeholders throughout the duration of project activities, as needed and in coordination with other MCC or GOPH consultants; 7.Assess potential risks to the MCC including cost overruns, resettlement risks, and time line risks; 8.Develop risk mitigation plans, as required; 9.Review engineering designs for incorporation of environmental, health and safety criteria and specifications; 10.Review environmental and social assessments, Trafficking-In-Persons (TIP) Risk Management Plan, and related studies, as needed and in coordination with other MCC or GOPH consultants; 11.Review ESMPs and ensure that they have been fully incorporated into all bidding documents in coordination with and integrating the work of environmental and social consultants hired by MCC or GOPH; and 12.Review development and implementation of RAPs, as needed and in coordination with other MCC or GOPH consultants. The above reviews shall include, among other things, a review of compliance with MCC Gender Policy and Milestones and Operational Procedures, Environmental Guidelines and IFC Performance Standards, including the standards on Involuntary Resettlement and Occupational Health and Safety, as well as applicable the Philippines environmental, social, and health and safety policies, laws and regulations. Procurement As part of its oversight of Compact implementation, MCC will review the procurement processes carried out by the MCA. The Contractor shall support MCC in its responsibilities and may be requested to provide support in the following areas: 1.Advise on procurement strategy including appropriate forms of structuring and contracts, timing, packaging, and expertise/firms subject to contracts for project management, construction supervision, construction, studies and advisory services, environmental, health and safety, social, and resettlement activities; 2.Participate as an observer in pre-proposal bidders' conferences, pre-bid job site visits and pre-construction meetings, as necessary; 3.Review Requests for Proposal (RFP) and Forms of Contract for supervision and other design and technical service Contractors including all technical and contractual parts; 4.Review Invitations for Bids (IFBs) and Form of Contracts for works contracts including all technical and contractual parts; 5.Review inputs for the RFPs and Forms of Contract for Project Management, Technical Assistance and embedded advisors; 6.Review all bidding documents to ensure they include all necessary information/requirements for design, construction, environmental, social (including caste and ethnicity), gender, resettlement, and health and safety issues; 7.Provide an independent review of pre-qualification technical submittals, technical and cost proposals for project management, construction, and construction supervision; 8.Provide an independent review of technical and cost proposals; 9.Review proposal evaluation reports from technical panels and the MCA's procurement agent; and 10.Review contract terms and conditions of the construction contracts, as well as the contracts for Project or Program Management (PM) and Subcontractor (SC) services and other forms of consulting services, if applicable. Construction and Implementation Periodic Monitoring Services On behalf of MCC, the Contractor shall monitor all aspects of project implementation to ensure completion of projects in accordance with schedules, plans and specifications and MCC Environmental Guidelines, IFC Performance Standards, and the MCA's Environmental and Social Management System as needed and in coordination with other MCC consultants: 1.Monitor performance against Conditions Precedent in the Compact; 2.Participate in periodic (quarterly, or as required by MCC) MCC missions to oversee rehabilitation/construction progress and provide on-site spot monitoring, spot testing and reporting of construction progress; 3.Quality Assurance and Quality Control, MCA's Environmental and Social Management System, (ESMS), project Environment and Social Management Plans (ESMPs), and other environmental, health and safety, social, gender, resettlement documentation (RAP) compliance, and material usage as per standard construction practice, and/or provide spot audit on the Supervisory Firm(s) and assess quality and completeness of responsibilities of the firm(s) as needed and in coordination with other MCC consultants; 4.Monitor reports from the MCA and Project Implementing Entities that all necessary permits (construction and environmental) have been obtained prior to construction. These include but are not limited to permits required for work camps, waste disposal sites, borrow pits, and blasting activities; 5.Help to develop workable and technically adequate alternatives to the baseline design when problems with building the baseline design are encountered or cost and schedule concerns prompt a search for alternative approaches; 6.Review the recommendations of the MCA and Project Implementing Entities on requests for amendments or change orders prior to MCC's issuance of ‘no objection' letters; 7.Verify, review and monitor implementation of all plans, manuals and programs as needed and in coordination with other MCC consultants; 8.Review and provide comments on all material changes to the plans and manuals; 9.Review ESMP, Health and Safety Plan, and Waste Management Plan implementation as needed and in coordination with other MCC consultants; 10.Review implementation of Stakeholder Engagement Plans and Grievance Mechanisms; 11.Review RAP implementation; 12.Review implementation of gender and social inclusion activities in the Compact; 13.Liaise with Project Implementation Entities who will implement and/or oversee construction and other activity implementation and provide comments to MCC on the progress/results of these entities; 14.Review Contractor's pay requests in terms of project schedules, work-in-place, and stored materials and advise action as appropriate; 15.Review cost proposals/field orders and change orders for accuracy in terms of scope of work, labor and materials, and rates and advise action as appropriate; 16.Review MCA management of contingencies and other budget provisions and set-asides; 17.Ensure compliance with IFC Performance Standards, ESMPs, HSPs, Waste Management Plans, social requirements, Resettlement Action Plans (RAPs), and HIV/AIDS awareness plans; 18.TIP Risk Management Plan and other requirements; 19.Coordinate with MCC monitoring and evaluation specialists on project performance indicators and impact evaluation assessments; 20.Review requests for amendments or change orders prior to MCC's issuance of ‘no objection' letters; and 21.Verify all performance-based criteria are properly and routinely measured and evaluated for payment. Studies, Technical Assistance, Advisory Services and Capacity Building As it has been stated earlier in this document, it is expected that infrastructure activities forming part of a potential MCC Compact with the Philippines will include an emphasis on intuitional capacity building, policy and regulatory reform aspects in the transport and logistics sectors. As such, it is important that Contractor be fully prepared to support activities which require expertise and consulting experience in the sector that is not related directly to physical infrastructure projects. Using TORs reviewed by MCC, the GOPH with support from its designated implementing entities will procure and engage the services of consultants to conduct studies and implement certain Compact activities. A key component of the work performed under this contract will be to review the output produced by other consultants and provide reports to MCC on critical issues, risks and programmatic changes that develop as a result of this preparatory work: 1.Review draft and final project design criteria, designs, implementation plans, cost estimates, and statements of work to ensure that documents are ready for procurement and within MCC's Compact budget and acceptable international standards; 2.Assess potential risks to the MCC including cost overruns, sustainability, and time line risks; 3.Develop risk mitigation plans, as required; 4.Advise on procurement strategy including appropriate forms of structuring and contracts, timing, packaging, and expertise/firms for such studies and advisory services; 5.Review RFPs and Forms of Contract; 6.Provide other support throughout the procurement process (e.g., observer at pre-bid meetings, reviewer of technical evaluation panel reports and negotiated contracts) to ensure all is in order before contracts for services are executed; 7.Assess adequacy of mobilization and work plans and monitor progress; 8.Assist MCC with review and commentary on deliverables and implementation arrangements; 9.Monitor performance and formulation of contingency plans to the extent warranted; 10.Coordinate with MCC monitoring and evaluation specialists on project performance indicators and impact evaluation assessments, including gender-aware and social-inclusion indicators; and 11.Assist MCC with Compact closure planning activities and outreach. Turnover and Completion Review for Works and Services 1.Witness inspections/tests of the completed works and monitor all construction closeout procedures and release of retentions; 2.Identify risks that may prevent the MCA from properly closing out contracts, recovering advance payments in full, and releasing retention monies; 3.Review punch list/schedule of minor defects and outstanding items to be remedied by the works Contractor after issuance of Taking Over Certificate (TOC); 4.Conduct close-out audit to ensure that all close-out activities related to environmental, social, health, and safety measures, and waste management plans are properly implemented and requirements complied with before relevant Contractors and consultants are released and works are handed over to the GOPH; 5.Review periodic defect reports to be produced by the Engineer; 6.Review finalization of all RAPs, including restoration of livelihood activities, appropriate documentation of all payments and appropriate response to all grievances; 7.Conduct periodic visits to verify whether defects have been remedied by the works Contractors; 8.Provide advice on the return of the remaining cash/retention monies and all performance securities to the Contractors; 9.Advise MCC on defects that remain unresolved, and provide any evidence of possible fraud and corruption in the management of the Defects Liability Period (DLP), which may take place after the Compact ends; 10.With respect to services contracts, advise MCC on incomplete or low-quality work that may detrimentally impact effectiveness as intended of the activity; 11.Assist MCC as needed in assuring orderly Compact Closeout procedures for infrastructure, environment, social and resettlement activities of the Compact and studies/technical assistance as may be appropriate; 12.Advise MCC on the end state and functionality of any institution that was supported, re-structured or reformed as part of the Compact interventions or in compliance with Compact CPs; and 13.Assess capability of beneficiary/implementing entities to sustain the impact and investments made by or as a result of the Compact. Other Technical Assistance 1.Review implementation plans and work plans developed by the MCA and related implementing entities as they pertain to infrastructure, environment, social and resettlement activities, providing advice to MCC in terms of the appropriateness of same, from a technical, financial, environmental, gender, social inclusion (caste and ethnicity) social and managerial perspective. This advice will inform MCC's decision on whether or not to approve the implementation plans for their subsequent execution; 2.Review MCA resource plans and Implementing Entity Agreements for their appropriateness and adequacy to execute the work to an acceptable level of quality; 3.Support MCC issuance of ‘no objection' letters; 4.Draft technical and/or management papers, memoranda, presentations and other documents; 5.Review proposed implementing entity arrangements and cooperation agreements between the MCA and other entities as they pertain to the projects; 6.Review safety design features, recommendations and applicable programs; 7.Track relevant developments in the related transport and infrastructure sectors in the Philippines, and assist MCC in donor coordination, as appropriate; 8.Review technical studies for Compact Projects, as needed, and associated transaction documents; 9.Review Conditions Precedent in Compact to ensure progress made is in line with MCC expectations; 10.Provide general technical and/or contractual advice and assistance to MCC related to the activities; 11.Review key MCA technical staff technical and management capacity; 12.Provide support to the development and implementation of the MCA Environmental and Social Management System; 13.As needed by MCC, perform evaluations on capacity of MCA, its implementing entities, and other stakeholders involved in Compact implementation and provide recommendation for capacity building and improvements where applicable; 14.Verify, review, and assess the adequacy of all reports that are provided by the Contractor(s), Implementing Entity and MCA, and that the reports fulfill the reporting obligations of these entities under the Compact Program to assist MCC's authorization of disbursement requests; 15.Report results to MCC in a timely manner, at least quarterly, throughout the duration of the Compact Term, and more frequently, if significant deviations from MCA's requirements are encountered; 16.If changes in cost were to be incurred and MCC is required to make an amendment to the Compact, assist MCC in all analyses relating to activities of projects that cause cost variation (description of causality, assessment of changes, calculation of costs and contingencies, calculation of time line changes, etc.); 17.Assist any auditors from the United States Government with provision of information or provision of answers for requests for clarification; 18.Make presentations on implementation progress and performance to MCC annually (in Washington, DC) and provide an annual Implementation Review and Performance written report; 19.Assist in transferring analyses, costing, drawings, implementation plans, procurement documentation, and other relevant data and information to MCC and the Procurement Agent; and 20.Provide legal and contractual advice and assistance on the interpretation and execution of small works contracts and represent MCC's technical interest in any dispute resolution procedures. C.6.Conflict of Interest In accordance with the principles of FAR subpart 9.5 and MCC policies, the Contractor and any subcontractor shall be ineligible to furnish, as a prime or subcontractor or otherwise, implementation services which result in response(s) to findings, proposals, or recommendations written by the Contractor or subcontractor, unless this provision is expressly waived by MCC. The Contractor and its subcontractors would be precluded from bidding on work and services to be procured by the local Accountable Entity or using funds advanced under a Compact in the relevant country, unless the contractor submits a mitigation plan sufficient to ameliorate any conflict of interest pursuant to the rules applicable to the procurement process. Ordering activities will require prospective Contractors to identify potential conflicts of interest and address/resolve any concerns prior to Call Order award. C.7.Technical Direction Performance of the work under this Call Order shall be subject to the technical direction of the COR/PM. The term "technical direction" is defined to include, without limitation, the following: 1.Directions to the Contractor, which redirect the Call Order effort, shift work emphasis between work areas, require the pursuit of certain lines of inquiry, fill in details or otherwise serve to accomplish contractual requirements; 2.Provision of information to the Contractor, which assists in the interpretation of renderings, specifications or technical portions of the work description; and 3.Review and, where required by the Call Order, approve reports, creative renderings, specifications, materials or technical information to be delivered by the Contractor to MCC under this Call Order. Technical direction must be within the general scope of work stated in the contract. The COR/PM does not have the authority to issue any technical direction which: 1.Constitutes the assignment of any additional work outside the general scope of the Call Order; 2.Constitutes a change as defined in the contract clause entitled, "Changes"; 3.In any manner causes an increase or decrease in the total estimated Call Order costs, fixed fee, or time required for the Call Order performance; or 4.Changes any of the express terms, conditions or specifications of the contract. Only a contracting officer has the authority to issue a change as stated above. Therefore, the Contractor must not accept any of these changes from a COR/PM. The Contractor assumes all risks, costs, and liabilities associated to accepting any unauthorized changes. All technical direction shall be issued in writing by the COR/PM; verbal direction, if necessary, shall be confirmed by the COR/PM in writing within five (5) working days after their verbal issuance, with a copy to the Contracting Officer. The Contractor shall acknowledge acceptance of the technical direction by submitting a letter of acceptance, via email or fax, to the COR/PM and Contracting Officer. The technical direction will provide clear and concise instructions on tasks and deliverables requested of the Contractor's team, and designate the MCC technical contact with whom the Contractor shall coordinate. The Contractor shall proceed promptly with the performance of technical directions duly issued by the COR/PM in the manner prescribed by this article and within his/her authority under the provisions of this article. If, in the opinion of the Contractor, any instruction or direction issued by the COR/PM is not within one of the tasks defined above, the Contractor shall not proceed, but shall notify the CO, in writing, within five (5) working days after receipt of any such instruction or direction and shall request the CO to modify the contract accordingly. Upon receiving such notification from the Contractor, the CO shall issue an appropriate Call Order modification or advise the Contractor, in writing, that in his/her opinion, the technical direction is within the scope of this article and does not constitute a change under the "Changes" clause of the Call Order. The Contractor shall thereupon proceed immediately with the direction given. C.8.Travel The estimated durations for the individual tasks outlined above vary considerably. Initial visits in support of compact development may take one to two weeks, depending on the tasks. During compact implementation, oversight missions will generally take 10-14 days. At the time of each request for service initiated by MCC, and prior to the actual services being rendered by the Contractor, the MCC COTR and/or Project Monitor and the Contractor will agree on the appropriate duration and level of effort. The minimum expected travel requirements for the contract are estimated (subject to change based on MCC requirements) as follows: Base Year Meetings at MCC Office, Washington D.C. Kick-off meeting: Within the 1st month of contract Update meeting: Around 8th month of contract, could be held at another place of convenience to MCC Kick-off meetings/initial field visits to the Philippines: 1-2 missions, up to 14 days each, in the first 3 months of contract Additional 3-4 visits during the year Each of the Option Years Meetings with MCC at MCC Office, Washington D.C. (or at a another place of convenience to MCC) Quarterly oversight missions to the Philippines, up to 15 days each visit  SECTION D: PACKAGING AND MARKING Packaging and Marking shall be in accordance with the Contractor's underlying BPA.  SECTION E: INSPECTION AND ACCEPTANCE Inspection and Acceptation shall be in accordance with the Contractor's underlying BPA with the additional requirements below: E.1.Responsibility for Inspection and Acceptance Inspection and acceptance of all items and services under this call order will be accomplished by the COR and/or PM. The COR and/or PM shall notify the contracting office promptly after the specified date of delivery of supplies or services not received, damaged in transit, or not conforming to statement of work. Unless extenuating circumstances exist, the notification should be made not later than 30 days after the specified date of delivery. If the Contracting Officer determines that services, work or materials being furnished do not meet the required standards, the Government reserves the right to have the work performed elsewhere, charging the contractor with costs involved, subject to the provisions of FAR 52.246-4. E.2.Performance Monitoring E.1.1.Quality Assurance The Contractor shall have in place and maintain a Quality Control Plan (QCP) that covers, at a minimum, how the Contractor intends to meet the requirements of all performance objectives and how it plans to monitor and proactively manage the terms and conditions of the award. It shall also include the mechanism by which the Government will be notified of performance-related incidents that are likely to affect quality of services or impact mission accomplishment. The Contractor shall provide a copy of its QCP to the COR within 30 days of the effective date of award. Any proposed changes to the QCP shall be provided to the Contracting Officer for review and comment no later than 10 working days prior to the effective date of the proposed changes. E.1.2.Quality Monitoring The Contractor shall be in compliance with FAR clause 52.246-6 Inspection-Time-and-Materials and Labor-Hour and its QCP when performing all services required under this call order.  SECTION F: DELIVERIES OR PERFORMANCE F.1.Period of Performance (PoP) The Contract will include a Base Period of 12 months and up to two (2) one-year option periods. While the Contract will be awarded for the Base and Option Periods, the exercise of the option periods is at the sole discretion of MCC. The overall anticipated period of performance is as follows: Base: 11 August 2017 - 10 August 2018 Option Period 1: 11 August 2018 - 10 August 2019 Option Period 2: 11 August 2019 - 10 August 2020 These are tentative dates and may change at the time of award. F.2.Place of Performance The Contractor shall perform services in the Philippines (at MCC's Resident Country Mission (RCM) office, at a GOPH agency, and/or the MCA's office) or at their own offices, as needed by MCC. During missions to Philippines the Contractor shall perform services on the project sites, as needed by MCC. MCC may also require the Contractor to travel to MCC offices in Washington, DC, from time to time to perform services. While performing services in the Philippines, the Contractor shall be responsible for arranging temporary office space as would be required for work not taking place through site visits or meetings with project stakeholders. It shall be noted that the Contractor shall bill its personnel performing work authorized by MCC no more than eight (8) billable hours per work day, and no more than 40 billable hours per work week (Sunday - Saturday), or as actually performed when lesser. Subject to prior approval of MCC, the Contractor may be able to bill up to 48 hours per week for in-country missions of key personnel only, to account for travel time for mission deployment to and from the Philippines during a specific week. The Contractor shall provide all personnel, equipment, tools, materials, supervision, and other items and non- personal services necessary to perform the tasks as defined in Section C. F.3.Deliverables The Contractor shall prepare reports and/or email summary of reviews of (and relevant inputs to) relevant project documents, including, but not limited to, the following: 1.Terms of reference or other scoping documents prepared by MCC, the GOPH, the MCA or its contractors, 2.Design reviews of both infrastructure projects and other activities contemplated under the Compact, 3.GOPH or MCA technical and/or financial procurement evaluations, 4.Draft and final contracts with relevant services/goods/works contractors to be engaged by the MCA, 5.Technical studies, designs and other GOPH or MCA contractor deliverables, 6.Environmental, social, and resettlement documents, 7.Work plans and other program and project schedules, 8.Construction supervision documents, 9.Cost or other LoE estimates, 10.Site visitation reports, 11.Meeting summaries, 12.Other relevant reports, 13.Presentations, 14.Claims and dispute resolution documents, 15.Certificates of completion and/or turnover, and 16.Compact close-out planning and archive information. Deliverables may also include travel, technical briefings/assessments, trip reports, comments on ad hoc reports, interim/final reports, progress reports, special topical reports, financial reports, and presentations. The Contractor shall address and incorporate comments provided by MCC into final deliverables as appropriate. The Contractor may be requested to submit or present deliverables not only to MCC but also to high-level Government officials in Philippines. Deliverables shall be submitted in English. The submission timeline of deliverables will be determined by the COR/PM during the PoP. All reports shall be submitted electronically using WINDOWS based MS-Office 2010 or newer, including MS WORD for text, data tables in MS EXCEL, appropriate MS-Office program for exhibits, and schedules using MS-Project 2010 or newer. Original drawing files shall be submitted in AUTOCAD 2010 (or later), and also in PDF printable version. Digital photos files shall be submitted in.JPG format. GIS data shall be submitted both in ArcView files, and PDF printable files. Presentations shall be prepared with MS PowerPoint 2010 or newer. All work files shall be submitted to MCC along with PDF files. All metadata and imagery shall conform to ISO 19115-1:2014 or later requirements and USG requirements. The Contractor shall ensure that all USG requirements are met and advise MCC as needed on further requirements associated with these requirements (file sharing for example). A complete and updated file shall be kept with all metadata and other supporting documentation. Also, see Subsection L.2.4 for restricted file formats for all submissions. F.4.Document Ownership and Information Management System Requirements All documents produced and/or collected by the Contractor, electronic and hard copies, shall be the sole property of MCC. The Contractor shall establish and maintain a comprehensive electronic data base and reference index of all relevant documents reviewed, produced, and/or edited by the Contractor. Any and all such documents will be electronically compiled in usable form and delivered to MCC, in an organized electronic format acceptable to MCC, at the end of the contract, and if requested by MCC also in hard copies. The Contractor shall provide a document management system acceptable to MCC. MCC, at its sole discretion, may provide such system as SharePoint or similar in addition or in lieu of the Contractor's system. The Contractor shall abide by MCC required communication protocol including sharing information and reports with the MCC team, and/or other MCC consultants for efficient and timely reviews and communications as specifically requested in respective technical directives. F.5.Estimated Level-of-Effort (LoE) and Other Direct Cost (ODC), Including Travel Requirement The tables below show the estimated LoE and the other direct cost (ODC) per year. Base: LaborODC Position TitleBPA Labor CategoryHoursBase YearQuantity Key: Program ManagerPrinciple Level IV80International Airfare25 Key: Transport Sector Specialist (Team Leader)Sector Technical Specialist Level IV980In-route Expenses25 Administrative AssistantAdministrative Assistant Level I400International Per Diem250 Airport Planning and Engineering SpecialistRailroad Planning and Engineering Specialist Level IV250Domestic Travel6 Engineer and Other SpecialistsEngineer Level IV450Car Rental6 Environmental SpecialistEnvironmental and Social Management Level IV350Data Collection1 Facilities EngineerArchitectural Engineer Level III300Communications1 GIS SpecialistGIS Specialist Level III525Report Printing1 Health and Safety SpecialistHealth and Safety Specialist Level IV100Translation4 Highway Engineer Highway Engineer Level IV700DBA1 Institutional Development/Legal/Regulatory Expert Institutional Expert Level IV305MEDEX1 Intermodal Transport SpecialistIntermodal Transport Specialist Level IV425Satellite/Aerial Imagery1 Legal Expert-ContractsLegal Expert-Contracts Level IV150 Operations and Maintenance Specialist for Transport FacilitiesOperations and Maintenance Specialist for Transport Facilities Level IV225 Port Planning and Engineering SpecialistPort Planning and Engineering Specialist Level IV350 Resettlement SpecialistResettlement Specialist Level IV475 Social and Gender SpecialistSocial and Gender Specialist Level IV300 Structural/Bridge Engineer Structural Engineer Level IV825 Transport and Logistics SpecialistSector Technical Specialist Level IV280 Transport Sector Economist/Modeler Sector Economist/Economic Modeler Level IV475 Urban Transport SpecialistUrban Transport Specialist Level IV425 Option Period 1: LaborODC Position TitleBPA Labor CategoryHoursBase YearQuantity Key: Program ManagerPrinciple Level IV80International Airfare20 Key: Transport Sector Specialist (Team Leader)Sector Technical Specialist Level IV700In-route Expenses20 Administrative AssistantAdministrative Assistant Level I255International Per Diem200 Airport Planning and Engineering SpecialistRailroad Planning and Engineering Specialist Level IV300Domestic Travel8 Engineer and Other SpecialistsEngineer Level IV450Car Rental5 Environmental SpecialistEnvironmental and Social Management Level IV240Data Collection1 Facilities EngineerArchitectural Engineer Level III300Report Printing1 GIS SpecialistGIS Specialist Level III575Translation4 Health and Safety SpecialistHealth and Safety Specialist Level IV100DBA1 Highway Engineer Highway Engineer Level IV575MEDEX1 Institutional Development/Legal/Regulatory Expert Institutional Expert Level IV180Satellite/Aerial Imagery1 Intermodal Transport SpecialistIntermodal Transport Specialist Level IV425 Legal Expert-ContractsLegal Expert-Contracts Level IV150 Operations and Maintenance Specialist for Transport FacilitiesOperations and Maintenance Specialist for Transport Facilities Level IV225 Port Planning and Engineering SpecialistPort Planning and Engineering Specialist Level IV300 Resettlement SpecialistResettlement Specialist Level IV360 Social and Gender SpecialistSocial and Gender Specialist Level IV450 Structural/Bridge Engineer Structural Engineer Level IV630 Transport and Logistics SpecialistSector Technical Specialist Level IV240 Transport Sector Economist/Modeler Sector Economist/Economic Modeler Level IV350 Urban Transport SpecialistUrban Transport Specialist Level IV310 Option Period 2: LaborODC Position TitleBPA Labor CategoryHoursBase YearQuantity Key: Program ManagerPrinciple Level IV80International Airfare20 Key: Transport Sector Specialist (Team Leader)Sector Technical Specialist Level IV630In-route Expenses20 Administrative AssistantAdministrative Assistant Level I180International Per Diem200 Airport Planning and Engineering SpecialistRailroad Planning and Engineering Specialist Level IV205Domestic Travel8 Engineer and Other SpecialistsEngineer Level IV320Car Rental5 Environmental SpecialistEnvironmental and Social Management Level IV190Data Collection1 Facilities EngineerArchitectural Engineer Level III300Report Printing1 GIS SpecialistGIS Specialist Level III240Translation4 Health and Safety SpecialistHealth and Safety Specialist Level IV100DBA1 Highway Engineer Highway Engineer Level IV475MEDEX1 Institutional Development/Legal/Regulatory Expert Institutional Expert Level IV160Satellite/Aerial Imagery1 Intermodal Transport SpecialistIntermodal Transport Specialist Level IV355 Legal Expert-ContractsLegal Expert-Contracts Level IV150 Operations and Maintenance Specialist for Transport FacilitiesOperations and Maintenance Specialist for Transport Facilities Level IV190 Port Planning and Engineering SpecialistPort Planning and Engineering Specialist Level IV220 Resettlement SpecialistResettlement Specialist Level IV160 Social and Gender SpecialistSocial and Gender Specialist Level IV220 Structural/Bridge Engineer Structural Engineer Level IV270 Transport and Logistics SpecialistSector Technical Specialist Level IV180 Transport Sector Economist/Modeler Sector Economist/Economic Modeler Level IV270 Urban Transport SpecialistUrban Transport Specialist Level IV250 SECTION G: CONTRACT ADMINISTRATION DATA Contract Administration Data shall be in accordance with the Contractor's underlying BPA.   SECTION H: SPECIAL CONTRACT REQUIREMENTS H.1.Personnel MCC envisions that the technical team shall be composed of key personnel (KP) and non-key (core) personnel (CP), each meeting the following general requirements, respective of their area of expertise: 1.Have substantial, relevant, and similar experience in the Philippines and/or in the South-East Asia region; 2.Proficient in English, including speaking, understanding, reading, and writing; and 3.The technical team collective experience and organization of the team to meet the proposed methodology to achieve the tasks outlined above is the basis for the evaluation rather than the experience of the contractor as a whole. It is expected that the proposed team leader of the assignment provide a half hour presentation of the methodology, proposed team, and workplan for these specific tasks either via video conference or in person post submittal of proposal. The organization and strength of the presentation shall serve as a contributing factor in the evaluation. Contractors are encouraged to subcontract and/or team with other Contractors to enhance their qualifications. H.1.1.Key Personnel Qualification The Contractor shall provide resumes of Key Personnel. Personnel identified as Key Personnel are considered to be essential to the work being performed hereunder. Before changing an individual identified as Key, the Contractor shall notify the Contracting Officer in no less than 15 business days and will submit written justification as to the reason for substitution. Substitution within the first 90 days will only be considered for reasons of illness, death, or termination of employment. The Justification must include the name and qualifications of the proposed substitute(s). The proposed substitute(s) will possess qualifications equal to or superior to those of the Key person being replaced. The Contractor shall not substitute Key personnel without written consent from the Contracting Officer. No change in fixed unit prices may occur as a result of key personnel substitution. The key personnel may, with the consent of the contracting parties, be amended from time to time during the course of this contract to either add or delete personnel, as appropriate, provided that the contracting officer may ratify, in writing, such diversion and such ratification shall constitute the consent of the contracting officer. Substitutions of Key Personnel shall be equal to or have greater qualifications than the personnel being replaced. _______________________________, Program Manager | Principal Level IV The Program Manager shall be a designated key personnel. An advanced degree, preferably in management, policy or law or related technical field, is highly desirable. 15+ years of relevant and progressively more responsible experience in any corporation or organization. Must have excellent demonstrated experience in infrastructure sector in a context of proving Architectural and Engineering services including but not limited to Program/Project Management with demonstrated experience in overseeing all stages of a project cycle-from conceptual stage to construction and closeout. Possess excellent verbal and written communications skill in English. _______________________________, Transport Senior Technical Specialist (Team Leader) | Sector Technical Specialist Level IV The Transport Senior Technical Specialist (Team Leader) shall be a designated key personnel. The Transport sector technical specialist is the primary field team leader for the assignment responsible for the overall coordination, planning and execution of all assignments, QA/QC, and technical rigor. The specialist must have an advanced degree in civil/transport engineering or planning with 15 years of experience in highways, ports, airport and railway planning, design and construction in developing countries. Detailed knowledge of intuitional development, policy and regulatory aspects of the transport sector is desirable. Experience in the Philippines or Southeast Asia highly desired. Additional private sector experience is a plus. Possess excellent verbal and written communications skill in English. H.1.2.Non-Key (Core) Personnel Qualification The non-key personnel labor categories are as follows: Position TitleBPA Labor CategoryQualifications 1.Administrative AssistantAdministrative Assistant Level IProvides basic travel logistic support, communications, invoicing and other administrative tasks essential for the functioning of a team. Possess excellent verbal and written communications skill in English. 2.Airport Planning and Engineering SpecialistAirport Planning and Engineering Specialist Level IVThe candidate must have an advance degree in Civil Engineering field with at least 15 years of experience in airport planning, design and construction. The specialist shall have an extensive background in airport development and design sufficient to perform an evaluation of existing airports and supporting facilities/infrastructure both on the land and air sides. Possess excellent verbal and written communications skill in English. 3.Engineers and Other Specialists Engineer Level IV Contractor shall provide additional transport sector engineers and other specialists as may be appropriate to provide specialized, supporting analysis on issues such as: •Pavement Engineering •Transportation/Traffic Engineering and Planning •Transportation Asset Management Systems •Logistics and Supply Chain management Specialist •Private Sector Specialist in Transport Sector •Geographic Information System •Hydrology •Geotechnical •Urban land use planning •Monitoring and Evaluation Extensive knowledge of international best practices in the respective area of specialization is highly desired. Possess excellent verbal and written communications skill in English. 4.Environmental SpecialistEnvironmental & Social Management Specialist Level IVThe Environmental Specialist should be an environmental professional, such as environmental engineer or environmental planner, with at least 15 years of professional experience, including at least 5 years' experience working in Southeast Asia. The Environmental Specialist will have significant experience in the formulation, review and implementation of environmental and social impact assessment documentation and mitigation planning for infrastructure and master planning projects, including multi-sector projects related to agriculture, transport and/or infrastructure. The specialist must have experience leading multi-disciplinary EIA teams and expert knowledge of IFC Performance Standards. Previous Philippines experience is preferred. An advanced degree in environmental planning, environmental science, environmental engineering or a related field is also preferred. 5.Facilities EngineerFacilities Engineer Level IIIThe candidate must have Civil Engineering or Architectural Engineering degree minimum with a master's level with planning, design and construction experience of medium to large size facilities such as processing transportation terminal, depots, warehouse, and other logistical infrastructure. The candidate must possess excellent verbal and written communications skill in English and be able to work closely with local counterpart personnel and the public at large The candidate must possess excellent verbal and written communications skill in English. 6.GIS SpecialistGIS Specialist Level IIIThe GIS Specialist shall have relevant experience with (a) managing data collection and integration into a georeferenced relational database complete with aerial imagery to develop itinerary diagrams and 3D terrain models (b) use of Geospatial Positioning Systems (GPSs), satellite and drone imagery, and aerial photography to develop resources to be integrated into a GIS; (c) integration of multiparty data entry into database (d) developing reports and graphical representations of the results of the geo-spatial analyses performed above. Experience with international development transport projects will also be highly valued. Possess excellent verbal and written communications skill in English. 7.Health and Safety SpecialistHealth and Safety Specialist Level IVThe Health and Safety Specialist must have a minimum 15 years of experience in developing health and safety plans and conducting health and safety audits, including at least 5 years of experience in developing countries, preferably in Southeast Asia. Experience in developing and operating incentive-based H&S performance programs and writing contact specifications to ensure contractor performance is highly desirable. Experience with the IFC Performance Standards and EHS Guidelines is required. Must possess excellent verbal and written communications skill in English and be able to work closely with local counterpart personnel and the public at large. Relevant health and safety certifications (such as OSHA, ISO 18001, or commensurate standard) preferred. 8.Highway EngineerHighway Engineer Level IVThe candidate must have an advance degree in Civil Engineering field with at least 15 years of experience in highway design and construction including Right-of-Way analysis, survey/route location, geometric, pavement, drainage designs, specifications, cost estimates, preparation of construction tender documents, and construction management. Familiarity with Philippines Highway design standards as well appropriate Professional License highly desirable. The candidate must possess excellent verbal and written communications skill in English. 9.Institutional Development/Legal/Regulatory ExpertInstitutional Expert Level IVThe Institutional Development/Legal/ Regulatory Expert must have a minimum of 15 year experience in assessing or developing legislation, regulations, and institutional arrangements for the transport sector, specifically in the Philippines. Possesses excellent verbal and written communications skill in English. Must have advanced degree, in law, political science, economics or a technical field. 10.Intermodal Transport SpecialistIntermodal Transport Expert Level IVExperience in intermodal transport planning and development with preferable experience in the Philippines. At least 10 years of experience in advance planning modeling and knowledge of how pedestrian, rail, bus, taxi, and other modes of transportation can be integrated to form seamless multimodal transfer center. The candidate should also have experience in land-use planning particularly in transit oriented development. Advance degree in civil engineering, transport planning or equivalent is required. Possess excellent verbal and written communications skill in English. 11.Legal Expert-ContractsLegal Expert-Contracts Level IVThe specialist must have experience and knowledge in legal aspects of contracts including but not limited to structuring performance based contracts, PPP contracts, Design-Bid-Build, Design-Build, Build Operate Transfer contracts and other similar types of project delivery systems. Knowledge of FIDIC terms of contract desirable. A minimum of 10 years of experience with low or equivalent degree is highly desirable. Possess excellent verbal and written communications skill in English. 12.Operations and Maintenance Specialist for Transport FacilitiesO&M Specialist Level IVThe specialist must have experience and knowledge of planning and implementation of Operations and Management aspects of transport facilities such as highways, ports, airports and terminals in the region preferably in the Philippines. A minimum of 10 years' experience in the field with a BS degree in engineering, management or related fields. Possess excellent verbal and written communications skill in English. 13.Port Planning and Engineering SpecialistPort Planning and Engineering Specialist Level IVThe candidate must have an advance degree in Civil Engineering field with at least 10 years of experience in port planning, engineering and construction, including knowledge of RoRo ports infrastructure, operations, utilization of space, berthing times, unloading and loading and overall logistics and requirements for intermodal transport interface at a port facility. The candidate must possess excellent verbal and written communications skill in English. 14.Resettlement SpecialistResettlement Specialist Level IVThe Resettlement Specialist should be a professional with demonstrated significant senior, relevant and recent experience (within the past 3 years) in RAP development, implementation, management and oversight for large scale infrastructure projects in Southeast Asia. The specialist must have expert knowledge of IFC Performance Standard 5 and/or World Bank Operational Policy 4.12, including direct experience with setting up and managing grievance resolution mechanisms. The specialist must have at least 15 years of experience working on multi-sector projects related to agriculture, transport and/or infrastructure, with at least 5 years of experience working in Southeast Asia. Previous Philippines experience is preferred. An advanced degree in sociology, anthropology, social development, or a related field is also preferred. 15.Social and Gender SpecialistSocial and Gender Specialist Level IVThe Social and Gender Specialist must have an advanced degree in the social sciences coupled with at least 15 years of international experience in social impact analysis. Must have experience related to social and gender assessment, impact analysis and inclusion opportunities in relation to transport and employment, including experience in relation to urban settings, services and employment. The Social and Gender Specialist shall have experience in developing countries, preferably in the Philippines. Possess excellent verbal and written communications skill in English. Previous experience in ethnically diverse, religiously mixed, and conflict-affected settings is desirable. Experience working directly in the transport sector is essential. The Specialist must be familiar with application of international best practice and methodology, preferably with experience relevant to transport projects and benefits and access for the poor. Experience with customs and trade and/or promotion of employment in the transport sector a plus. 16.Structural/Bridge EngineerStructural Engineer Level IVThe specialist must have experience in the design of structural aspects of transport facilities of both horizontal and vertical structures. A minimum of 10 years of experience in structural design with advance degree in Civil Engineering, preferable with a professional engineering license or equivalent. Possess excellent verbal and written communications skill in English. 17.Transport and Logistics Specialist Sector Technical Specialist Level IVThe Transport Logistics Specialist must have an advanced degree in management or related technical field that include a minimum of 15 year experience in the planning, development, implementation and management of logistics infrastructure, warehousing, freight transportation and cargo tracking systems, include ports (intermodals) development as a whole etc. in the logistics & transportation industry. Experience in the Philippines or south East Asia is desirable. Possess excellent verbal and written communications skill in English. 18.Transport Sector Economist/ModelerSector Economist/ Economic Modeler Level IVThe sector Economist must have an advanced degree in economics or related subject with a minimum of 10 years' experience in the transportation sector. Experience should include demonstrated competence in economic cost-benefit analysis as well as knowledge of the technical transport planning environment. Should have strong numerate and analytical abilities, including high degree of competence in MS Excel and ability to work in a team as part of a wider project team. Some experience in the application of financial and commercial appraisal techniques and an appreciation of the transport industry specifically in highway, ports, airports infrastructure sector particularly in the Philippines, South-East Asia or in emerging economies and related policy context is highly desirable. 19.Urban Transport SpecialistUrban Transport Specialist Level IVThe specialist must have experience transport and traffic engineering and/or planning with knowledge of various capital and non-capital intensive strategies to mitigate major traffic congestion problems in major metropolitan areas. The candidate must have familiarity urban transport modeling and planning processes with a unified understanding of how the various modes of transportation such passenger vehicles, bus, rail as well as non-motorized/pedestrian interact to form an integrated urban transport system. Possess excellent verbal and written communications skill in English. The KP is expected to manage and lead all aspects of the required tasks. Any change in the KP requires a contract modification. Changes in CP does not require a contract modification. All Contractor staff are subject to MCC approval. The Contractor must provide and maintain all proposed KP. To the extent that additional personnel representing other disciplines are needed to carry out any of the tasks outlined above, the Consultant must present for MCC's approval both the qualifications and billing rates for such new personnel. Any changes are subject to approvals in accordance with the appropriate Government regulation. H.2.MCC 52.201-70 Contracting Officer's Representative (COR) and/or Project Monitor (PM) (July 2012) (a) The Contracting Officer may designate a Government representative to act as the Contracting Officer's Representative (COR) or Project Monitor (PM) to perform functions under the contract such as review and/or inspection and acceptance of supplies, services, including construction, and other functions of a technical nature. The Contracting Officer will provide a written notice of such designation to the COR and/or PM and the Contractor. The designation letters will set forth the authorities and limitations of the COR and/or PM under the contract. (b) Modifications to this contract are effective only if reduced to writing and executed by the Contracting Officer. The Contractor is specifically prohibited from performing any work that is outside the scope of this contract without the approval of the Contracting Officer. The Contracting Officer cannot authorize the COR or any other representative to sign documents (e.g. contracts, contract modifications, etc.) that require the signature of the Contracting Officer. (End of clause) H.3.MCC 52.203-70 Contractor Non-Disclosure Agreement (July 2012) All contractor employees or independent contractors engaged in this contract shall provide a non-disclosure agreement as follows signed by the individual contractor/consultant and, if a contractor employee, by the contractor's contract administrator: NON-DISCLOSURE AGREEMENT I, _[contractor employee's name]_, do solemnly swear (or affirm) that I will not divulge any information, whether obtained orally or in writing from, or data maintained by [Confidential Information] the Millennium Challenge Corporation (MCC) to any unauthorized person for any purpose. I will not directly or indirectly use, or allow the use of Confidential Information for any other purpose other than that directly associated with my officially assigned duties for MCC. Further, I will not directly or indirectly reveal or cause to be revealed the nature or content of any [Confidential Information], except to authorized personnel. I am aware that the unauthorized use of information may be a violation of law and this Agreement. Company or Subcontractor Understand that authorized persons refer only to persons assigned to a project requiring access to Confidential Information or directly in the line of management over the project requiring access to the data. ______________________________ Signatory _____________________________________________ Contract AdministratorDate (End of clause) H.4.MCC 52.204-70 Security Requirements for Contractor Personnel (May 2013) Contractor employees and/or subcontractor personnel, while on MCC premises, shall be subject to and abide by all safety and security regulations of the MCC and shall be required to meet the same personnel security background requirements as MCC employees as outlined in MCC policies and procedures, including MCC's Background Investigations and Clearances (Security Clearances and Facility Access Clearances) for Federal Employment, Contract Service and/or Volunteer Service at the Millennium Challenge Corporation (MCC's Background Investigations and Clearance policy). A.Contractor Personnel Facility Access Requirements, Including Offsite MCCNet Access Contractor candidates hired to work under contracts awarded by MCC and require access to MCC Headquarters, MCCNet, Sensitive but Unclassified (SBU), Foreign Government Information (FGI) or other MCC-Sensitive information must be U.S. citizens or have Permanent Resident Status in the U.S. Contractor candidates will undergo a background investigation for a facility access clearance (also considered a "favorable suitability" determination per MCC's Background Investigations and Clearance policy). The screening will determine the candidate's suitability and fitness for work under MCC contracts. The background investigation will consist of a National Agency Checks with Law and Credit (NACLC) for a Moderate Risk Public Trust (MRPT) position and fingerprint imaging to be reported to FBI national databases and reported to MCC's Security & Office Services-Security Office (MCC/Security). For contract positions with and in support of an MRPT position, a non-U.S. citizen foreign national (FN) who has Permanent Resident Status in the U.S. (holds a valid Alien Registration Card, commonly referred to as a "green card," although the actual card is no longer green), the contractor candidate must have been residing, working and/or attending school in the U.S. for the last two (2), preferably three (3), years in order for a meaningful background investigation to be conducted and the contractor candidate will be required to report all residences, work venues and/or school registrations for the last seven (7) years. Processing a MRPT background investigation for a foreign national with Permanent Resident Status may require waiting for receipt of a final Report of Investigation, at the discretion of MCC/Security, which might take up to 120 days after the candidate's reviewed background submission is released by MCC/Security for assignment to an investigator. MCC/Security can only make a determination of a contractor candidate's eligibility to meet facility access clearance requirements when the candidate completes an on-line Questionnaire for Public Trust Positions (SF-85P) and Supplemental Questionnaire for Public Trust Positions (SF-85PS) via OPM's electronic Questionnaire for Investigations Processing (e-QIP), which MCC/Security initiates and e-mails instructions to the candidate. Contractor is required to have all affected personnel execute appropriate security forms, starting with MCC/Security's Personal Information Request Form (which must be completed, signed by the candidate and faxed to MCC/Security at 202-521-3590) as well as theSF85P/SF-85PS, related signature releases and supplemental forms and submit to fingerprint imaging) as well as the SF-85P/SF-85PS, signature releases and supplemental forms and submit to fingerprint imaging) to MCC/ Security within seven (7) days after MCC/Security e-mail request is sent before a determination will be made with regard to the contractor candidate's access to MCC Headquarters or overseas RCD offices and/or MCCNet is approved. Contractor candidates may be permitted to work under the contract while the background investigation is being conducted at the discretion of MCC/Security. MCC/Security will provide the necessary background investigations forms - which must be submitted via OPM's on-line system - to each contractor candidate, whose Privacy Act protected rights will be protected in that details regarding a negative determination with regard to suitability will only be revealed to the individual contractor candidate by MCC/Security. Also, see G. Contract Award below. Contractor candidates for whom unfavorable or derogatory information is developed and/or reported during the background investigation process will be presented to the contractor candidate by MCC/Security and offered an opportunity to refute, explain, clarify or mitigate the information in question. If an ineligibility determination is made by MCC/Security, the contractor candidate will be ineligible to further render services under the contract and access to MCC headquarters and/or any overseas MCC/Resident Country Director offices and/or MCCNet will be immediately terminated if the contractor candidate has been permitted to work in advance of completion of his/her background investigation. The initial ineligibility decision will be communicated by the MCC/Security through the contracting officer and COR to the contractor. The specific reasons for the ineligibility determination will be made available only to the affected contractor candidate directly by MCC/Security. MCC/Security will follow USG-wide reciprocity mandate per The Intelligence Reform and Terrorism Prevention Act (IRTPA) of 2004, Title III, Sec. 3001 (12/06/2004) and may accept, via reciprocity, a previous investigation meeting or exceeding the MCC required investigation standard (NACLC and fingerprinting) and a related adjudication for a clearance meeting or exceeding the MCC-required clearance. Per IRTPA, the investigation must have been completed within the previous two calendar years. Contractor candidates may be required to submit updated security forms. MCC/Security's decision to grant a facility access clearance to a contractor candidate will be communicated via the STARS Sharepoint New Hires database and CGM will communicate the requirement for each contractor candidate to the contractor for attend MCC's Orientation Program, which takes place on alternating Mondays at the start of each pay period. All contractor candidates who require on-site facility access and/or MCCNet access are required to attend MCC's Orientation Program which includes a Security Briefing, a badging appointment and an IT Briefing. After attending MCC's Orientation Program, MCC/Security will issue an HSPD-12 compliant MCC Photo ID Badge which will permit the contractor candidate with physical site access to MCC headquarters and will indicate on the face of the badge, the contractor candidate's status as a contractor who does not have access to national security classified information. B.Contract Employees Not Requiring Facility, MCCNet, or Sensitive Information Access Contractor candidates hired to work under contracts awarded by MCC who do not require access to MCC Headquarters are preferred to be U.S. citizens or have Permanent Resident Status in the U.S. Employment of any foreign national (FN) working within the U.S. must have been lawfully admitted into the U.S. in accordance with immigration laws with eligibility to work within the U.S. Employment of a FN by MCC outside of the U.S. is subject to applicable security and legal requirements established by the Chief of Mission (a.k.a. Ambassador of the U.S. to the foreign country where the non-U.S. citizen FN will be engaged as an MCC contractor) and the U.S. Department of Treasury. Each Chief of Mission is selected by the Secretary of State at the U.S. Department of State in consultation with The White House Office of Presidential Personnel. The contractor must provide to MCC/Security the full name, date of birth, place of birth, social security number (except for FN contractors not issued a social security number), home address, work telephone number and a home and/or personal cell telephone number via fax submission of MCC/Security's Personal Information Request Form. MCC/Security will use a contractor candidate's Privacy Act protected Personally Identifiable Information (PII) to screen each contractor candidate through various government databases to determine their suitability and fitness for work under MCC contracts. Additional forms and background information may be requested to verify each contractor candidate's suitability. Contractor personnel may be permitted, at the discretion of MCC/Security, work under the contract while the background investigation is being conducted. Contractor candidates on whom unfavorable, derogatory or questionable information has been developed will be given an opportunity to refute, explain, clarify or mitigate the information with MCC/Security. If an ineligibility determination is made by MCC/Security, the contractor candidate will be ineligible to further render services under the contract. The ineligibility determination will be communicated by MCC/Security through the contracting officer and COR to the contractor. The specific reasons for the ineligibility determination will be made available only to the affected individual directly by MCC/Security. C.Personal Services Contractor Security Clearance Requirements The number of Personal Services Contractors (PSCs) cleared for access to national security classified information will be limited only to those PSCs encumbering a Full-Time Equivalent (FTE) Federal employee position, based on operational needs requiring the specific PSC to access national security classified information or systems in consultation with MCC's Human Resources Division and only with approval of the Vice President, Department of Administration & Finance. The level of access approved will relate directly to the level of national security classified information (secret = noncritical-sensitive FTE position or top secret = critical-sensitive FTE position) the PSC candidate requires in order to perform their official USG functions. 1.Personal Service Contractors (PSC). MCC/Security is responsible for investigation and clearance actions associated with PSC candidates who are directly compensated by MCC. MCC/Security will process the appropriate level of background investigations and grant appropriate level security clearances for all PSCs where MCC makes payment directly to the individual. The level of background investigation and clearance (secret = noncritical-sensitive or top secret = critical-sensitive) granted will be based on the duties to be performed by the PSC as compared with the position of an MCC Federal employee in a similar position. PSC candidates will be required to execute background investigation forms, starting with MCC/Security's Personal Information Request Form (which must be completed, signed by the candidate and faxed to MCC/Security at 202-521-3590) as well as a Questionnaire for National Security Positions (SF-86), signature releases and supplemental forms and submit to fingerprint imaging to be reported and reviewed by FBI national databases) and submit to MCC/Security before access to the facility or MCCNet is approved. PSC candidates may be permitted to work, at the discretion of MCC/Security, under the contract while the background investigation is being conducted. MCC/Security will provide the necessary forms to the contractor candidate, will process the background investigation and grant, if interim name checks, credit check and fingerprint report permit, an interim secret-level security clearance and will adjudicate the PSC candidate's final security clearance within twenty (20) days of receipt of the PSC candidate's Report of Investigation (ROI). Being granted either an interim and/or final security clearance (the latter of which may be granted via reciprocity, per IRTPA, if the PSC candidate has already been investigated and granted a security clearance by another Federal agency) require each PSC candidate to attend an MCC/Security Clearance Briefing and signature on a Classified Information Nondisclosure Agreement (SF-312) before MCC/Security will grant the PSC candidate a security clearance. MCC/Security's decision to grant an interim or final security clearance to a PSC candidate will be communicated via the STARS Sharepoint New Hires database and CGM will communicate the requirement for each PSC candidate to attend MCC's Orientation Program, which takes place on alternating Mondays at the start of each pay period. All PSC candidates who require on-site facility access and/or MCCNet access are required to attend MCC's Orientation Program which includes a Security Briefing, a badging appointment and an IT Briefing. After attending MCC's Orientation Program, MCC/Security will issue an HSPD-12 compliant MCC Photo ID Badge which will permit the PSC candidate with physical site access to MCC headquarters and will indicate on the face of the badge, the PSC candidate's status and level of security clearance granted. 2.Secure Contract Classification. Classified contracts, grants, and cooperative agreements with organizations must comply with the National Industrial Security Program (NISP). Under the provisions of NISP, the Defense Security Service (DSS) will investigate and adjudicate security clearances required for contractor employees to have access to classified information. Organizations (contractors and recipients) and their employees not currently participating in NISP which much conduct classified business with MCC must be sponsored by MCC, another agency, or by company that has been previously cleared. Once the secure contract is awarded, MCC Contracting Officer, in consultation with MCC/Security, will be responsible for completing the Department of Defense Contract Security Classification Specification, DD Form 254. D.Exceptions to Investigations Requirements Contractor candidates are exempt from investigative requirements when working in temporary Low Risk Public Trust (LRPT) positions that are intermittent and when not working on an MCC contract in excess of 180 days in either a single continuous assignment or a series of assignments within a 365 day period. LRPT positions involve duties and responsibilities of limited impact on an agency or program mission, with potential for limited impact on the efficiency of the service. Persons occupying these positions will not have unescorted access to the Department of State or its Embassies, Sensitive But Unclassified, Foreign Government Information, MCC-Sensitive information, or require logon access to MCC's computer information network. Contractor candidates are exempt from investigative requirements when working in a part-time Moderate Risk Public Trust (MRPT) position, as defined in Section 4.18.2 of MCC's Background Investigations and Clearances policy: Moderate Risk Public Trust (MRPT) Position: Public trust positions in which an incumbent has the potential to have a moderate to serious impact on the integrity and efficiency of the service. Duties involved are considerably important to the agency or program mission with significant program responsibility or delivery of service. Positions include assistants to policy development and implementation; mid-level management duties or assignments; any position with responsibility for independent or semi-independent action; and delivery of service positions that demand public confidence or trust. At this time, MCC staffing of contractor and intern positions are all MRPT positions. In addition, no part-time MCC MRPT contractor positions may exceed an aggregate of 1,200 hours within a 365 day period in either a single continuous appointment or series of appointments. If a contractor has not been investigated and has not been granted a facility access clearance by MCC/Security and the contractor's compensated hours approach 1,150 within a 365 day period, the contractor's hours must be closely monitored by contracting officer and COR so as not to exceed 1,200 hours. MCC will not be required to compensate any individual who has not been investigated and who has not been granted a clearance by MCC/Security for hours in excess of 1,200 hours. If work is required in excess of 1,200 hours, the work assignment must be re-advertised and all candidates must re-compete for any additional assignments not to exceed 1,200 hours within another 365 day period. E.Issuing MCC Access Badges A Homeland Security Presidential Directive-12 (HSPD-12) compliant MCC Photo ID Badge Federal credential (badge) will be issued to contractors, Personal Services Contractors and Personal Services Contractor-FTEs with a permanent duty station assignment at MCC Headquarters or at an overseas MCC/Resident Country Director Office. Requirements before being issued a badge include submission of required background investigation forms for processing a facility access for a contractor of PSC or a security clearance for a PSC and mandatory attendance at an MCC Orientation Program/Security Briefing which are scheduled on the first business day of the pay period and alternate weeks as determined by MCC's Human Resources Division, and are generally held from 8:45 to 10:00 am, immediately followed by an IT Briefing. In addition, all PSCs whose position has been determined as one which requires access to classified information and whose investigation is sufficient to meet that requirement must attend an MCC/Security Clearance Briefing prior to being granted a security clearance and issued a badge. Due to HSPD-12, visitor badges are no longer available and all newly hired contractors, and PSC-s will require assistance from co-workers until their badge is issued by MCC/Security. Contractors and PSCs who have undergone a background investigation (or who are in the process of undergoing a background investigation) and who are U.S. citizens may be eligible for 24/7 access to MCC headquarters. All non-U.S. citizen foreign nationals, who hold Permanent Resident Status, who have undergone a background investigation (or who are in the process of undergoing a background investigation) will only be provided unescorted access during regular business hours (Monday through Friday, 7:30 am to 6:30 pm, excluding Federal holidays and other U.S. government closings). Contractor and PSC candidates who have not submitted the required background investigation forms and attended the required MCC/Security Briefing(s) will not be issued a badge nor building access cards and their access to MCC headquarters will require them to have an appointment which is documented in MCC's Workspeed Access Control System and must be escorted at all times while in MCC headquarters F.Work Performance The contractor shall prescreen all candidates covered under this clause to ensure they initially possess the necessary investigative and clearance requirements. In addition, the contractor is responsible to periodically, at least annually, review their employees' clearance status to ensure that nothing has occurred which may negatively impact their employees' eligibility for a clearance. Unless otherwise provided, herein in no event will the need to process background investigations and clearances (including physical on-site access at MCC facilities) from MCC/Security be considered an excusable delay under the contract. In addition, the need to replace contract personnel determined by the MCC/Security to be ineligible will not be considered an excusable delay. Failure to comply with the contractor personnel background investigation and clearance requirements herein may result in termination of the contract for default. G.Contract Award Within two (2) business days after notice of award from the contracting officer, contractor shall provide a list of all contractor candidates (and subcontractor candidates) working under the contract (unless otherwise stated in the contract) including the information and documentation required herein. This requirement does not include clerical or administrative support staff (unless otherwise stated in the contract). The list shall include individual's full name, work and home addresses, work and personal e-mail addresses, work and personal telephone numbers and personal cell telephone numbers. This list shall state and justify the level of access each contractor candidate will require; that is, MCC facility access, access to non-classified sensitive information, MCCNet access, or no access privileges. In addition, the contractor will provide a central point-of-contact regarding background investigation and clearance issues. If the contractor has documentation which evidences an individual contractor candidate's previous/current background investigation and/or clearance status, the contractor will provide the individual contractor candidate's PII and investigations/clearance status to MCC/Security via fax to 202-521-3590 in the form of a Visit Letter. Upon a request from the contractor, a sample Visit Letter template will be made available to a contractor via e-mail from MCC/Security. The contracting officer will ensure that a STARS Sharepoint New Hires entry is made for each contractor candidate to ensure that MCC/Security is aware of future on-boarding of each contractor candidate. The contracting officer or COR is responsible to provide MCC/Security's Personal Information Request Form to the contractor with instructions to have each contractor candidate complete, sign and fax to MCC/Security at 202-521-3590 so that their background investigation and clearance process can begin. All involved should be cautioned that the completed and signed Personal Information Request Form not be scanned/e-mailed to anyone at MCC. Once the Personal Information Request Form has been provided to the contractor and/or contractor candidate, it is the contractor's responsibility to assure that the Personal Information Request Form is faxed to MCC/Security at 202-521-3590 within three (3) business days. Once the Personal Information Request Form is received by MCC/Security, the individual contractor candidate's eligibility for a clearance will be determined within three (3) business days. If a contractor candidate does not have a previous background investigation and clearance, MCC/Security will initiate an e-QIP and e-mail instructions to the contractor candidate to complete the investigative requirements (including fingerprinting) within seven (7) calendar days. (End of clause) H.5.MCC 52.209-70 Organizational Conflicts of Interest: Preclusion from Implementation Contract (July 2012) Work under this contract may call for the Contractor to furnish important services in support of the design or feasibility of specific activities that may become part of a Millennium Challenge Corporation (MCC) Compact. In accordance with the principles of FAR subpart 9.5, THE CONTRACTOR MAY BE INELIGIBLE TO FURNISH, AS A PRIME OR SUBCONTRACTOR OR OTHERWISE; THE IMPLEMENTATION SERVICES FOR ANY ACTIVITIES FOR WHICH IT PROVIDES SUBSTANTIAL DESIGN SERVICES EXCEPT FOR SUCH SERVICES THAT MAY BE FURNISHED UNDER THIS CONTRACT. If a determination is made that the contractor is ineligible for implementation services, the MCC Managing Director of Contracts and Grants Management may authorize a waiver (in accordance with FAR 9.503) if the Director determines that preclusion of the Contractor from the implementation contract would not be in the Government's best interest. (End of clause) H.6.MCC 52.232-70 Invoice Instructions (MCC Custom) Invoices shall be paid in accordance with the Prompt Payment Act, thirty days (30) following receipt of a proper invoice. The Contractor shall submit each invoice electronically via email or fax to the following: Fax: 303.969.5151/7281 ATTN: MCC Payments, Email: MCC_Accounting_IBCDenver@ibc.doi.gov, or Physical Address: As an alternative to electronic submission of invoices, one copy of each invoice may be submitted to the following address: Interior Business Center M/S D-2773 7301 West Mansfield Avenue Lakewood, CO 80235-2230 If it is determined that the amount billed is incorrect, the invoice may be revised by the Government, or the contractor may be required to submit a revised invoice. To constitute a proper invoice, each invoice must include the following information and/or attached documentation: 1.Name, address, and telephone of the Contractor, 2.Date of invoice and invoice number, 3.Contract number (including task order or call number and contract line item(s)) also modification number, if applicable, 4.Description (quantity, unit of measure, unit price, and extended price) of the supplies/services rendered (including hours incurred and billing rate, as applicable to the contract), 5.A schedule depicting the following information: Amount Invoiced This PeriodCumulative Amount InvoicedAuthorized Value of ContractBalance Remaining on Contract If the contractor is billing for costs incurred over more than a single month, the costs for each month in which the costs were incurred and shall be segregated into the month they were actually incurred. 6.Name of Contracting Officer's Representative (COR), and 7.Signature of authorized representative of the firm with the following invoice certification: "The undersigned hereby certifies to the best of my knowledge and belief that: the sum claimed under this contract is proper and due, and all the costs of contract performance have been paid, or to the extent allowed under the applicable payment clause, will be paid by the Contractor when due in the ordinary course of business; the work reflected by these costs has been performed, and amounts involved are consistent with the requirements of this Contract. BY: _____________________________________________ TITLE: ___________________________________________ DATE: ___________________________________________ Inquiries regarding the status of invoices may be directed to NBC Accounting. The email address is: MCC_Accounting_IBCDenver@ibc.doi.gov. (End of clause) H.7.MCC 52.232-73 Travel Reimbursement (May 2013) Policy. When authorized as part of the Scope of Work on this contract/order and within the contract/order ceiling and as approved by the Contracting Officer's Representative (COR) and/or other MCC officials as described below, travel expenses incurred in performance of technical directives issued under this contractor/order may be reimbursed as allowed by the Federal Travel Regulations (FTR) in effect at the time of travel. MCC's supplemental policy interpretations are derived from the FTR and cannot grant additional benefits or adjust processes defined in the FTR. Supplemental policies of MCC set forth below: a.Traveler Responsibilities. All contractor travelers must: 1.Exercise the same care in incurring expenses that a prudent person would exercise if traveling on personal business; 2.Travel in accordance with the FTR and the MCC policies included in this document; and 3.Pay any charges or fees associated with non-compliance of FTR or any MCC policies included in this document, and any expenses incurred for personal convenience. For example, the traveler may become personally responsible for travel costs associated with unauthorized use of other than coach class accommodations, failing to follow the Fly American Act requirements, exceeding per diem rates, changing departure or return flights, purchasing unapproved items, etc. regardless of the fact that travel arrangements may have been booked by others (e.g., Travel Agency). b.Cabin Class Standards 1.The standard cabin class for contractor air-travel is coach class, regardless of destination or travel time. 2.Coach "premium" class may be authorized for destinations which have a travel time of more than 14 hours, consistent with the Federal Travel Regulations and the approval standards outlined in paragraph (f) of this document. 3.Business class travel accommodations will NOT be authorized except as determined through the approval process outlined in paragraph (f) of this document. This approval process is considered to be exceptional, to be part of a trip by trip analysis, and at the discretion of the government regardless of the destination or travel time. c.Airlines and Flights. In accordance with the Fly America Act, contractors must use a U.S. flag air carrier service for all travel funded by the government beginning or ending in the U.S. unless a specific exemption to the "Fly America" rule applies. Flights on U.S. air carrier pairings with foreign carriers (i.e., code share flights) are regarded as meeting Fly America requirements if the ticket is issued on the American carrier and there is an American carrier flight number. d.Limitations. Travel reimbursement, which is part of ODC, shall not exceed the authorized ODC amount on the contract. To be reimbursable, the travel expenses must be: 1.Allowable under the FTR and the provisions of this contract/order and associated technical directives; 2.Approved prior to travel expenditure by the COR; and 3.Allocable and necessary for performance of this contract/order and associated technical directives. e.Reimbursement Requests. Travel reimbursement requests must be submitted in sufficient time for the COR to give prior approval, and must identify: 1.The name of the traveler, 2.Destination (s) including itinerary, 3.Purpose of the travel, and 4.Cost breakdown. To be reimbursed, invoices including travel expenses must provide a detailed breakdown of the actual expenditures invoiced. Contractor shall maintain the original or legible copy of receipts for all travel expenses invoiced when the expenditure is $75.00 or more. MCC reserves the right to request evidence of any travel expense paid. f.Approvals. All travel expenses, including rental cars, must be approved by the MCC COR in writing in advance of booking any travel and incurring travel expenses. The following expense types require additional MCC pre-approvals beyond that of the COR. These additional approvals and associated justifications will be documented in writing: 1.Business class Business class travel is considered to be exceptional, to be determined as part of a trip by trip analysis, and at the discretion of the government regardless of the destination or travel time. To reflect the exceptional nature of this approval, the justification for use of business class must be prepared by the COR and approved in writing by the relevant Managing Director or Deputy Vice President of the organization requesting the contractor to travel. The single exception to requiring this justification and approval for every trip in question is when a State Department approved medical accommodation has been granted. In this case, the approval of the COR and the Contracting Officer only is required after verifying that the medical accommodation is effective for the trip in question and that sufficient funds are available. All justifications must verify that the contractor is required to report for duty the following day or sooner, that the travel time for the trip is at least 14 hours, and that a rest stop will not be taken en route. For audit purposes, all justifications and approvals to this effect must be retained by the COR and the contractor until contract closeout at which point all documentation must be provided to the Contracting Officer for incorporation in the contract file. Below are possible justifications supporting these exceptional requests: A.Medical accommodation. MCC has engaged the services of the U.S. Department of State's Office of Medical Services (MED/DP) for adjudication on requests for medical accommodations due to disability. MCC will facilitate this process but will not adjudicate disputes or appeals in connection with these requests. If the Department of State's policies for reviewing these requests changes, MCC will be responsible for notifying contractors of the change but will not be responsible for providing an alternative for medical accommodation requests. For detailed procedures see Attachment: Medical Accommodation Procedures. B.Sanitation/Health. Coach accommodation on an authorized/approved foreign air carrier do not provide adequate sanitation or health standards. C.Savings. Flying in non-coach status would involve significant cost savings to MCC when compared to the lowest price non-refundable or restricted coach class fare. D.Availability. No space is available in coach-class accommodations in time to accomplish the mission, which is urgent and cannot be postponed. (Note: This justification should not be used based on the lack of advanced planning by the contractor or the COR). E.Security. Exceptional security circumstances require other than coach-class airline accommodations. F.Mission critical agency requirement. Circumstances in which a critical agency priority or project will incur delay or degradation without the intervention of a contractor and that intervention urgently requires other than coach class ticketing. 2.Coach "premium" class must be approved by the COR, subject to the availability of funds on the contract/order, and: A.The origin and/or destination are OCONUS; B.The scheduled flight time including non-overnight stopovers and change of planes, is in excess of 14 hours. Scheduled flight time is the flight time between the originating departure point and the ultimate arrival point including scheduled non-overnight time spent at airports during plane changes. Scheduled non-overnight time does not include time spent at the originating or ultimate arrival airports; C.The contractor is required to report to duty the following day or sooner; and D.The contractor does not take a rest stop en route or a rest period upon arrival at the duty site. 3.Rest stops must be approved by the COR and cannot exceed 24 hours. Note: Travelers may upgrade flight accommodations at their own expense or through the use of frequent flyer miles if the coach airfare is upgradeable at no extra cost to MCC. (End of clause) H.8.MCC 52.232-74 ODC Reimbursement (Jan 2007) Other Direct Charges (ODCs) will be reimbursed for direct costs as provided in the contract and/or task order. To be reimbursed, invoices including ODCs, must provide a detailed breakdown of the actual expenditures invoiced. The contractor shall maintain the original or legible copy of receipts for all ODCs invoiced. MCC reserves the right to request evidence of any ODC reimbursed. To assure timely reimbursement of ODC's, the contractor is strongly encouraged to submit charges within 45 days of the expense. (End of clause) H.9.MCC 52.242-70 Contractor Performance Assessment Rating System (CPARS) Registration (Aug 2011) The Millennium Challenge Corporation (MCC) utilizes the Contractor Performance Assessment Rating System (CPARS) to evaluate contractor performance (see FAR, Subparts 42.1502 and 42.1503). Contractors doing business with MCC are required to register in CPARS accessible via the Internet at: http://www.cpars.csd.disa.mil/cparsmain.htm. An evaluation of contractor performance using the CPARS is mandatory for all contract actions exceeding $150,000, but may be conducted for contract actions lower than that amount should significant events occur such as a contract termination or extraordinary contract performance by the contractor. Inquiries regarding the registration process should be addressed to the CPARS help desk. The email address is WEBPTSMH@NAVY.MIL and the telephone number is (207) 438-1690. (End of clause) H.10.MCC 52.243-70 Increase in Services (Oct 2006) The services described in Sections B and C (Statement of Work) represent the Government's best estimate for known requirements at this time. However, due to the uncertainty of the work, the Government reserves the right to add or delete services if the need arises. (End of clause) H.11.MCC 52.245-70 Contractor Acquired MCC Government Property Overseas (July 2012) Property and equipment (hereafter stated "property") that MCC Contractors (other than Personnel Service Contractors) acquire and for which they receive MCC reimbursement through the invoice process is Government (MCC) owned property. Government property is to be used, monitored, and inventoried in accordance with FAR Part 45, Subpart 45.5 Management of Government Property in the Possession of Contractors, as well as MCC Policy 350, "Policies and procedures on Property, Plant, and Equipment." The contractor should start a running property inventory as soon as it begins to procure property and equipment the cost of which is charged back to the Government. The Contractor shall furnish a copy of such inventory to the COR semi-annually or at least as the contract is in its final stages of completion if its duration does not exceed six months. Mandatory fields on the inventory include: The Contractor's Name; the Contractor Number; the Country Location and address location; a description of the item with model number serial number, and manufacturer; the acquisition date and cost; the Quantity; the expected life; and its condition at the time of the report. The contractor is responsible for removing US Government identification from property that is to be abandoned. (End of Clause) H.12.Additional Labor Categories During the performance of this call order, it may become desirable to add new labor categories. In such cases, the Government may identify additional labor categories and the Contractor shall, in good faith, negotiate the hourly rates for the categories. Upon completion of such negotiation, the call order shall be modified to add the new categories and negotiated rate. H.13.Government Data supplied to the Contractor During the course of this call order, the Contractor will have access to Government data relevant to this project, as may be required. Any information not previously published, received from the Government in connection with this call order, or furnished to the Contractor from other sources in response to the Government's requirements under this call order, will be restricted to this contractor and may not be disclosed or used for any other purpose, without the prior written approval of the Contracting Officer. These restrictions do not apply to information that: 1. Currently or subsequently enters the public domain (except by disclosure by the Contractor); 2. Has been released to any third party without restrictions; or 3. Is obtained by the Contractor independent of the Government. H.14.Contractor's Staff Support and Administrative and Logistics Arrangements The Contractor shall be responsible for all administrative support and logistics required to fulfill the requirements of this Contract. These shall include all travel arrangements, appointment scheduling, secretarial services, report preparations services, printing, and duplicating.  SECTION I: CONTRACT CLAUSES I.1.Contract Clauses shall be in accordance with the Contractor's underlying BPA. I.2.52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (Jun 2016) (a)The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004)(Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)). (b)The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer, check as appropriate] _X (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). __ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509)). __ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (June 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) _X (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2015) (Pub. L. 109-282) (31 U.S.C. 6101 note). __ (5) [Reserved]. _X (6) 52.204-14, Service Contract Reporting Requirements (Jan 2014) (Pub. L. 111-117, section 743 of Div. C). __ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Jan 2014) (Pub. L. 111-117, section 743 of Div. C). _X (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) (31 U.S.C. 6101 note). __ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313). __ (10) [Reserved]. __ (11)(i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Nov 2011) (15 U.S.C. 657a). __ (ii) Alternate I (Nov 2011) of 52.219-3. _X (12)(i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). __ (ii) Alternate I (JAN 2011) of 52.219-4. __ (13) [Reserved] __ (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644). __ (ii) Alternate I (Nov 2011). __ (iii) Alternate II (Nov 2011). __ (15)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-7. __ (iii) Alternate II (Mar 2004) of 52.219-7. _X (16) 52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2)and (3)). __ (17)(i) 52.219-9, Small Business Subcontracting Plan (Oct 2015) (15 U.S.C. 637(d)(4)). __ (ii) Alternate I (Oct 2001) of 52.219-9. __ (iii) Alternate II (Oct 2001) of 52.219-9. __ (iv) Alternate III (Oct 2015) of 52.219-9. __ (18) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)). __ (19) 52.219-14, Limitations on Subcontracting (Nov 2011) (15 U.S.C. 637(a)(14)). __ (20) 52.219-16, Liquidated Damages-Subcon-tracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). __ (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011) (15 U.S.C. 657 f). __ (22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)). __ (23) 52.219-29, Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (Dec 2015) (15 U.S.C. 637(m)). __ (24) 52.219-30, Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (Dec 2015) (15 U.S.C. 637(m)). _X (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). __ (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2016) (E.O. 13126). _X (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). _X (28) 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246). _X (29) 52.222-35, Equal Opportunity for Veterans (Oct 2015)(38 U.S.C. 4212). _X (30) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). _X (31) 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212). __ (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). _X (33)(i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). _X (ii) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627). __ (34) 52.222-54, Employment Eligibility Verification (OCT 2015). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) __ (35)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) __ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) _X (36) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (JUN 2016) (E.O. 13693). __ (37) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (JUN 2016) (E.O. 13693). __ (38)(i) 52.223-13, Acquisition of EPEAT®-Registered Imaging Equipment (JUN 2014) (E.O.s 13423 and 13514). __ (ii) Alternate I (Oct 2015) of 52.223-13. __ (39)(i) 52.223-14, Acquisition of EPEAT®-Registered Televisions (JUN 2014) (E.O.s 13423 and 13514). __ (ii) Alternate I (Jun 2014) of 52.223-14. __ (40) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007) (42 U.S.C. 8259b). __ (41)(i) 52.223-16, Acquisition of EPEAT®-Registered Personal Computer Products (OCT 2015) (E.O.s 13423 and 13514). __ (ii) Alternate I (Jun 2014) of 52.223-16. _X (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513). __ (43) 52.223-20, Aerosols (JUN 2016) (E.O. 13693). __ (44) 52.223-21, Foams (JUN 2016) (E.O. 13693). __ (45) 52.225-1, Buy American-Supplies (May 2014) (41 U.S.C. chapter 83). __ (46)(i) 52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act (May 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43. __ (ii) Alternate I (May 2014) of 52.225-3. __ (iii) Alternate II (May 2014) of 52.225-3. __ (iv) Alternate III (May 2014) of 52.225-3. __ (47) 52.225-5, Trade Agreements (FEB 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301note). _X (48) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). __ (49) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). __ (50) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). __ (51) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). __ (52) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). __ (53) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 4505,10 U.S.C. 2307(f)). _X (54) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) (31 U.S.C. 3332). __ (55) 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (Jul 2013) (31 U.S.C. 3332). __ (56) 52.232-36, Payment by Third Party (May 2014) (31 U.S.C. 3332). __ (57) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). __ (58)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). __ (ii) Alternate I (Apr 2003) of 52.247-64. (c)The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer, check as appropriate] __ (1) 52.222-17, Nondisplacement of Qualified Workers (May 2014)(E.O. 13495). __ (2) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67). __ (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206and 41 U.S.C. chapter 67). __ (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts) (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). __ (5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). __ (6) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May 2014) (41 U.S.C. chapter 67). __ (7) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (May 2014) (41 U.S.C. chapter 67). __ (8) 52.222-55, Minimum Wages under Executive Order 13658 (Dec 2015). __ (9) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (May 2014) (42 U.S.C. 1792). __ (10) 52.237-11, Accepting and Dispensing of $1 Coin (Sept 2008) (31 U.S.C. 5112(p)(1)). (d)Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509). (ii) 52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $700,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17. (iv) 52.222-21, Prohibition of Segregated Facilities (Apr 2015) (v) 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246). (vi) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). (vii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (viii) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212) (ix) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause52.222-40. (x) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67). (xi) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O 13627).Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O 13627). (xii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May 2014) (41 U.S.C. chapter 67). (xiii) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (May 2014) (41 U.S.C. chapter 67). (xiv) 52.222-54, Employment Eligibility Verification (OCT 2015) (E.O. 12989). (xv) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015). (xvi) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xvii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xviii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the Contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) I.3.FAR 52.217-8 Option to Extend Services (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. (End of clause) I.4.FAR 52.217-9 Option to Extend the Term of the Contract (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed three (3) years. (End of clause) I.5.FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html http://intranet.mcc.gov (End of clause) Clauses Incorporated by Reference: FAR 52.212-4 Contract Terms and Conditions-Commercial Items (MAY 2015) FAR 52.245-1 Government Property (APR 2012) FAR 52.245-9 Use and Charge (APR 2012)  SECTION J: LIST OF ATTACHMENTS 1.17RFQ0076 RFQ Pricing This is a required pricing document that must be submitted with your quote package.  SECTION K: REPRESENTATAIONS, CERTIFICATIONS, AND OTHER STATEMENTS OF OFFERORS Representations, Certifications, and Other Statements of Offerors shall be extracted from the Contractor's System for Award Management (SAM) registration.  SECTION L: INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS L.1.Request for Quotes This is a Request for Quotes (RFQ), under Federal Acquisition Regulation (FAR) 13.303-5, Purchases under BPAs. Specifically, BPAs for Infrastructure Consulting Services with expertise in the areas of Transportation and Vertical Structures. L.2.Instructions to Offerors L.2.1.Quote Format The quote must be prepared in accordance with the following format requirements: •8.5x11-inch white paper, with the exception of charts (such as MS-Project) that can be presented on folded 11x17-inch white paper, if needed; •Single-spaced lines, including figures glossaries; •1-inch margins; •12-point Times New Roman or Calibri font for all text; •10-point Times New Roman or Calibri font for all tables; •Microsoft Word and/or Excel file format; and •All quote pages must be numbered. L.2.2.Submission of Quotes Offerors are responsible for submitting electronic quotes, and any modifications or revisions, so as to reach the Government Official by the time and date specified below: Date:Wednesday, 27 June 2017 Time:02:00 PM ET Location:Millennium Challenge Corporation Attn: Andrew Lee, Contract Specialist leeae@mcc.gov Quotes must clearly demonstrate an understanding of the requirements, as well as convey the Contractor's capability for transforming its understanding into successful performance. A complete quote must consist of a cover letter, a technical submission, a past performance submission, and a price submission, as detailed in this Section L. Quotes submitted in response to this solicitation must be presented in the following form with the numbers of copies as specified below: 1.Quotes must be submitted in three volumes: Volume I Technical Capability, Volume II Past Performance, and Volume III Price. (Volumes I and II can be combined into one document. Volume III must be kept separately.) Volumes I and II must not contain any pricing information. However, resource information, e.g., data concerning labor categories, subcontracts, etc., must be contained in the technical proposal so the Contractor's understanding of the Government's SoW may be evaluated. 2.The Government will evaluate quotes in accordance with the evaluation criteria set forth in Section M of the RFQ. 3.Offerors must submit their quotes in the following format and the quantities specified: a.COVER LETTER. Submitted via email to Andrew Lee as specified in L.2.2 above. The Cover Letter must be signed by an individual authorized to commit the company to the quote. The cover letter must identify all enclosures included in the quote. Any assumptions forming the basis of the submittal must be clearly identified in the cover letter. The letter must reference the solicitation number MCC-17-RFQ-0076 and acknowledge that it transmits an offer in response to the solicitation and all the amendment(s), if applicable. Offers must be valid for at least 90 days and it must explicitly state that "Quote is valid for 90 days of the submission." b.VOLUME I TECHNICAL CAPABILITY and VOLUME II PAST PERFORMANCE. Submitted via email to Andrew Lee as specified in L.2.2 above. c.VOLUME III PRICE. Submitted via email to Andrew Lee as specified in L.2.2 above. L.2.3.Electronic Submission via Email All electronic submissions must comply with the FAR in regards to timeliness. The electronic submissions of quotes must state in MCC-17-RFQ-0076 Transportation and Vertical Structures (TVS) Infrastructure Consulting Services, Philippines in the subject line and must be in accordance with the following format requirements: •The electronic text must be in uncompressed Microsoft Word 2010 format or later (.doc or.docx). A directory identifying the file names and contents of each file must accompany the submission. The price information must be submitted as a separate file. •The electronic versions of spreadsheets must be in uncompressed Microsoft Excel 2010 format or later (.xls or.xlsx). The electronic spreadsheets shall not be compiled or password protected. All cells and formulas must be visible and unprotected. Offerors shall not establish links within these files. •All quote data, e.g., graphs, figures, tables, etc. must be in a format capable of being highlighted, copied, and pasted into another Windows software program, such as Microsoft Word and Excel. •See additional submission requirements below in Subsection L.2.4. L.2.4.Blocked and Unacceptable Electronic File Types Offerors are advised that due to current cybersecurity threats, MCC currently blocks attachments containing extensions that run programs. These include any files that contain or are executables, macros, and other extensions that present a threat. As such Offeror, must not use any of these file extensions and remove all macros from Microsoft Office documents (Word, Excel) or their quote/proposal will be blocked, preventing receipt of the quote/proposal by MCC and potentially preventing the Offeror from being considered for award. The following are examples of file types that are blocked, however this list is not exhaustive or fully-inclusive as additional, similar file types may be blocked in the future:.vbs (Microsoft Visual Basic script file).vbe (VBScript encoded script file).scr (script).reg (registration file).jar (java file extension).exe (executable).docm (Word with macros).xlsm (Excel with macros).pptm (PowerPoint with macros).app (executable).ani (animation files).ace (data compression archive file format used by WinAce).ico (image file format).js (java script).zip (compression file) L.2.5.Quote Content and Submission Instructions The quotes should clearly demonstrate the Contractor's understanding of the technical requirements of the Statement of Work (SoW). A failure to convey the Contractor's ability to meet all the Government's requirements may result in the Contractor's quote not being considered for award. Clarity and completeness of quotes are of the utmost importance. Therefore, quotes must be written in a practical, clear, and concise manner. The narrative must provide the Government with a reasonable assurance that the company has the relevant experience, capacity, and capability required to fully satisfy the Government's requirements. A restatement of the SoW will be deemed unacceptable and may result in a low technical rating. L.3.Quote Preparation and Instructions L.3.1.Cover Letter An authorized official who can obligate the Contractor must sign a Cover Letter expressing the Contractor's intent to be bound to the call order terms and conditions. L.3.2.Volume I Technical Capability Technical quote must be specific, complete, and presented concisely. The Offeror must demonstrate its capabilities and expertise with respect to achieving the goals of this project. The quote must take into account the selection criteria described below. The technical quote should be no more than fifteen (15) pages. Charts, graphs, resumes, and CVs of personnel may be included in an appendix to the 15-page technical quote without a page limit. The technical quote should address the requirement of Section C of and it will be evaluated on the criteria in Section M. Pricing information must not be included in this volume. This section shall demonstrate the Offeror's understanding of the requirements and provisions of the Scope and the problems to be resolved; propose a clear technical approach on satisfying the needs and desires of the Government as reflected in this RFQ; and propose a complete and detailed plan for achieving the objectives, analyses, and tasks as stated in this RFQ. The written Technical Capability submission must include: 1: Firm's Overall Capability, Sector Experience, and Technical Approach Offerors should demonstrate its capability to fulfill the SoW and its sector experience in Philippines and/or in the South Asia region. The firm must present its anticipated workplan to meet the deliverables in Section F. 2: Management and Team Structure Offerors should submit a personnel matrix illustrating key and non-key personnel with experience in the labor categories in Subsection B.4. Offerors should identify the qualifications, specialized experience, and technical competency of the proposed personnel that will yield a satisfactory performance of the Government's required services. The team leader's experience must demonstrate her/his ability to organize a team and perform quality assurance/quality control (QA/QC) to satisfy the Government's requirements. 3: Key and Non-Key Personnel Qualifications Offerors should submit chronological resumes/CVs (starting with most recent) of key and non-key personnel proposed, not exceeding four (4) pages for each resume/CV. Resumes/CVs must include the employee's education, including the name of schools attended, the duration of enrollment, and the degree/certificate obtained, and specific experiences that are directly related to the requirements of this RFQ. Resumes/CVs must be ordered chronologically with the most recent dates of employment first. The employment history, including the name of company or agency, the period of employment, the title and job description of the individual, and the level of responsibility, must be clearly detailed. CVs must be submitted for all proposed Personnel and each CV must not exceed four (4) pages in length. L.3.3.Volume II Past Performance The Offeror must submit at least three (3) but not more than five (5) past performance references that are similar in size, scope, and complexity to this RFQ. The Offeror of those references must have performed as a prime contractor or subcontractor within the past three years of the date of this solicitation. If proposing a contractor teaming arrangements (CTA) or subcontractor, at least one of the past performance projects performed by the proposed Team Lead or Subcontractor must provide evidence of coordinating and managing multiple team members. The Offeror should include the following matrix for each past performance reference: Contract/Task/Call Order Number:Period of Performance (Base and Options): Total Contract/Task/Call Order Value: Project Description: Relevance to MCC-17-RFQ-0076: Technical PoC Name: eMail: Telephone: Contract PoC Name: eMail: Telephone: The Government will consider the relevance of past performance references to the scope of this RFQ. Those past performance ratings, either positive or negative, that are considered by the Government to be more closely related to the scope of this effort will be given additional weight in the evaluation process. Note that Government evaluators may utilize various OCONUS, Federal, state, and local past performance databases including, but not limited to, Past Performance Information Retrieval System (PPIRS) and Contractor Performance Assessment Reporting System (CPARS). Government evaluators reserve the right to contact any of the provided references to solicit additional information or clarification regarding the Offeror's past performance. The Contracting Officer and/or technical evaluators may research Offeror's performance on any OCONUS, Federal, state, local, and commercial contract performance of the Offeror that is known to the Contracting Officer, but not included as a reference on the submitted quote package. Additionally, personal experience and evaluator knowledge of the Offeror's particular past performance may be utilized by the technical evaluation team members as long as there's sufficient documentation which can support their position. L.3.4.Volume III PRICE The Price quote must be completely separate from the applicant's technical proposal. The Government may ask for additional data to clarify the pricing if necessary. Offerors must at least complete and submit the attached 17RFQ0076 RFQ Pricing Excel document. The offered prices must not exceed the established prices on the Offeror's underlying BPA. For any deviation from the labor categories, the Offeror shall provide a written explanation of their technical approach and its correlation to the proposed labor hours, labor mix, and the SoW requirement. There is no page limit to this volume. The Price must be in Microsoft Excel format and must include, at a minimum, the following: 1.BPA fully-loaded hourly rates; 2.Proposed BPA discount; and 3.Net BPA rates after all applicable discounts. Offerors must complete and submit the attached 17RFQ0076 RFQ Pricing spreadsheet as a Microsoft Excel file. Offerors are not limited to submitting this document only and should submit other documents to present their costs. Offerors are encouraged to offer discounts to their BPA rates. Offerors must complete and submit Subsection B.3 as well as the Labor Rate Schedule template in Subsection B.4 [refer to and complete the required attachment 17RFQ0076 RFQ Pricing]. The labor rate in the Subsection B.4 schedule should be the discounted rate. Names and telephone numbers of persons authorized to conduct negotiations and the name of the official authorized to bind the Offeror's organization must be clearly identified in this volume. L.3.5.Questions/Requests for Clarification All questions regarding this RFQ must be addressed to leeae@mcc.gov by 2:00 PM ET on Thursday, 8 June 2017. To assure timely and proper handling, the email question must state "MCC-17-RFQ-0076 Transportation and Vertical Structures (TVS) Infrastructure Consulting Services, Philippines" in the subject line. The Government will not answer any question or request received after 2:00 PM ET on Thursday, 8 June 2017. Questions or requests for clarification that result in specific information necessary to submit quotes will be provided to all contractors. Therefore, questions/comments shall not be marked with a restrictive legend and shall not include proprietary information. The Government is not obligated to provide responses to the Contractor's questions and requests, but will consider them and incorporate the responses and any changes to an amendment to the RFQ within one (1) week from the close of the questions deadline. L.3.6.Discussions and Negotiations The Government reserves the right to award without discussions. Therefore, Offerors are encouraged to submit sound technical quotes supported by their best pricing. A failure to provide all the required information may render the offer as incomplete and may be removed from the award consideration. L.3.7.Exclusion of Quotes and Communications At any time prior to award, including upon receipt of quotes, the Government may exclude a quote from further award consideration for reasons such as, but not limited to: 1.Non-compliance with instructions required by this RFQ; 2.The quote is not among the most highly rated; or 3.The quote is not likely to be selected for award. The Government is not required to notify an Offeror that its quote has been excluded from further award consideration or to provide an Offeror with a pre-award debriefing. If requested by the Offeror, the Government may provide a post-award notification and a brief explanation of the basis for the award decision. Upon receipt of quotes, the Government will conduct an evaluation. During the evaluation process, the Government may, solely at its discretion, communicate with any Offeror for any purpose, i.e., to gain a better understanding of the quote. As a result of such communication, the Government may allow Offerors to submit quote revisions. If quote revisions are allowed, the Government may, solely at its discretion, impose non-common due dates for the revisions. That means the Government may elect to have a quote revision date for an Offeror that is different than the quote revision date for another Offeror. The Government is not required to open communications with all Offerors. Rather, the Government may, at its discretion, conduct communications with only one or a few Offerors. Furthermore, the Government is not required to permit all Offerors to submit quote revisions. Rather, the Government may, at its discretion, seek quote revisions from only one or a few Offerors. SECTION M: EVALUATION FACTORS FOR AWARD Award evaluations will be conducted in accordance with FAR 13.106-2. A BPA call order will be awarded to the Offeror whose quote represents the best value to the Government. M.1.Basis of Award The Government intends to award one (1) call order on a best value basis to the Offeror that is determined to be the most advantageous to the Government. Offerors are cautioned that an award may not necessarily be made to the lowest priced Offeror. However, if non-price factors are evaluated as comparatively equal between two or more Offerors, price may become a determinative factor. The Government reserves the right to award without discussion; therefore, it is incumbent upon all Offerors to submit their best quote. M.2.Evaluation Factors and Sub-factors All quotes will be evaluated based on the evaluation factors listed below. The following evaluation factors and sub-factors are listed in descending order of importance, starting with the most important: (1) Technical Capability, (2) Past Performance, and (3) Price. Factor 1: Technical Capability 1: Firm's Overall Capability, Sector Experience, and Technical Approach MCC will evaluate Offeror's demonstrated technical capability, clear technical approach, and realistic workplan on how it will achieve the deliverables. MCC will evaluate the Offeror's comprehensive technical approach and demonstrated understanding of the challenges/problems of potential tasks involved. MCC will also evaluate the Offeror's quality assurance approach and methods for performing the tasks. MCC will evaluate the Offeror's firm evidence and clear demonstration of the understanding of the requirements for quality work and deliverables, including appropriateness of style, grammatical correctness, and data integrity relative to the writing necessary for the project. 2: Management and Team Structure MCC will evaluate the Offeror's comprehensiveness of the management and team structure as well as the proposed staffing plan. MCC will also evaluate the availability of resources, ability to timely deploy resources, ensure appropriate level of quality assurance and control, and ability to successfully perform relevant project to ensure successful execution of the task. MCC may request a 30-minute oral presentation by the team leaders to better understand the structure of the team and its ability to meet the satisfy MCC's requirements. MCC will evaluate the rationale for the proposed team members to meet the objectives outlined under the SoW. 3: Key and Non-Key Personnel Qualifications MCC will evaluate resumes of key and non-key (core) personnel proposed in accordance with Subsection H.1 Personnel. Each Personnel will also be considered for satisfactory performance and exhibiting in-depth regional knowledge. Factor 2: Past Performance Firms will be evaluated on their performance under existing and prior contracts for urban transport, planning and land development during the past three (3) years in developing countries. The Government will focus on information that demonstrates quality performance relative to the size and complexity of the requirement under consideration. The Government reserves the right to consider information from any other sources when evaluating the Offeror's past performance. Factor 3: Price The Government will examine price quotes for reasonableness and completeness. Offerors are requested and encouraged to provide any discounted pricing. Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate Quotes for award purposes by adding the total price for all options to the total price for the basic requirement. This includes options under FAR clause 52.217-8, Option to Extend Services, which applies to this solicitation. Evaluation of options under FAR 52.217-8 will be accomplished by using the prices offered for the last option period to determine the price for a 6-month option period, which will be added to the base and other option years to arrive at the total price. Evaluation of options will not obligate the Government to exercise the option(s). M.3.Evaluation Methodology A call order will be awarded to the Offeror whose quotes conform to the requirements outlined in this RFQ and are most advantageous to the Government based on the best value determination. The Government will perform a comparative analysis of the advantages and disadvantages of each quote as related to the Evaluation Factors above. In terms of relative weights, the Technical Capability is more important than the Past Performance or the Price factor individually, but less important than the Past Performance and the Price factors combined. The Past Performance and the Price factors are listed in descending order of importance above. The potential risk to the Government will also be evaluated. The technical and performance risk, based on the Offeror's evaluated technical capability and past performance, will be considered during the evaluation as well as any possible pricing risk. Throughout the evaluation, the Government may consider "correction potential" when a deficiency is identified.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/MCC/MCCMCC/MCCMCC01/MCC-17-RFQ-0076/listing.html)
 
Record
SN04524941-W 20170529/170527233109-83f620818bd3229c7d3b6e13f9557fda (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.