Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 08, 2018 FBO #6102
MODIFICATION

R -- Gender and Social Inclusion (GSI) Sexual Exploitation & Abuse Project Expert

Notice Date
8/6/2018
 
Notice Type
Modification/Amendment
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Millennium Challenge Corporation, MCC, Washington DC, 1099 Fourteenth St NW, Suite 700, Washington, District of Columbia, 20005, United States
 
ZIP Code
20005
 
Solicitation Number
95332418Q0144
 
Archive Date
9/8/2018
 
Point of Contact
Cierra Washington, Phone: 2027726579, Taylor J. Wolf, Phone: 2025214078
 
E-Mail Address
washingtoncd@mcc.gov, wolftj@mcc.gov
(washingtoncd@mcc.gov, wolftj@mcc.gov)
 
Small Business Set-Aside
N/A
 
Description
Request for Quotes Gender and Social Inclusion (GSI) Sexual Exploitation & Abuse Project Expert 95332418Q0144 1.The Millennium Challenge Corporation (MCC) is a U.S. Government corporation whose mission is to provide assistance that will support economic growth and poverty reduction in carefully selected countries that demonstrate a commitment to just and democratic governance economic freedom, and investments in their citizenry. For more information on the MCC, please visit www.mcc.gov. 2.This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information including in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is 95332418Q0144 and is issued as a request for quotations (RFQ). This solicitation document incorporates all mandatory commercial item provisions and clauses that are in effect through the most recent Federal Acquisition Regulation amendments which can be found at http://www.acquisition.gov/far/index.html. 3.This combined synopsis and solicitation notice is a request for competitive quotations. Therefore, all quotations received prior to the RFQ due date will be considered. 4.The North American Industrial Classification Systems (NAICS) code is 541611 Administrative Management and General Management Consulting Services and the small business size standard is $15 million in total annual receipt. 5.FAR clauses 52.212-1 through 52.212-5 apply to this procurement. The exact text and wording of clauses and provisions may be obtained from the Internet at http://acquisition.gov/far/index.html. FAR clause 52.212-4 Alt. I Contract Terms and Conditions-Commercial Items is attached. 6.The Government contemplates the award of a time-and-material (T&M) contract resulting from this solicitation. 7.The Government will award a BPA call to the responsible independent consultant ("awardee") whose quote, conforming to this notice, represents the best value in terms of technical criteria, past performance, and price. All non-price factors (technical criteria and past performance) are more important than price. If found advantageous, the Government reserves the right to make more than one award as a result of this solicitation. 8.This announcement is for an independent consultant and is not for individuals seeking employment directly with MCC. For information regarding independent contractors, please visit: http://www.irs.gov/Businesses/Small-Businesses-&-Self-Employed/Independent-Contractor-Defined. MCC will assist the awardee in coordinating with an independent contractor engagement services provider, who currently holds a blanket purchase agreement (BPA) with MCC, for payroll, travel, international travel insurance, etc.; therefore, a DUNS number and registration in System for Award Management (SAM) is not required. 9.Background. The Millennium Challenge Corporation (MCC) is a U.S. Government corporation whose mission is to provide assistance to support economic growth and poverty reduction in carefully selected developing countries that demonstrate a commitment to just and democratic governance, economic freedom, and investments in their citizens. For more information on the MCC please visit www.mcc.gov. MCC recognizes that gender and social inequalities can be significant constraints to economic growth and poverty reduction. MCC's Gender Policy and operational guidance ensure that gender will be considered in the selection of eligible countries and integrated into the assessment, development, and design of Compacts funded by the Millennium Challenge Account, the monitoring of program results, and the evaluation of program impacts (http://www.mcc.gov/documents/guidance/14‐genderpolicy.pdf). MCC's Gender Milestones and Operational Procedures strengthen and concretize the requirements of the Gender Policy and contribute to the MCC's and the Country Core Team's ability to ensure gender integration in projects that may be funded. Adopted in 2015, MCC's Counter-Trafficking in Persons (C-TIP) Policy (https://www.mcc.gov/resources/doc/policy-counter-trafficking-in-persons-policy) prohibits any type of labor or sexual exploitation related to MCC-funded projects. The policy lays out operational procedures to conduct a TIP risk assessment for each project and guidance on how to determine its risk rating. The policy places strong emphasis on risk mitigation and prevention of TIP in MCC-funded projects. As part of the Department of Compact Operations, the Gender and Social Inclusion practice group works with country counterparts and MCC staff to identify TIP risks. All programs funded by MCC have a Social and Gender Integration Plan (SGIP), which addresses specific risks women or vulnerable groups may face and also includes measures to optimize any potential benefits the programs may bring to such groups. MCC-funded projects that are considered high-risk for labor and sexual exploitation are required to develop and implement a TIP Risk Management Plan. The GSI team collaborates with Environmental and Social Performance (ESP) team to assess social risks and approaches to mitigate such risks. The MCC has adopted the IFC Performance Standards, and ESP is responsible for implementing it throughout our programs. Regarding Trafficking in Persons specifically, the IFC Performance Standard 2 on Work and Labor conditions covers labor exploitation. Similarly, the IFC Performance Standard 4 on Community Health, Safety, and Security covers risks related to gender-based violence, although with a limited scope. Throughout all infrastructure projects, MCC includes various safeguards such as prevention of HIV/AIDs, TIP, and child labor. Therefore the approach, tools, and materials developed through this consultancy should be incorporated into already existing safeguards and processes such as the Initial Social and Gender Assessment (ISGA), Environmental and Social Impact Assessment (ESIA), Social and Gender Integration Plan (SGIP), etc. 10.Country. MCC eligible countries. 11.Scope of Work The GSI team is seeking an expert, on a consultancy basis, to support the team in the assessment and mitigation strategy for sexual exploitation and abuse (SEA) related to our projects. The materials developed will be consistent with other MCC guidance and policies, and with MCC's specific mandate of poverty reduction through economic growth and the sectors in which MCC regularly works. The Gender and Social Inclusion (GSI) Practice Group is seeking an expert consultant to support the development of guidance documents and tools to assess and address SEA risks and respond to specific incidents within our projects. The consultant will also develop training materials for contractors, country accountable entities (called Millennium Challenge Accounts, or MCAs), and MCC staff; provide technical support assessing and developing a risk mitigation plan for specific projects throughout our partner countries; and if necessary, assess and develop plans to respond to any specific SEA incidents related to our projects. This consultancy will be divided in two phases. Phase 1 includes a review of key documentation and consultation with MCC staff to understand MCC's current operational approach to assess and address SEA and TIP risks in MCC-funded projects. Based on this input, the consultant will prepare a concept note with specific recommendations on how to assess and mitigate SEA risks and respond to any instances of SEA in relation to MCC-funded projects. Next, the consultant will conduct consultations with MCC staff to get feedback on the concept note, and based on this feedback, the consultant will then develop the following documents: 1) guidance on assessing SEA risks related to MCC-funded projects; 2) guidance on mitigating identified risks; 3) guidance on responding to SEA situations related to MCC-funded projects; and 4) training materials for contractors, MCA, and MCC staff. This phase will also include delivering training sessions to MCC staff, and potentially MCAs. Upon completion of the tasks in Phase 1, MCC will determine whether to exercise Phase 2 of the contract (option years). This phase may include technical support to MCC and our partner countries in conducting risk assessment, developing mitigation plans, support responding to any specific instances of SEA related to the implementation of our projects, and delivering trainings in partner countries. In fulfilling these tasks, the expert shall work closely with GSI staff, but also consult MCC staff in other departments and sectors. The GSI team will oversee this consultancy. 12.Tasks. PHASE 1: 1.Desk review: The consultant will undertake a review of relevant documentation, including: MCC's Gender Policy; MCC's C-TIP Policy; MCC Compact Development Guidance; MCC's guidance on IFC Performance Standards; Guidance on and examples of Social and Gender Integration Plan (SGIP) that address TIP risks and mitigation, examples of TIP Risk Management Plans from relevant MCAs and their contractors, and examples of MCC standard bidding documents. 2.Prepare guidance for SEA risk assessment: The consultant will prepare operational guidance with specific questions, tools, and methodologies for MCC and partner countries to assess the risks, mainly in project development phase but also retroactively in projects in implementation. The guidance for risk assessment will focus on risks related to construction projects, and it must be flexible enough to be applied to different countries and sectors. The guidance will differentiate the roles and responsibilities of different stakeholders involved in this phase, such as MCC country team, MCA/Core Team/Threshold Program team, ESIA consultants, etc. Language will be simple, clear, and concise, and the guidance will include a rating criteria to determine which projects are high risk or low risk for SEA to guide staff in determining the response necessary for each project. 3.Prepare guidance on SEA risk response, mitigation, and prevention: The consultant will prepare a guidance document on how to respond to, mitigate, and prevent risks previously identified and prevent SEA within each project and country context. The consultant will determine in collaboration with GSI whether it is necessary to differentiate between mandated requirements to mitigate SEA risks in all MCC-funded projects and other requirements that would apply to high-risk projects. It will also need to differentiate the roles and responsibilities in these efforts of different institutions involved, such as MCC, MCA, Threshold Program teams, contractors, supervisory engineers, etc. It will be particularly important to ensure this guidance includes proper provisions to engage and set up partnerships with local NGOs, women's organizations, or other local entities that could serve as service providers to respond to any cases of SEA in MCC funded projects, including support to SEA survivors. The guidance should include recommendations for setting up safe and confidential reporting mechanisms for community members to report SEA incidents and concerns; this should include guidance on the staff and non-staff resources required for the mechanisms. The guidance should take into consideration the TIP risk assessment questions and approach. 4.Prepare Guidance on reporting and responding to SEA cases: This guidance will be similar to a response protocol, describing the process to address any cases of SEA related to the projects. This protocol will have the primary focus of providing support to the SEA survivor(s), with the contractor carrying the financial responsibilities and ensuring the previously identified institutions are adequately acting as service providers. Furthermore, this document will include: a.Reporting chain, within the partner country, between the partner country and MCC, within MCC, and between MCC and other U.S. government entities. b.Process to trigger partnership with existing resource providers who will provide support to SEA survivors. c.Mechanism for MCC and MCA to follow up on support to SEA survivor(s). d.Re-assessment of risk mitigation strategy in order to consider additional actions to further mitigate additional SEA risks through community awareness raising as well as further capacity building to workers. e.Re-assessment of reporting mechanisms for other potential victims to safely and confidentially report other instances of SEA (this mechanism would be through the previously established service provider). This task will confirm that the previously established processes are adequate and useful in order to ensure that other potential victims can receive the necessary assistance. f.Recommendations on how contractor responsibilities should be laid out in standard bidding documents. 5.Prepare Training materials for contractors, MCA, and MCC staff: The consultant will develop the following set of training materials: a.SEA risk assessment, tailored for MCC and MCA staff b.SEA risk mitigation and prevention, tailored for MCC and MCA staff c.Responding to instances of SEA, tailored for MCC and MCA staff d.Basic SEA training for construction workers e.SEA awareness raising for communities near project sites (with a focus on reporting any cases to designated service provider or entity) 6.Delivery of trainings to MCC and/or MCA staff: The MCC GSI team will determine how the trainings will be delivered, including timeframe, groups, etc. The consultant will train MCC staff and depending on the situation might train select MCAs. Training materials for construction workers and communities will be delivered by the MCA GSI Director or other designated party. PHASE 2 (option years): 1.Technical support to assess risks and develop a risk mitigation plan: Depending on the need, the MCC GSI team may request the consultant to assist with the assessment and risk mitigation plan for specific projects. This work may be conducted individually, in collaboration with other staff (both at the MCC or MCA level), or with other consultants. The work will be conducted using the tools developed for these purposes. 2.Technical support responding to any instances of SEA: In the case that a SEA incident is reported, MCC GSI may request support from the consultant in responding to that situation, with a focus on providing support to the survivor(s), ensuring the proper systems are in place for other victims to safely and confidentially report incidents and receive support, as well as reviewing the mitigation measures in place to ensure the risks are being appropriately addressed. 3.Delivery of training to MCA staff, contractors, or other country-based institutions: MCC GSI may request the consultant delivers training to country-based staff, including MCA, contractors, and implementing entities. For this task, the consultant would be expected to adapt the training materials previously developed for each project and country context. The consultant may also be requested to co-deliver the training with other MCA GSI staff. 13.Deliverables. Phase 1: •Concept note on MCC's approach to SEA (draft version and after consultations with staff, final version) •Guidance to assess SEA risks •Guidance to respond to and mitigate identified SEA risks •Guidance to respond to SEA incidents •Training materials for MCC, MCA, and contractors Phase 2: •Risk assessment reports •Risk response and mitigation plans •Recommendation reports on responding to specific TIP incidents •Training materials tailored for each project or program •Trip reports 14.Coordination and Reporting. The consultant will report directly to MCC/GSI lead 15.Acceptance Criteria. The deliverables will be evaluated according to the following criteria: •Thoroughness and timeliness in complying with all of the elements in the tasks specified. •Quality and clarity of analyses and work produced. •Timeliness and efficacy of communications with relevant counterparts at MCC, MCA, and other relevant organizations. •All reports are to be submitted in English in hard and electronic copy (in MS Word), with tables, data, and calculations in MS Excel. 16.Period and Place of Performance. This consultancy may be filled as a short-term consultancy for 48 months (4 years). The contract may end sooner if the projects are completed before the 48-month term or if the funds have been fully expended. The estimated level of effort is approximately 1669 hours per year with an estimated 5 trips per year. MCC anticipates this level of effort but does not guarantee this level of effort as it may increase or decrease. The consultant will work from her or his home office, MCC HQ office in Washington, DC, MCC eligible countries, and/or as otherwise agreed with MCC. International travel may be required for up to two weeks for each visit. The Consultant may be requested to mobilize on a short notice and will be expected to deliver high-quality finished deliverables in a timely manner. The consultant may also be required to participate in meetings in Washington, DC. 17.Contracting Officer Representative (COR) / Project Monitor (PM). The COR/PM shall have technical responsibility over the Consultant. Any change in the terms of the contract must be made in writing and approved by the Contracting Officer. No representation of the COR/PM shall serve as a basis for an alteration in the general scope of this Contract or of the terms and conditions of the Contract unless confirmed in writing by the Contracting Officer. The Consultant must communicate with the Contracting Officer on all matters that pertain to the Contract terms. Proceeding with work without proper contractual coverage could result in nonpayment for that work. 18.Evaluation Factors. Only quotes which meet the mandatory technical evaluation criteria will be considered. Candidates with preferred qualifications will be given additional consideration. I. Technical Evaluation Criteria: All mandatory qualifications described below in the Qualifications section must be clearly addressed in a resume. I.1. Mandatory Qualifications: I.1.a.Familiarity with and experience in the application of relevant international and national legislation, policies, and best practices on SEA for development projects in the infrastructure sector. I.1.b.Demonstrated experience developing SEA guidance, resources, toolkits, training materials, etc. Experience delivering SEA trainings and awareness raising. I.1.c.Experience working closely with a range of stakeholders, including international donor organizations, governments, civil society organization, and/or SEA survivors. I.1.d.Strong communication skills. I.1.e.Fluency in English (written and spoken) I.1.f.Experience working on MCC countries, and in more than one region. MCC reserves the right to interview the candidates. II. Past Performance: Three to five (3-5) professional references for relevant work performed during the past three years. III. Price: The Government will examine the proposed rate for reasonableness. 19.Evaluation Methodology. The Government will perform a comparative analysis of quotes and will assess the advantages and disadvantages of each quote as related to the Evaluation Factors. Multiple awards may be made from this notice and all quotes will be retained and may be utilized for additional requirements for a period of 12 months. 20.Quote Deadline. Interested offerors are invited to submit their quotations in response to this notice by no later than 5:00 pm Eastern Time (ET) on 24 August 2018. Late submissions will not be considered for award. Quotations submitted in response to this notice should include the solicitation number "95332418Q0144" and the description "Sexual Exploitation and Abuse Expert" in the subject line and be signed, dated, and submitted via email to washingtoncd@mcc.gov. The maximum file size for the submission is 10MB. Any request for additional information must be emailed to wsahingtoncd@mcc.gov by 2:00 pm ET on 20 August 2018. The Government intends to address all requests by 23 August 2018. 21.Exclusion of Quotes and Communications. At any time prior to award, including upon receipt of quotes, the Government may exclude a quote from further consideration for reasons, including, but not limited to, the quote being noncompliant with submission requirements instructed in this solicitation; the offer being not among the most highly qualified; or the offer being unlikely to be selected for award. The Government need not notify the offeror that its quote has been excluded from further consideration or provide the offeror with a pre-award debriefing. However, the offeror will be provided post-award notification and, if requested, a brief explanation of the basis of the award decision. Upon the receipt of quotes, the Government will conduct an evaluation. The Government intends to evaluate quotes and issue a contract without communications with offerors. However, during the evaluation process, the Government at its sole discretion may communicate with any number of offerors for any purpose, including, but not limited to, requesting additional information about an offer, speaking directly with the offeror(s) about the quote and capabilities, and to request revised quotes. For quote revisions, the Government at its sole discretion may impose non-common due dates. This means the Government may designate a quote revision due date that varies for different offerors. 22.Quote Submission. Interested individuals must submit the following in English language: a.Technical: (1) Cover letter that addresses all technical criteria as listed in this solicitation, and (2) Curriculum Vitae in chronological order starting with the most recent position (10 pages maximum; must clearly demonstrate the education, experience, knowledge, skills, and abilities as they relate to the Qualification/Evaluation elements listed above), Microsoft Word format. b.Past Performance: Three to five professional references with contact phone and email information, Microsoft Word format. c.Price: Complete the attached Bio-Data form [see attached] to include the applicant's proposed rate and salary history. Do not combine your submission into a single document. Documents (a), (b), (c), and (d) listed above must be submitted as separate documents. 23.FAR 52.212.3 Offeror Representations and Certifications-Commercial Items will be required from the selected offeror, prior to the award. 24.The following clauses will apply to the resulting contract: a.52.249-70 Termination Clause b.52.232-72 Limitation of Funds-Incrementally Funded Contracts 25.There are no additional contract requirements(s) necessary for this acquisition other than those consistent with customary commercial practices. 26.See attached documents, (a) Addendum to FAR clause 52.212-4 Alt. I, (b) MCC Bio-Data Form, and (c) Statement of Work.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/MCC/MCCMCC/MCCMCC01/95332418Q0144/listing.html)
 
Place of Performance
Address: 1099 14th St. NW, Washington, DC, District of Columbia, 20009, United States
Zip Code: 20009
 
Record
SN05022237-W 20180808/180806231044-c3d7525094efe0e04b919bf1ff580354 (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.