MODIFICATION
R -- DCO TVS ATP Engineering Services - Amendment 2
- Notice Date
- 8/9/2018
- Notice Type
- Modification/Amendment
- NAICS
- 541330
— Engineering 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
- 95332418R0006
- Archive Date
- 12/31/2018
- Point of Contact
- Andrew E. Lee, Phone: 2025213669, Britni M. Jones, Phone: 2027726372
- E-Mail Address
-
leeae@mcc.gov, jonesbm@mcc.gov
(leeae@mcc.gov, jonesbm@mcc.gov)
- Small Business Set-Aside
- N/A
- Description
- Amendment 2 ***See attachments for the complete detail.*** RFP AMENDMENT 1 The purpose of Amendment 1 is to answer questions related to this RFP and to make appropriate changes to the Terms of Reference (TOR) as well as to this Request for Proposals (RFP). All changes in the TOR are marked by blue font with black horizontal line on the left margin (as Track Changes in Word normally do). All changes in the RFP are highlighted in yellow. Interested offerors must acknowledge the Amendment 1 in the proposal. 1.Q: Can non-US companies submit proposals? A: Yes. To maximize competition, this requirement is full and open to all interested offerors. 2.Q: Does the offeror have to be registered in SAM before RFP closes? A: GSA has experience significant backlog in approving SAM registrations and re-registrations. In order to ensure timely award, MCC may decide to reject those firms not registered in SAM by the close of the RFP. Offerors are strongly encouraged to ensure that they are registered before the RFP closes. 3.Q: Please clarify Place of Performance and the necessary facilities to be provided by the A&E. RFP Page 9 of 40, Section F.2 Place of Performance states: The Contractor shall perform services at their own offices, including in the US and in Abidjan, Côte d'Ivoire. MCC will not provide Government-furnished property to accomplish this work. This includes during all domestic and international travel. 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. However, page 63 of 84 of the TOR, Section 4.10 Performance Location states: The A&E shall perform the tasks under this contract in Abidjan, Cote d'Ivoire. The A&E shall have a complete design office suitable to perform the scope of work including administrative staff in Abidjan, unless otherwise notified and negotiated. All personnel performing work on the project (minus home office admin support) shall be based in Abidjan, Cote d'Ivoire during the period of performance as outlined in the A&Es workplan and organization. Any exceptions shall be provided in written format to MCC and MCA-CI for approval. Exceptions will be rare, if provided at all. A: Per Section 4.10 Performance Location of the TOR, all personnel (minus the home office admin support) shall be based in Abidjan, Cote d'Ivoire. 4.Q: Is there a minimum percentage of work that the prime firm must perform? A: No. 5.Q: Please confirm whether the PM/Team Leader must be a full-time employee of the prime firm or if it is acceptable for this individual to be a contract employee (not part or full-time). A: The Project Manager/Team Lead (PM/TL) does not have to be a full-time employee of the prime firm. MCC will require a signed commitment letter from the proposed PM/TL. MCC may request signed commitment letters of any other proposed individual(s) before the contract award. During contract period, any request to change the Project Manager/Team Lead (PM/TL) must first be agreed and approved by MCC in a formal modification. 6.Q: Under Abidjan Transport Project Working Committee (ATPWC) in the RFP, Mandate I is to manage and coordinate general traffic in Abidjan including all donor projects and governmental projects related to public works during Compact Period. Please confirm that this is a separate task/function that MCC is expected to be performed by the A&E consultant under this contract. In plain words, if we win this contract, we would be required to set up the ATPWC and then manage and coordinate general traffic in Abidjan taking into account existing construction projects already on site or planned to go live, in parallel with the ATP design activities being done. A: The ATPWC, whose name has been modified to the CTCTC, will be established by an Executive Inter-Ministerial Decision (Arrete interministeriel), which is currently being finalized. Please refer to the TOR Section 3.2 C.3, (c) Traffic Management during Construction, which has also been modified for clarity. 7.Q: Under 2.2 Base Period, first bullet point, the RFP states "identify future transport demand on the road network for various development scenarios". Linked to the previous statement, under 3.2 A) point 2, the RFP refers to "various present and projected donor development scenarios". Under C.3) Modelling a) Current and Future Traffic the RFP mentions "The future demand shall include at least two urban development scenarios". Under C.3) Modelling b) Transportation infrastructures the RFP refers to with/without scenarios for 3 possible situations - improvements on principle roads; the metro and new transit projects currently under consideration and/or construction within the next five to ten years; and the second new Pont de Pêcheurs and access roads connecting the Port to the Blvd de Marseille. It is not clear from the above what scenarios you are most interested in. Could you therefore please confirm how many scenarios do we need to allow for in the transport modelling, including how many future years? A: At least three scenarios shall be provided by the A&E. 8.Q: What transport modelling does currently exist? Reference in the RFP to Transport modelling for the Metro Project; Counts and Simulations by WSP/ Parsons Brinckerhoff; and carrying out a peer-review of modelling work conducted in recent studies. A: The BNETD has performed some modelling with initial work funded by JICA. It is up to the A&E to analyze and make a determination of the value of the work performed for potential adoption. Work performed by the BNETD will be made available to the A&E as part of a MCA-BNETD funding agreement at no cost to the A&E to obtain the information. All documentation available at GoCI including at the Ministry of Transport for the Metro will be made available to the A&E as part of multiple MCA agreements with all GoCI stakeholder agencies. The Terrabo Origin Destination study and the WSP / Parsons Brinckerhoff traffic counts will also be shared. 9.Q: Does any of these transport models cover the same model area as for this study? A: Yes, but it is the A&E entire responsibility to analyze and decide whether the data and models are reliable for use. 10.Q: In what suite / software are these models? Reference in the RFP to a peer-review of available modelling tools. A: Strada was used by a JICA consultant. No peer review was performed by MCC or WSP. It is the A&E entire responsibility to analyze and decide whether the data and models are reliable for use. 11.Q: Will these models and all supporting data such as Data Collection Report, Demand Forecasting Report etc. be made available to the successful A&E Consultant? Assume so due to the peer review task. A: Yes. The data will be available to the selected bidder. 12.Q: Under C.3) Modelling a) Current and Future Traffic the RFP mentions "Trip demand: Conduct and interpret origin/destination survey for targeted areas" and "Trip supply: Collect and analyze initial essential data: public transit routes in targeted areas". Please confirm that the targeted areas are similar and limited to the project locations/ areas as mentioned in the RFP. A: Yes the Zone of Influence is the Yopougon Express in the north, VGE in the east, Boulevard du Port and de la Paix in the west. 13.Q: How many license need to be provided of GIS "The A&E shall purchase a sufficient number of ArcGIS Online licenses to fulfill its obligations and will also require any subcontractors to purchase a sufficient number of licenses to fulfill their obligations". A: The number of licenses required is for the A&E proposed team plus at least 2 for CNPC/MCA-CI, which will likely be temporary until CNPC/MCA-CI is able to purchase their own. 14.Q: In the TOR, the section 10.4 states the below, could you please confirm that the 25 key and non-key personnel must be located in Abidjan for this project from beginning to the end? A: Yes, all Key and Non-Key personnel must be located in Abidjan for this project. Administrative staff supporting the key and non-key personnel are not required to be located in Abidjan. 15.Q: (Page 63, Section 4.9) The TOR states that "The A&E shall provide sufficient workspace for 24 fully supplied workstations, office equipment (desks, chairs, lighting, and copier access) including internet/phone access for MCC, MCA-CI and its representatives in the design office during the course of the design phase. This design office shall be fully equipped and operational within two months of the NTP, including fully operational videoconferencing facilities." a.Should offerors assume that MCC/MCA are expecting a sectioned office space able to support 24 staff, with supporting stationary equipment in order to have clear division between MCC/MCA equipment/workspace and Offeror's equipment/workspace? In effect 2 separate office spaces (can be next to, adjacent or in the same building) with respective networks, printers, stationary equipment, etc. in order to clearly separate MCC/MCA and offerors costs. A: Refer to TOR Subparagraph 4.9 Facilities to Be Provided by the A&E. The requirement has been amended for the offeror to propose four (4) fully furnished workspaces, not 24. The idea is to integrate the MCC/MCA-CI team into the A&E design team offices in the same space. All costs associated with the startup and maintenance of the A&E facility shall be included in the price. Also note that depending on availability of space, there is a possibility that MCC/MCA may negotiate a separate workspace arrangements with the Contractors after award. A flexible lease agreement would be ideal. b.Are offerors expected to incorporate the startup and maintenance cost of the MCC/MCA workspace in their budgets? A: Yes. 16.Q: Are base and option 1 T&M or FFP? A: Base and Option 1 will be FFP based on deliverables. Only Option 2 will be T&M. 17.Q: If it is FFP please confirm that the requested information (in section B.4. of the RFP) is not needed as we would provide cost by deliverable? As some of these deliverables will take multiple months, and iterative drafts and milestones, can offerors bill based on milestones that fit within the payment schedule? A: Although payments will be made on FFP-basis for each deliverable, offerors are required to complete the 18R0006 RFP Pricing Excel spreadsheet, which incorporates the Section B.4 of the RFP. This is to ensure the labor and LOEs are fair and reasonable. Milestone-based payments will not be permitted. 18.Q: Due to the Summer holidays in many countries, would MCC consider a three-week extension in order to provide Offerors the time to coordinate and collaborate with international and Ivorian partners? A: An extension is agreeable. Proposals will now be due by 5:00pm ET on Monday, 20 August 2018. 19.Q: For assignments with a duration exceeding 27 months (Option period 2), would a price adjustment provision for foreign and/or local inflation for remuneration rates be applied? A: The Government has the unilateral right to exercise a 6-month extension as permitted by FAR Clause 52.217-8 Option to Extend Service. MCC will use the latest rates and costs, most likely from OP 2 unless otherwise negotiated, for payment. No work will be performed under this contract beyond this 6-month extension. 20.Q: What are the tax liabilities in Cote d'Ivoire for the offeror? Is there any bi-lateral Memorandum of Understanding in place between the US government and Cote d'Ivoire's Government? A: Since this contract is funded with 609(g) and Compact CDF, it is entitled to the full benefit of the tax exemption found in those agreements. The relevant agreements for the bidders to review, and which grant the tax exemption, are the 609(g) Agreement, the Compact, and the Program Implementation Agreement (PIA). The PIA lays out the mechanism through which the Compact tax exemption will be carried out. Because all taxes are exempt, the bidders' proposals should not include the value of any taxes; they will be entitled to a full exemption and will be assisted by CNPC, and later MCA-CI, in carrying out that exemption. However, in the event the Government mistakenly charges a tax, the A&E will be responsible for paying it, and will work with CNPC and the MCA-CI to later have the Government reimburse it. CNPC and MCA-CI cannot be responsible for paying any taxes. 21.Q: Do Offerors have to include all taxes in the financial proposal, including local identifiable indirect taxes such as VAT? A: See the above in question 20; in the event that indirect taxes are not covered by the agreements, the A&E shall separately identify them in the financial proposal. 22.Q: Would the Offeror, sub-contractors and Experts be responsible for meeting all tax liabilities arising out of the Contract? If so, what would be the taxes? A: Yes, see answer to Question 20. In the event that all of the taxes are not covered by the agreements, the A&E shall separately identify these taxes in the financial proposal. 23.Q: Would MCC consider payment currency other than US Dollars; possibly Euros or Francs CFA? A: All payments will be made in US Dollars. 24.Q: Are letters of commitment needed for key personnel being proposed? A: Yes, a signed commitment letter is required from the proposed Project Manager/Team Lead (PM/TL). 25.Q: Master's degree requirement - Can a certain number of years of experience substitute for a Master's degree? A: No substitute for Master's degrees is acceptable. 26.Q: Regarding the PM requirement of overseeing 3 projects per year at $30M each, could there be a substitution for the equivalent oversight in dollar value? (E.g. overseeing a $90M project per year, or 10 projects per year at $9M each?) A: No substitute for this requirement is permitted; MCC is looking for a highly experienced PM in urbanized environments. This is a key requirement. 27.Q: In TOR, on page 9 (Clause B) and on page 28 (Clause B.4), it is clearly indicated that under Option I (Phase II), "Tender Documents" will be submitted with the final engineering or final design report. But on page 1 of TOR in the "Table of Deliverables" the submission of "Tender Documents" is not mentioned. Please provide clarification. A: Tender Documents are part of Deliverable 13. We have corrected the table of deliverables accordingly. 28.Q: In the TOR, on page 2, Clause 1.1, para 4, it indicates that a due diligence of the proposal including technical and economic feasibility was conducted by WSP Canada. Again in the TOR on Page 21, para 2, it mentions that the MCC due diligence report has determined some of the actions. Can a copy of WSP Canada report be provided? A: During the Pre-kickoff meeting in Washington DC, a detailed list of reports shall be provided to the winning firm. These cannot be made available at this time due to confidentiality reasons. 29.Q: Section M.3. Factor 2 Past Performance states that firms will be evaluated on existing or prior contracts for engineering during the past five years. While the Section L.3.3 Volume II Past Performance mentions that Past Performance must have been performed within the last three years. Could you clarify? A: Past Performance must have been performed within the last three (3) years. 30.Q: The RFP states that MCC will provide the contractor with the iRAP evaluation. Is this the IRAP that WSP completed in the preliminary studies? Is the contractor expected to update this iRAP evaluation? A: Yes, B.3 Preliminary Designs, 9th paragraph notes that the A&E shall again hire iRAP to provide an updated assessment of the A&Es recommended solutions with costs and star ratings. MCC will provide the completed iRAP assessment performed during the due diligence assessment upon award of the contract which identifies issues and needs. 31.Q: Section C of Reference, point B.1) Needs Assessment, states that the A/E contractor shall obtain from the Road Safety Agency (OSER) the police and gendarmerie yearly traffic accident on all 120 lane-km roads. Did the MCC confirm with OSER and gendarmerie that these data would be provided free of charge? If not, can you please provide estimate of fees and time associated with obtaining this data? A: The CNPC/MCA-CI shall facilitate the exchange of information from OSER to the A&E without charge, however the quality and quantity of the available data will need to be determined by the A&E. 32.Q: If we provide charts electronically that are sized on 11' by 17' paper, do you have the capacity to print these out? A: Per RFP L.2.1 Proposal Format, 11x17" format is permitted. (That's 11 inches by 17 inches.) 33.Q: Can the charts be presented in pdf format? A: Charts, graphs, and pictures as Addenda to the Technical Proposal may be presented in PDF format. Other technical documents must be submitted as non-Macro Word or Excel format (to allow searches). Refer to RFP L.4. Instructions to Offerors. 34.Q: Section C now includes a Bathymeric survey of the Lagoon. What are the details and topography precision for this survey? A: Bathymetric surveys are commonly available and periodically performed by the Port Authority in Abidjan. It is the A&E responsibility to determine and justify data needs to obtain reliable designs. 35.Q: Is a complete set of preliminary construction drawings required with Deliverable 10? A: The Deliverable 10 Requirement has been modified to include preliminary design/sketches to illustrate ideas/concepts for evaluation. 36.Q: Section C, C.4) Truck parking study states that the A/E contractor shall visit other truck parking locations in Dakar and Lome. However, the Truck Study Table of Contents specifies that truck parking efforts should be documented for at least 5 cities including Tema, Lome, and Dakar. How many visits to cities are required? A: Five visits are required to Tema, Dakar, Cotonou, San Pedro and Lome. This has been clarified under Section C, C.4) Truck Parking to the following (including adjustment in the Table of Contents). 37.Q: Section C, B.1) Needs Assessment states that the A/E contractor shall complete the stakeholder consultation previously undertaken by the CNPC-MCC (MCA Côte d'Ivoire). Can you please provide an idea of the extent of information and completion status of this Needs Assessment? A: The stakeholder consultations related to the truck parking issues have been minimal; the A&E will need to perform the stakeholder mapping and consultations per an IFC PS compliant stakeholder engagement process.  RFP AMENDMENT 2 The purpose of Amendment 2 is 1) to notify interest offerors that MCC will require a one-hour oral presentation from all responsive offerors, 2) to notify that all interested offerors must contact Greg Smith at iRAP to obtain a quote, and 3) to notify all interested offerors that WSP Global, Inc., who was contracted by MCC as its independent engineer to provide due diligence support and to assist in the development of this solicitation's TOR, will be a part of the Technical Evaluation Panel (TEP) as a non-voting technical evaluation advisor member. MCC plans to schedule these presentations on August 28 and 29, 2018 (Tuesday and Wednesday). The presentation will be structured into a 30-minute presentation by the offeror followed by 30-minute clarification questions-and-answer (Q&A) session. The presentation shall outline how the A&E intends to deliver the scope of services. We are planning to have the technical evaluation team, including MCC representatives, MCA representatives, and third-party contractor, WSP Global, Inc., be present at the presentations. Due to conflicting schedules, not all the same TEP members may be available for all presentations. The proposed Key Personnel (Project Manager/Team Leader) is required for the presentation with the proposed Non-Key Personnel (Transport Engineer, Environmental Specialist, Resettlement Specialist, and Stakeholder Engagement Specialist) highly desired (but not required). Offerors should provide at least four preferences (between 9am EST and 4pm EST) of their preferred date and time for this one-hour presentation in their Cover Letter; final confirmation of the schedule will be provided by MCC no later than 24 August 2018. Physical presence is not required. MCC can set up Skype or WebEx meetings upon request. The choice of in-person and web-based presentations will not affect the outcome of our evaluation. This project requires some coordination with International Road Assessment Programme (iRAP). All interested offerors must timely contact Greg Smith (greg.smith@irap.org) before the RFP closes to obtain a quote from iRAP. Interested offerors must indicate in their Technical Proposal that they are willing to work with iRAP around iRAP's proposed schedule (to be provided in iRAP's quote to the interested offeror). Interested offerors must also consider the cost of working with iRAP (to be provided in iRAP's quote to the interested offeror) in their Price Proposal. WSP Global, Inc. will take part in the technical evaluation of all proposals as a non-voting technical evaluation advisor member. All TEP members, both voting and non-voting, will be required to sign a non-disclosure form. No Price Proposals will be shared with WSP Global, Inc. The contractor, WSP Global, Inc., understands and accepts the conflict-of-interest clause and it is not permitted to directly or indirectly team with, subcontract with, provide pro bono services to, or consult any offeror regarding this project during the development and the implementation phase. All changes in the RFP are highlighted in yellow. All other terms and conditions remain unchanged. Interested offerors must acknowledge the Amendment 2 in the proposal.  SECTION B: SERVICES AND PRICES/COSTS B.1.Purpose The purpose of this request for proposals (RFP) is to select a firm to provide support to MCC Transport and Vertical Structure (TVS). The firm will assist with the development and implementation of the Abidjan Transport Project (ATP) Compact Program in Côte d'Ivoire, which is to help improve the movement of goods and people in and around Abidjan. B.2.Contract Type The Government anticipates awarding a firm-fixed price (FFP) and time-and-materials (T&M) hybrid contract. B.3.Price/Cost Schedule The total NTE amount of this contract is TBD. Item Information ITEM NUMBERDESCRIPTION OF SUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 0001Base: Deliverables 1 to 10 | Award + 32 weeks FFP Contract Period: Base NTELot____________________________________ 1001OP 1: Deliverables 11 to 15 | Award + 74 weeks FFP Contract Period: Option 1NTELot____________________________________ 2001OP 2: Technical Design Support T&M Contract Period: Option 2TBDLot____________________________________ GRAND TOTAL NTE__________________ In accordance with clause MCC 52-232-72 Limitation of Funds-Incrementally Funded Contracts, funds in the amount of $X.XX have been allotted to this contract. MCC contemplates that the total available funds now obligated will cover the work to be performed through 28 September 2018. The contractor shall not perform work on the contract which exceeds the total amount actually allotted by the Government to the contract. The Government is not obligated to reimburse the contractor for costs incurred in excess of the total amount allotted by the Government to this contract. The contractor assumes the risk for any increased costs beyond what the Government obligates. The Contractor shall furnish all personnel required to provide the services in accordance with Section C, Section H, and the terms and conditions herein. The total NTE amount includes labor and other direct costs to perform all required services. B.4.Labor Categories and Rates MCC invites the offerors to present their own Personnel mix and Position Levels using the following position titles for each country. The Key Personnel (Project Manager/Team Lead) must be offered; the Non-Key Personnel may be offered based on the offeror's own professional judgment. Offerors must clearly explain in their Technical Proposal how their proposed Personnel mix will be able to accomplish MCC's requirements. The following matrix must be submitted as a part of the Cost Proposal. The proposed hourly rates for all personnel members must be fully-burdened. KEY PERSONNEL Position TitleHourly Rate (in US$)Discount (in %)Proposed Hourly Rate (Hourly Rate - Discount = Proposed Hourly Rate) 1. Project Manager / Team Lead $ % $ NON-KEY PERSONNEL Position TitleHourly Rate (in US$)Discount (in %)Proposed Hourly Rate (Hourly Rate - Discount = Proposed Hourly Rate) 1. Transport Engineer $ % $ 2. Road Design Engineer $ % $ 3. On-the-Job Training / Education Coordinator $ % $ 4. Signal and Lighting Engineer $ % $ 5. Highway Engineer $ % $ 6. Geotechnical Engineer $ % $ 7. Architect $ % $ 8. Hydrologist $ % $ 9. Structural Engineer $ % $ 10. Materials / Pavement Engineer $ % $ 11. Safety Engineer Specialist $ % $ 12. Health and Safety Specialist $ % $ 13. Cost Estimator $ % $ 14. Contracts and Specifications Specialist $ % $ 15. Environmental Specialist $ % $ 16. Resettlement Specialist $ % $ 17. Social Specialist $ % $ 18. Gender Specialist $ % $ 19. Stakeholder Engagement Specialist $ % $ 20. Resettlement Socio-Economist $ % $ 21. Vulnerability Specialist $ % $ 22. Livelihood Restoration Specialist $ % $ 23. GIS Specialist $ % $ 24. Database and IT Specialist $ % $ Refer to and complete the attached 95332418R0006 RFP Pricing spreadsheet to submit. See Subsection H.1. Personnel for additional detail. B.5.Procurement Procedures The contract will be awarded in accordance with Federal Acquisition Regulation (FAR) Parts 12 Acquisition of Commercial Items and 15 Contracting by Negotiation.  SECTION C: DESCRIPTION/SPECIFICATIONS/STATEMENT OF WORK MCC DCO TVS Abidjan Transport Project (ATP) Engineering Services Refer to the attached Terms of Reference (TOR) for the complete detail.  SECTION D: PACKAGING AND MARKING None.   SECTION E: INSPECTION AND ACCEPTANCE Inspection and Acceptation shall be in accordance with the following requirements: 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 the terms and conditions of the contract. 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 do not meet the required standards, the Government reserves the right to have the work performed elsewhere, charging the contractor with costs involved. E.2.Performance Monitoring E.2.1.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.2.2.Quality Monitoring The Contractor shall be in compliance with its QCP when performing all services required. MCC has the right to monitor and suggest changes to all services, work, and materials produced by the Contractor.  SECTION F: DELIVERIES OR PERFORMANCE F.1.Period of Performance (PoP) The Contract will include a Base Period of 8 months, an Option Period 1 of 11 months, and an Option Period 2 of 8 months. 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 anticipated period of performance is as follows (due to the RFP extension, however, the PoP may not start until after October of 2018): Base: 29 September 2018 - 28 May 2019 Option Period 1: 29 May 2019 - 28 April 2020 Option Period 2: 29 April 2020 - 28 December 2020 These are tentative dates and may change at the time of award. MCC hopes to exercise the OP 1 within 4 months from the commencement of the award pending funding approval and the successful performance by the Contractor. F.2.Place of Performance All personnel (minus the home office admin support) shall be based in Abidjan, Cote d'Ivoire. The Contractor should perform services at their own offices, including in the US and in Abidjan, Côte d'Ivoire. MCC may or may not provide Government-furnished property to accomplish this work. If MCC/MCA decides to provide a workspace, the arrangement would be negotiated during the contract performance period with the contractor. 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. Description/Specifications/Statement of Work. F.3.Deliverables DeliverableTimeline Base Period: Phase 1 1: Pre-Kickoff Meeting Summary ReportNTP+4 weeks 2: Inception Report with CTCTC Communications PlanNTP+10 weeks 3: Training Course Outline and ReportNTP+14 weeks 4: Data Collection ReportNTP+14 weeks 5: Revised Methodology Report and Modelling Tool Selection ReportNTP+18 weeks 6: Training Course Curriculum and Materials ReportNTP+24 weeks 7: Modelling Results Analysis ReportNTP+24 weeks 8: Theoretical Content of RAPs ReportNTP+28 weeks 9: Truck Parking Study ReportNTP+30 weeks 10: Needs Assessment & Social Inclusion Risk Mitigation Measures ReportNTP+32 weeks Option Period 1: Phase 2 11. Preliminary Design ReportN/A 11a: Lab Equipment and Training Needs Assessment ReportNTP+38 weeks 11b: Preliminary Design Report: Blvd du Port/Vridi/Petit Bassam and Port Fill Project, Truck Parking Facility, Pont de Pechers and access roadsNTP+40 weeks 11c: Preliminary Design Report: Blvd du VGENTP+42 weeks 11d: Preliminary Design Report: Blvd de la PaixNTP+44 weeks 11e: Preliminary Design Report: Yopougon ExpressNTP+46 weeks 12. Preliminary ESIAsN/A 12a: Preliminary ESIA Report: Blvd du Port/Vridi/Petit Bassam and Port Fill Project, Truck Parking Facility, Pont de Pechers and access roadsNTP+46 weeks 12b: Preliminary ESIA Report: Blvd du VGENTP+48 weeks 12c: Preliminary ESIA Report: Blvd de la PaixNTP+50 weeks 12d: Preliminary ESIA Report: Yopougon ExpressNTP+52 weeks 13. Final Designs/Draft Final ESIA/DAO/Final RFP/Preliminary RAP/Tender DocumentsN/A 13a: Final Designs/Draft Final ESIA/DAO/Final RPF/Preliminary RAP for Blvd du Port/Vridi/Petit Bassam and Port Fill Project, Truck Parking Facility, Pont de Pechers and access roadsNTP+54 weeks 13b: Final Designs/Draft Final ESIA/DAO/Final RPF/Preliminary RAP for Blvd du VGENTP+58 weeks 13c: Final Designs/ Draft Final ESIA/DAO/Final RPF/Preliminary RAP for Blvd de la PaixNTP+62 weeks 13d: Final Designs/Draft Final ESIA/DAO/Final RPF/Preliminary RAP for Yopougon ExpressNTP+66 weeks 14. Final RAP and Final ESIAN/A 14a: Final RAP and Final ESIA for Blvd du Port/Vridi/Petit Bassam and Port Fill Project, Truck Parking Facility, Pont de Pechers and access roadsNTP+58 weeks 14b: Final RAP and Final ESIA for Blvd du VGENTP+62 weeks 14c: Final RAP and Final ESIA for Blvd de la PaixNTP+66 weeks 14d: Final RAP and Final ESIA for Yopougon ExpressNTP+70 weeks 15: Final Course Training ReportNTP+74 weeks Deliverables may include the need for 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 the respective country. The official language for all contract deliverables is French, unless otherwise noted. The Deliverable 1: Pre-Kickoff Meeting Summary Report and Deliverable 2: Inception Report shall be provided in French with the final French version translated in English. All monthly recurring reports shall be provided in French and translated into English per TOR Section 4.8 Deliverables. The submission timeline of deliverables may change and 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. Also, see Subsection L.2.4 for restricted file formats for all submissions during the solicitation and contract phases. 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 offerors are given the opportunity to present their own labor mix [see Subsection B.4. Labor Categories and Rates], and to offer their own LoEs as they deem fit. Offerors must clearly detail how their proposed labor categories and their LoEs will be able to fully satisfy MCC's requirements. Both the technical approach and the price will be evaluation factors for this award [see Section M. Evaluation Factors for Award]. F.6.Subcontracting There is no limitation on subcontracting. Any changes to the proposed list of subcontractors during the performance period must first be approved by MCC before the commencement of any work by the subcontractor.  SECTION G: CONTRACT ADMINISTRATION DATA 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) 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 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) 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) MCC 52.232-70 Invoice Instructions (May 2017) 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 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) MCC 52.232-72 Limitation of Funds-Incrementally Funded Contracts (Nov 2006) a.Of the total price in Section B (or the "Prices" section), only the amount stated on the contract award document or subsequent modifications is now available for payment and obligated under this contract. It is anticipated that from time to time, additional funds will be obligated under the contract until the total price of the contract is obligated. b.The Government is not obligated to pay or reimburse the contractor more than the amount obligated pursuant to this clause. The contractor agrees to perform the contract up to the point at which the total amount paid and payable by the Government (including amounts payable for subcontracts and settlement costs if this contract is terminated for convenience) approximates but does not exceed the total amount obligated. c.(1) If the contractor considers the funds obligated under this contract to be insufficient to cover the work to be performed until the date specified in Section B, or another date agreed to by the parties, the contractor shall notify the contracting officer in writing and indicate the date on which it expects expended funds to approximate 75 percent of the total amount obligated. The notice shall state the estimated amount of additional funds required to continue performance through the date for which incremental funds is provided. (2) If, after notification is provided pursuant to paragraph (c)(1) of this clause, additional funds are not obligated, or an earlier date than the date in Section B of this clause is not agreed to, the contractor shall not be obligated to continue performance under this contract (including actions under the termination clause of this contract) beyond the funds obligated for contract performance. d.When additional funds are obligated from time to time for continued performance of this contract, the contract shall be modified to increase the funds obligated and to indicate the period of performance for which funds are applicable. The contractor may notify the contracting officer as provided in paragraph (c)(1) of this clause regarding any additional funds obligated. e.This clause shall become inoperative upon obligation of funds sufficient to cover the full price stated in the contract, except for rights and obligations then existing under this clause. f.Nothing in this clause shall affect the Government's right to terminate the contract for convenience or default. (End of clause) MCC 52.232-73 Travel Reimbursement (May 2017) 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 Health & Human Services (HHS), Federal Occupational Health Service (FOH), and Medical Employability Program (MEP) for medical accommodations due to disability adjudication. Requests for, and HHS determinations on, medical accommodations for business class travel will be confidential, with only MCC's Travel Office receiving copies of the request and the MED/DP determination. Contractor travelers requesting medical accommodations based upon disability must complete the steps below. Forms are available from the MCC COR and/or PM. a.Contractor traveler completes the Medical Employability Case Transmittal Form, A127523-S192701-W190333. Form can be faxed to (301) 492-4783 or e-mailed to medical.employability@foh.hhs.gov with a copy to the MCC Travel Office at mccmedical@mcc.gov. b.Contractor traveler forwards Physician a copy of the Medical Accommodation Physician's form, which the physician completes, dates, and signs. Once signed, the traveler OR their physician e-mails a scanned.pdf attachment to HHS at medical.employability@foh.hhs.gov. Alternatively, it can be faxed Attn: Medical Employability Program (301) 492-4783. c.Once both forms have been completed and sent, HHS makes a medical determination based on the information provided by the traveler and the traveler's physician on the HHS/FOH/EMP forms. FOH will send a letter to the POC listed on the transmittal form with recommendations. MCC will not approve any business class accommodations beyond normal MCC guidelines unless the traveler has completed the medical accommodation paperwork and received a positive response from FOH/MEP. d.Contractor must note that the process can take several weeks and will depend on how quickly HHS/FOH/MED receives the information (including communication with treating physicians). B.Sanitation/Health. Coach accommodations 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) 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) 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) MCC 52.242-71 Architect-Engineer Contract Administration Support System (ACASS) Registration (Aug 2011) The Millennium Challenge Corporation (MCC) utilizes the Architect-Engineer Contract Administration Support System (ACASS) to evaluate contractor performance (see FAR, Subparts 42.1502 and 42.1503) for Architect-Engineer services. Contractors doing business with MCC are required to register in CPARS accessible via the Internet at: http://www.cpars.csd.disa.mil/acassmain.htm. An evaluation of contractor performance using the ACASS is mandatory for all contract actions exceeding $30,000, 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 ACASS help desk. The email address is WEBPTSMH@NAVY.MIL and the telephone number is (207) 438-1690. (End of clause) 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) 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)  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). Contractors are permitted to subcontract other firm(s)/individual(s) to enhance their qualifications. H.1.1.Key Personnel The Contractor shall provide resumes of Key Personnel (KP). 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. Position Title 1. Project Manager / Team Lead H.1.2.Non-Key (Core) Personnel The non-key (core) personnel (CP) labor categories are as follows: Position Title 1. Transport Engineer 2. Road Design Engineer 3. On-the-Job Training / Education Coordinator 4. Signal and Lighting Engineer 5. Highway Engineer 6. Geotechnical Engineer 7. Architect 8. Hydrologist 9. Structural Engineer 10. Materials / Pavement Engineer 11. Safety Engineer Specialist 12. Health and Safety Specialist 13. Cost Estimator 14. Contracts and Specifications Specialist 15. Environmental Specialist 16. Resettlement Specialist 17. Social Specialist 18. Gender Specialist 19. Stakeholder Engagement Specialist 20. Resettlement Socio-Economist 21. Vulnerability Specialist 22. Livelihood Restoration Specialist 23. GIS Specialist 24. Database and IT Specialist 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.1.3.Key and Non-Key (Core) Personnel Qualifications The proposed Key and Non-Key (Core) Personnel must meet the following qualifications. For those additional Non-Key (Core) Personnel positions that deviate from MCC's suggested listed, they must meet comparable qualifications of like-positions from MCC's list. If there is no comparable position on MCC's list, they must possess at a minimum a bachelor's degree with at least 5 years of relevant experience. Key Personnel Project Manager/Team Lead (PM/TL): The PM/TL shall have a master's degree or higher in civil engineering with at least 20 years of relevant experience in comparable road, overpass and traffic engineering works in an urban environment. The role of the PM/TL is to provide overall direction and management of the entire team and resources to meet the objectives and timelines outlined under this assignment. S/he must have extensive knowledge of international best practices in road planning, engineering, economics, institutional assessment, contract procedures and project follow-up. S/he shall also have a proven track-record of successfully managing and coordinating as team leader a diverse group of professionals in accomplishing studies or projects of similar nature and complexity. The PM/TL shall have led at least 3 projects per year in urban engineering dealing with road and/or utilities design and/or rehabilitation totaling over 30 M USD/year in value of works in the last 5 years. Provide at least three references preferably from city officials. Non-Key Personnel Transport Engineer: The Traffic Engineer shall have an advanced degree (Master's degree level or higher) in civil engineering with at least 15 years of relevant experience in comparable redesign of urban congested roads based on relevant software in traffic management, geometric improvement, synchronization of traffic lights, etc. Experience on multimodal transportation studies or projects would be a plus. Road Design Engineer: The Road Design Engineer must have an advanced degree (Master's degree level or higher) in civil engineering with at least 15 years of relevant experience in comparable geometric redesign of urban congested roads and optimal structural design of pavement rehabilitation including value engineering applications. On the Job Training/Education Coordinator: The coordinator shall have a PhD in civil engineering, specialized in urban engineering and significant professional development or graduate teaching experience. The specialist must be familiar with international best practices in professional development/on the job training. French fluency is required. Signal and Lighting Engineer: The Signal and Lighting Engineer shall have an advanced degree (Master's degree level or higher) in electrical engineering with at least 10 years of relevant experience in comparable redesign of urban congested roads and in installation of traffic signal and lighting. In addition a good knowledge of ITS systems with high-tech technology will be an added advantage. Highway Engineer: The Highway Engineer shall be responsible for the design of the geometrical aspects of the road using UEMOA design standards, preparing designs using appropriate highway design software, quantifying volumes and preparing plans and profile drawings. S/he shall also assist the materials engineer in the design of the road pavement. The Highway Engineer shall be a registered Civil Engineer. S/he must have not less than 10 years of cumulative experience related to road design and construction. S/he must have specific experience of working as roads design and construction supervision engineer on at least two projects of similar nature and complexity. Postgraduate qualifications in Highway Engineering will be an added advantage. Geotechnical Engineer: The Geotechnical Engineer shall provide specialist foundation engineering advice to the Structural and Highway Engineers. S/he shall hold a degree in Geotechnical Engineering with not less than 10 years working experience related to geotechnical engineering including compressible soils. S/he shall have served as a geotechnical engineer on at least five roads projects of similar complexity within the last ten years. Architect: The Architect shall be responsible for developing design schemes to better integrate transport infrastructure into the surrounding community. S/he shall hold a Master's degree in Architecture or equivalent with at least 10 years working experience in transport related urban design and community integration. S/he must have experience in public consultation and in working in developing countries where roadsides are the venue for a broad range of social and economic activities. Hydrologist: The Hydrologist shall be responsible for estimating and assessing the relationship between rainfall, surface-runoff and soils of the catchments along the project area with focus on surface water, including rivers and dams. S/he shall study and update the available hydrological data by computer models or any other means in order to maintain and develop successful flood water management strategies. S/he shall provide advice and information on hydraulic characteristics of the catchments along the project area. The Hydrologist shall be a holder of a degree in Applied Science or Civil Engineering with not less than 10 years working experience related to water/flood management schemes. The ability to use appropriate flood design models is required. Structural Engineer: The Structural Engineer shall be responsible for the assessment of the existing bridge, the design of the new proposed bridge and overpasses and design of culverts and other drainage structures along the project road. The Structural Engineer shall be a Registered Engineer with a Master's degree in Civil Engineering/Structural or equivalent qualification. S/he must have not less than 10 years of cumulative experience related to design of bridges/drainage structures. S/he must have served as a Bridge Design Engineer on at least two road projects of similar magnitude and complexity within the last five years. Materials/Pavement Engineer: The Materials/Pavement Engineer shall be responsible for conducting and supervising the materials investigation with a view to achieving optimal design and construction strategy. The Materials Engineer shall carry out the pavement design and should be conversant with current practice in testing and pavement construction strategies in developing countries. The Materials Engineer shall be a registered or chartered graduate Road Engineer. S/he must have not less than 10 years of cumulative experience related to pavement evaluation, materials testing, soils investigation and both flexible and rigid pavement design. S/he must have specific experience of working as Materials/Pavement Engineer on at least three projects of similar magnitude and complexity. Experience with full depth reclamation and/or recycling of pavement materials, polymer bitumen and rolled compacted concrete design is required and should be clearly outlined and referenced. Safety Engineering Specialist: The Safety Engineering Specialist shall be responsible for the assessment of road safety, the road safety system and management in Cote d'Ivoire. The Safety Engineering Specialist shall be a registered Civil Engineer. S/he must have not less than 10 years of cumulative experience related to practical experience in road safety rating and inspection (including iRAP experience or similar) and audit, and the design of infrastructure safety improvements and facilities on at least two projects of similar nature. The specialist must be able to work closely with local counterpart personnel and the public at large. Health and Safety Specialist: The Health and Safety Specialist shall have an advanced degree (Master's degree level or higher) in health and safety studies or related fields with at least 10 years of relevant experience carrying out health and safety assessments or enforcing health and safety norms in construction projects. The Specialist's experience shall be relevant to this program: namely including work in developing countries (West Africa preferred) and in the urban transport sector on at least two comparable projects in the past five years. The Specialist shall have extensive knowledge of international best practices in applying the IFC Performance Standards (especially standards 1, 2 and 4) in low-income developing countries. The specialist must be able to work closely with local counterpart personnel and the public at large. Cost Estimator: The Cost Estimator shall have appropriate educational background with at least a graduate level degree in Civil Engineering or Quantity Surveying. The Cost Estimator shall have a minimum of 10 years of transportation sector experience developing cost estimates and schedules for road projects. The Cost Estimator shall have access to cost models and historical in-house databases for estimating quality and cost of materials, including for projects in sub-Saharan Africa. Contracts and Specifications Specialist: The Contracts and specifications specialist shall have a minimum of 15 years of legal experience in procurement and should be familiar with FIDIC contracts. Full French fluency is required. Environmental Specialist: The Environmental Specialist shall have an advanced degree in environmental engineering, environmental sciences, environmental management or related fields at Master's degree level or higher. Formal training must be coupled with at least 15 years of relevant experience carrying out environmental and social impact assessments/environmental analyses as well as coordination of multidisciplinary environmental baseline studies. The Specialist's experience should be relevant to this program: namely including work in developing countries (West Africa preferred) and in the transport sector on at least two comparable projects in the past five years. The Specialist must have extensive knowledge of international best practices in environmental impact assessment and mitigation. Experience in ISO standards of Quality and environment in applying the IFC Performance Standards in low-income developing countries is desired. The specialist must be able to work closely with local counterpart personnel and the public at large. Fluency in French is required for this position. Resettlement Specialist : The Resettlement Specialist shall have an advanced degree (Master's degree or higher) in the social sciences or economics coupled with at least 12 years of international experience in the preparation and implementation of resettlement action plans in developing countries. Experience working directly in West Africa and international development projects in an urban context is required. S/he must be familiar with application of the IFC Performance Standards and World Bank resettlement policy (OP 4.12), and methodology, with experience relevant to transportation and road sector. S/he must have had, in the last 5 years, specific experience with planning the work and managing multidisciplinary teams of local and international personnel as well as working with local government officials and the public at large in a resettlement context. Fluency in French is required for this position. Social Specialist : The Social Specialist shall have an advanced degree (Master's degree or higher) in the social sciences coupled with at least 10 years of international experience in social impact analysis and preparation. The Social Specialist should have experience in developing countries. Experience working directly in either West Africa and/or the urban transport sector would be considered a plus. The Social Specialist must be familiar with application of international best practice and methodology, preferably IFC Performance Standards. The Social Specialist should have experience working with participatory community development and consultative methods. S/he must be able to work closely with local counterpart personnel and the public at large. Fluency in French is required for this position. Gender Specialist: The Gender Specialist shall have an advanced degree in social sciences or a related discipline (anthropology, sociology, women's studies, public policy, community development, etc.) coupled with approximately 10 or more years of experience in social and gender related issues in an international development context, with demonstrated expertise in conducting social and gender analysis and gender integration in projects. S/he must have demonstrated experience with gender in the transport sector and with integrating gender into large scale infrastructure projects. S/he should also be familiar with international environmental guidelines and policies, including the MCC Environmental Guidelines and Gender Policy. The Gender Specialist should have demonstrated experience using participatory development approaches and consultative methods. S/he must be able to work in a cross cutting fashion and to work closely with local counterpart personnel and the public at large. Fluency in French is required for this position. Stakeholder Engagement Specialist: The Stakeholder Engagement Specialist candidate shall hold a minimum of a Master's Degree in one of the following fields: sociology, anthropology, community development or communication from a qualifying educational institution. The Stakeholder Engagement Specialist must demonstrate a minimum of 10 years' professional experience in conducting public consultation activities with affected communities, authorities and the private sector in the context of engineering, ESIA and RAP studies. The Stakeholder Engagement Specialist must be familiar with application of international best practices in stakeholder consultations and communications, preferably IFC Performance Standards, and in techniques by which to engage the voice of women, and vulnerable groups in the consultative process. S/he should have skills in community facilitation, conflict resolution and communication and should have prior relevant experience in West Africa, preferably in Cote d'Ivoire. Fluency in French is required for this position. Resettlement Socio-Economist: The Resettlement Socio-Economist shall have an advanced degree (Master's degree level or higher) in social sciences or economics. S/he must have a minimum of 10 years of relevant experience with (a) organizing and managing socioeconomic surveys; (b) analyzing socioeconomic data; and (c) writing socioeconomic reports. Experience in collecting resettlement baseline data, inventorying impacted assets and identifying affected people is a must. S/he must be familiar with application of international best practices, including IFC Performance Standard 5 and/or World Bank resettlement policy (OP 4.12), and methodology. Experience working directly in either West Africa and/or urban development projects will also be highly valued. Candidates must have excellent organizational, interpersonal and computer skills. Fluency in French is required for this position. Vulnerability Specialist: The Vulnerability Specialist shall have an advanced degree (Master's degree or higher) in social sciences or economics. S/he must have 10-year specialized experience in vulnerability analysis as well as in designing and implementing vulnerability reduction measures, preferably in the context of major development projects affecting a diversity of people, businesses and communities. S/he must be familiar with application of international best practice, including IFC Performance Standard 5 and/or World Bank resettlement policy (OP 4.12), and methodology. Experience working directly in either West Africa and/or urban development projects will also be highly valued. Candidates must have excellent communication, interpersonal and computer skills. Fluency in French is required for this position. Livelihood Restoration Specialist: The Livelihood Restoration Specialist shall have an advanced degree (Master's degree or higher) in economics or business administration. S/he must have 10-year specialized experience in livelihood assessment as well as in designing and implementing livelihood restoration programs, preferably in the context of major development projects affecting a diversity of people, businesses and communities. Experience with the CEFE training methods (Création d'Entreprises et Formation d'Entrepreneurs) is an asset. S/he must be familiar with application of international best practice, including IFC Performance Standard 5 and/or World Bank resettlement policy (OP 4.12), and methodology. Experience working directly in either West Africa and/or urban development projects will also be highly valued. Candidates must have excellent communication, interpersonal and computer skills. Fluency in French is required for this position. GIS Specialist : The GIS Specialist shall have a relevant postgraduate degree as well as a minimum of 10 years of relevant experience with (a) managing data collection, correction and processing tasks to define geodatabases that integrate terrain features (such as roads, rivers, buildings and other man-made and natural features) with geographically-referenced transport system attributes; (b) the full ESRI software suite including ArcGIS Desktop, ArcGIS Online, ArcGIS Server and mobile data application such as Collector for ArcGIS and Survey123 for ArcGIS; (c) use of Geospatial Positioning Systems ("GPSs"), satellite imagery, and aerial photography to develop resources to be integrated into a GIS database; (d) analysis of data that is captured and integrated in a geodatabase to evaluate transportation usage patterns, demographic and economic trends, resettlement data and statistical analyses; and (e) developing reports and graphical representations of the results of the geo-spatial analyses performed above. Experience with international development projects will also be highly valued. Candidates shall have excellent IT, problem solving, analytical, and interpersonal skills. Database and IT specialist: The IT Specialist shall have an advanced degree (Master's degree level or higher) in software engineering or programming as well as a minimum of 8 years of relevant experience. S/he must have, in the last 5 years, provided IT support to multidisciplinary teams, including off the shelf applications or development of apps. S/he must have developed and managed socioeconomic databases, preferably for resettlement projects. Experience with international development projects will be highly valued. Candidates must have problem solving, analytical, and interpersonal skills. A commitment letter is required from the proposed Project Manager/Team Lead (PM/TL). MCC may request signed commitment letters of any proposed individual(s) before the contract award. H.2.Additional Labor Categories During the performance of this contract, 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 contract shall be modified to add the new categories and negotiated rate. The additional labor categories would be mainly for the support services during the Option Period 2. If MCC deems that additional labor categories are necessary for specific deliverables during the Base Period and/or Option Period 1, MCC will negotiate with the Contractor for an equitable adjustment. H.3.Government Data Supplied to the Contractor During the course of this contract, 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.4.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.Solicitation Provisions Incorporated by Reference 52.204-22 Alternative Line Item Proposal 52.212-1 Instructions to Offerors-Commercial Items I.2.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 address: https://www.acquisition.gov/?q=browsefar The following clause(s) are incorporated by reference: 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper 52.204-13 System for Award Management Maintenance 52.215-8 Order of Precedence-Uniform Contract Format 52.216-31 T&M/LH Proposal Requirements-Commercial Item Acquisition 52.225-14 Inconsistency between English Version and Translation of Contract (End of clause) I.3.FAR 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] __ (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). __ (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-Subcontracting 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 Re-representation (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.) __ (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 ofthe 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] _X (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.4.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 0 days. (End of clause) I.5.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 0 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 0 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 2 years and 9 months. (End of clause)   SECTION J: LIST OF ATTACHMENTS 1.95332418R0006 Terms of Reference (TOR) | This completes Section C of this RFP. 2.95332418R0006 RFP Pricing | This is a required pricing document that must be submitted with your Price Proposal.   SECTION K: REPRESENTATAIONS, CERTIFICATIONS, AND OTHER STATEMENTS OF OFFERORS K.1.Representations, Certifications, and Other Statements of Offerors shall be extracted from the Contractor's System for Award Management (SAM) registration. K.2.FAR 52.204-19 Incorporation by Reference of Representations and Certifications Incorporation by Reference of Representations and Certifications (Dec 2014) The Contractor's representations and certifications, including those completed electronically via the System for Award Management (SAM), are incorporated by reference into the contract. (End of clause)  SECTION L: INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS L.1.FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: https://www.acquisition.gov/?q=browsefar The following provision(s) are incorporated by reference: 52.204-7 System for Award Management 52.204-16 Commercial and Government Entity Code Reporting 52.207-1 Notice of Standard Competition 52.216-31 T&M/LH Proposal Requirements-Commercial Item Acquisition (End of provision) L.2.Clauses Incorporated by Reference 52.204-18 Commercial and Government Entity Code Maintenance L.3.Request for Proposals This is a Request for Proposals (RFP), under Federal Acquisition Regulation (FAR) Parts 12 Acquisition of Commercial Items and 15 Contracting by Negotiation. L.4.Instructions to Offerors L.2.1.Proposal Format The proposals 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. PDF format for charts, tables, and pictures in Addenda to the Technical Proposal are not preferred but permitted; and •Every page of the proposal must be sequentially numbered. L.2.2.Submission of Proposal Offerors are responsible for submitting electronic proposals, and any modifications or revisions, so as to reach the Government Official by the time and date specified below: Date:Monday, 20 August 2018 Time:05:00 PM Eastern Time Location:Millennium Challenge Corporation Attn: Andrew Lee, Contract Specialist Britni Jones, Contract Specialist leeae@mcc.gov jonesbm@mcc.gov Proposals must clearly demonstrate a thorough understanding of the requirements, as well as convey the Contractor's capability for transforming its understanding into successful performance. A complete proposal must consist of 1. Cover letter, 2. Technical proposal, 3. Past performance proposal, and 4. Price proposal, as detailed in this Section L. Proposals submitted in response to this solicitation must be presented in the following form with the numbers of copies as specified below: 1.Proposals 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 submitted as a separate document.) 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 TOR may be evaluated. 2.The Government will evaluate every responsive proposal in accordance with the evaluation criteria set forth in Section M of the RFP. 3.Offerors must submit their proposals in the following format and the quantities specified: a.COVER LETTER. The Cover Letter must be signed by an individual authorized to commit the company to the proposal. The cover letter must identify all enclosures included in the proposal. Any assumptions forming the basis of the submittal must be clearly identified in the cover letter. The letter must reference the solicitation number 95332418R0006 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 "The proposal is valid for 90 days of the submission." It must also acknowledge all RFP Amendments posted on FBO.gov (if any). b.VOLUME I TECHNICAL CAPABILITY and VOLUME II PAST PERFORMANCE. c.VOLUME III PRICE. L.2.3.Electronic Submission via Email All electronic submissions must comply with the FAR in regards to timeliness. The electronic submissions of proposals should state "95332418R0006 DCO TVS ATP Engineering Services" 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 as an uncompressed Microsoft Word or Microsoft Excel document. •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 proposal 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. •If an offeror would like to submit its proposal in another format than what are listed above, the offeror must first request and obtain written approval from the Contracting Officer or Contract Specialist before the deadline for questions per Subsection L.3.5. •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.Proposal Content and Submission Instructions The proposals should clearly demonstrate the Contractor's understanding of the technical requirements. A failure to convey the Contractor's ability to meet all the Government's requirements may result in the Contractor's proposal not being considered for award. Clarity and completeness are of the utmost importance. Therefore, the proposals 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 TOR will be deemed unacceptable and may result in a low technical rating. L.5.Proposal 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 contract terms and conditions. L.3.2.Volume I Technical Capability Technical proposal must be specific, complete, and presented concisely. The Offeror must demonstrate the capabilities and expertise of the firm and the proposed team in similar transport projects conducted in an urbanized environment with respect to achieving the goals of this project. The proposal must take into account the selection criteria described below. Charts, graphs, resumes, and CVs of personnel may be included in an appendix to the 30-page technical proposal without a page limit. The technical proposal must address the requirement of Section C. Description/Specifications/Statement of Work of and it will be evaluated on the criteria in Section M. Evaluation Factor for Award. Pricing information must not appear anywhere 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 and labor mix on satisfying the needs and desires of the Government as reflected in this RFP; and propose a complete and detailed plan for achieving the objectives, analyses, and tasks as stated in this RFP. The written Technical Capability submission must include: 1: Professional qualifications and specialized experience of key personnel necessary for satisfactory performance of required tasks. Offerors must submit a personnel matrix illustrating key and non-key personnel with the right experience to accomplish this work. The proposal must clearly indicate which team members will be Key Personnel and which will be Non-Key Personnel. (Those with oversight authorities should be Key Personnel. Please note that any changes to the Key Personnel will require a contract modification.) The propose labor mix must clearly demonstrate the ability to fully accomplish MCC's needs. Offerors must 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. Offerors should briefly detail how they plan to retain highly qualified team members. Offerors must 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 RFP. 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. Offerors must detail all aspects of the labor mix and the proposed personnel in this volume, except for the rates (price). The rates must not be included in this Volume. Instead, it must be offered in Volume III only. Offerors are permitted to deviate from MCC's suggested labor categories. If so, the Offeror shall provide a written explanation of their technical purpose and its correlation to the proposed labor hours, labor mix, and the TOR requirement. 2: Experience and technical competence of the firm (Offeror) for work required. Offerors must demonstrate its capability to fulfill the Government's requirements in Côte d'Ivoire. In response to each country-specific tasks, firms must provide the following: 1.Detailed narrative detailing approach, methodology, and workplan, with detailed work break down structure (WBS) for satisfying the work required per Section C. Description/Specifications/Statement of Work and Section F. Deliveries or Performance; 2.Plan for mobilizing staff throughout the assignment; 3.Organogram showing proposed team members and their responsibilities, including identification of any mid-level and junior-level members; and 4.Any subcontracting plan (if planning to subcontract), including the Offeror's perceived issues and your plans to monitor and mitigate issues and risks by subcontractors. 3: Mobilization and residency of the team and completion of work. Offerors must propose a timeline of its mobilization and residency plan of all its team members and the completion of each phase of the work. The timeline must be in terms of number of calendar days. The mobilization schedule will become part of the contract. 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 and identical in scope, and complexity to this RFP. 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. There is no page limit to this volume. The Offeror must also submit at least three references, preferably from city officials, for the proposed Team Lead. Offerors are not required to submit references for Non-Key (Core) Personnel. However, MCC may at any time request for their references and the Offeror/Contractor must be able to submit this information in a timely manner. 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 95332418R0006: 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 RFP. Those past performance ratings that are not closely relevant to this requirement will receive a "Neutral" rating. 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 proposal 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 proposal must be completely separate from the applicant's technical proposal. The pricing information may only be included in this volume. The Government may ask for additional data to clarify the pricing if necessary. Offerors must at least complete and submit the attached 95332418R0006 RFP Pricing Excel document, which is considered as a part of Volume III. There is no page limit to this volume. The Price must be in Microsoft Excel, Microsoft Word, or Adobe PDF format. The required 95332418R0006 RFQ Pricing Excel spreadsheet must be submitted as its original Excel format. Note that per L.2.4. Blocked and Unacceptable Electronic File Types, Macros are not permitted. Offerors must complete and submit the attached 95332418R0006 RFP Pricing spreadsheet as a Microsoft Excel file. Offerors are not limited to this document and may submit other supplemental documents to present their price. 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. All deliverables in the Base Period and Option Period 1 will be paid on firm-fixed price basis (upon the acceptance of each deliverable). The support services in the Option Period 2 will be paid on time-and-materials (T&M) basis using the final Hourly Labor Rates. L.3.5.Questions/Requests for Clarification All questions regarding this RFP must be addressed to leeae@mcc.gov and jonesbm@mcc.gov by 2:00 PM Eastern Time on Thursday, 12 July 2018. To assure timely and proper handling, the email question must state "95332418R0006 DCO TVS ATP Engineering Services" in the subject line. The Government on its own discretion may not answer any question or request received after the noted time above. Questions or requests for clarification that result in specific information necessary to submit proposals 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 RFP. L.3.6.Discussions and Negotiations The Government reserves the right to award without discussions. Therefore, Offerors are encouraged to submit sound technical proposals 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 Proposals and Communications At any time prior to award, including upon receipt of proposals, the Government may exclude a proposal from further award consideration for reasons such as, but not limited to: 1.Non-compliance with instructions required by this RFP; 2.The proposal is not among the most highly rated; or 3.The proposal is not likely to be selected for award. The Offerors will be notified if they are excluded from the award consideration. See M.4. Selection Procedures for information regarding Competitive Range. SECTION M: EVALUATION FACTORS FOR AWARD Award evaluations will be conducted in accordance with FAR 15.3 Source Selection. A hybrid fixed price (FP) and time-and-materials (T&M) contract with base period and option periods will be awarded to the Offeror whose proposal represents the best value to the Government. M.1.Solicitation Provision Incorporated by Reference 52.217-5 Evaluation of Options M.2.Basis of Award The Government intends to award one hybrid fixed price (FP) and time-and-materials (T&M) contract with base period and option periods 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 proposal and price. M.3.Evaluation Factors and Sub-factors All proposals 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: Professional qualifications and specialized experience of key and non-key personnel necessary for satisfactory performance of required tasks. A. Individual Team Members MCC will evaluate resumes of key and non-key (core) personnel proposed per the requirements outlined under the terms of reference. B. Proposed Team MCC will evaluate the Offeror's comprehensiveness of the management and team structure aswell as the proposed staffing plan. The proposed management and team will be considered for satisfactory performance and exhibiting in-depth knowledge of 1) urban transport engineering design involving complex urban traffic management challenges, 2) development of traffic model selection, calibration and simulations to appreciate congestion under various scenarios for deviation planning considering multiple simultaneous work sites in urban areas, 3) maintenance of host community welfare and safety during construction, including efficiencies in how the construction site is managed, notably in the organization, coordination and communication with drivers, pedestrians and local business owners, 4) development of measures to reduce impacts to the local populations from congestion and inconvenience such as providing integrated and temporary transit solutions, and the management of community input into the decision making process, 5) conducted resettlement, environmental and social safeguards studies under the IFC Performance Standards in a similar urban context involving complex traffic management challenges, and 6) development and use of GIS related applications, preferably in urban environments, covering engineering, environmental, traffic deviation management and resettlement aspects. 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 that the proposed Team Leader and other team members of the assignment provide a one-hour presentation of the methodology, proposed team, and workplan for these specific tasks either via video conference or in-person post submittal of proposal. If a presentation is requested, the organization and strength of the presentation will be a contributing factor in the evaluation. MCC will evaluate the presentation to better understand the structure of the team and the team's ability to satisfy MCC's requirements. MCC may evaluate the Offeror's plans and ability to retain highly qualified team members. 2: Experience and technical competence of firm for work required. MCC will evaluate Offeror's demonstrated technical capability, clear technical approach, and realistic workplan, including work breakdown structure with level of effort for each project activity and summarized at the deliverable level on how it will deliver the project. 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 each of the tasks outlined under the terms of reference as well as its subcontracting plans (if any). 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. The Offerors should possess: 1.A minimum of five (5) years of related experience and over US$2 billion in value over the last 7 years in urban transport engineering field including project planning and design; 2.A minimum of ten (10) years demonstrated experience in traffic modeling and simulation in an urban environment; 3.Extensive prior environmental, social and resettlement experience per IFC Performance Standards working in/for low and middle-income countries; 4.Demonstrated expertise and work experience relevant to this RFP. Offerors must demonstrate their current knowledge of the construction methods, climatic conditions, geological features, local customs and regulations in Côte d'Ivoire in other similar regions. Offerors should identify any potential issues and risks that will likely be of concern for MCC and how the Offeror plans to mitigate, avoid, or manage them. 3: Proposed Methodology of the Offeror MCC will evaluate the Offeror's detailed list of its plans, tools, methods, approaches, and systems the Offeror is considering for this assignment including the proposed justification. The Offeror shall provide no more than one page per tool, method, approach or system and one inter-relationship flowchart. Factor 2: Past Performance Firms will be evaluated on their performance under existing and prior contracts for 1) engineering during the past five (5) years in highly congested, urban environments and for 2) environmental, social and resettlement work (including traffic management in congested urban environments) using IFC Performance Standards in developing countries, preferably in urban transport environments. The Government will focus on information that demonstrates quality performance relative to the size and complexity of the requirement under consideration. The offerors should have worked in urban infrastructure rehabilitation in cities of over 1 million people, on over 15 road projects (about 100km-lanes per year) with over 100,000 vehicles/day. These projects should have been completed over the last 3 years, with a preference for firms that have delivered at least US$2 billion in value in urban transport engineering field, including project planning and design, over the last 3 years. 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 proposals for completeness, fairness, reasonableness, and realism by reviewing the Offeror's Price proposal, including the required 95332418R0006 RFP Pricing Excel document [attached]. Offerors are requested and encouraged to provide any discount. 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 Proposals 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.4.Evaluation Methodology A hybrid fixed price (FP) and time-and-materials (T&M) contract with base period and option periods will be awarded to the Offeror whose proposals conform to the requirements outlined in this RFP 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, including the significance, of each proposal as related to the Evaluation Factors above. Based on the evaluated advantages and disadvantages, MCC will use the following adjectival ratings to evaluate the Offeror's technical proposal: Technical Evaluation Ratings Outstanding (O)The proposal exceeds the Government's requirements. The Offerors has convincingly demonstrated that the requirements have been thoroughly analyzed, evaluated, and its proposal should result in outstanding effective, efficient, and economical performance under the contract. The proposal contains several significant advantages and no more than a few minor disadvantages. The performance risk is deemed to be very low. Satisfactory (S)The proposal meets the Government's requirements. The Offeror demonstrates a satisfactory understanding of the Government's needs. The proposal contains many advantages and only a few minor disadvantages. The performance risk is deemed to be low. Marginal (M)The proposal marginally satisfies the Government's requirements. The Offeror demonstrates a shallow understanding of the work to be accomplished. The proposal demonstrates several disadvantages and only a few advantages. The performance risk is deemed to be moderate to high. Unsatisfactory (U)The proposal fails to meet the minimum requirements of the solicitation. The proposal is incomplete, vague, incompatible, incomprehensible, and/or so incorrect as to be unsatisfactory. The proposal contains significant disadvantages that are unacceptable. The performance risk is deemed to be very high. MCC will use the following adjectival risk ratings to evaluate the Offeror's Past Performance proposal: Past Performance Evaluation Ratings Low RiskThe Past Performance References have only positive reviews ("Satisfactory" or better using the CPARS standards) of the Offeror. Moderate RiskThe Past Performance References have generally positive reviews ("Satisfactory" or better) with possibly some negative reviews (Marginal or worse) of the Offerors. High RiskThe Past Performance References have mostly negative reviews ("Marginal" or worse) of the Offeror. NeutralOfferors without relevant Past Performance References will be assigned "Neutral" rating, which is neither favorable nor unfavorable to the Offeror. In terms of relative weights, the Technical Capability is more important than the Past Performance and the Price factors individually. 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. M.5.Selection Procedures The Technical and Past Performance proposals will be evaluated by the MCC Technical Evaluation Panel (TEP). The TEP will comprise of MCC representatives, MCA representative(s), and WSP Global, Inc. The Price proposal will be evaluated by the Contracting Officer and the Contract Specialist(s). During the evaluation, MCC will invite responsive Offerors to make one-hour oral presentations (in person or via Skype/WebEx video) in support of their proposals and may request interview of the proposal team members. The proposed Team Lead must be present during the oral presentation, and MCC will make reasonable scheduling accommodations to allow the Team Lead to be present. During the evaluation, MCC may contact the Offerors for further clarifications on their proposals. This is not a discussion or an opportunity to revise the proposal; it is simply to clarify a point. If the TEP determines that no one satisfies the Government's requirements, MCC may open discussion with every offeror and provide an opportunity to revise their proposals. Upon MCC's initial proposal evaluation, the Contracting Officer/Contract Specialist will establish a competitive range of those that presented the best value to the Government. The competitive range will comprise of all Offerors that satisfy the following criteria. To qualify within the competitive range, the Offeror must present a Technical Proposal that is at least "Satisfactory" in all Technical evaluation factors and sub-factors, a Past Performance Proposal that is at least "Moderate Risk" or "Neutral", and a Price Proposal that is fair and reasonable. MCC will engage for a negotiation with those in the competitive range only. Those who do not initially qualify to be in the competitive range will be notified and will not be considered for award. Therefore, MCC encourages Offerors to submit their best proposal. To establish the competitive range, MCC will perform a 2-step process: 1.First, MCC will evaluate the Technical and Past Performance proposals of all responsive offers. MCC will assign ratings per M.3. Evaluation Methodology. 2.Second, MCC will evaluate the Price proposal. To ensure fair and reasonable price, MCC will look at the those offerors with at a minimum of "Satisfactory" for Technical and at a minimum of "Moderate Risk" or "Neutral" for Past Performance to ensure fair and reasonable price. If there are three or fewer qualified offers, MCC will enter into discuss with all (three or fewer) qualified offeror(s) as they will be deemed to be in the competitive range. If there are more than three qualified offers, MCC will generate a normal distribution curve of their Prices and will consider those within one standard deviation from the mean to be in the competitive range. (MCC discourages too low a price to limit a buy-in and MCC discourages too high a price that is uncompetitive.) The offeror(s) in the competitive range will be invited for discussions and negotiations, and they will be further considered for award. If no offeror satisfies the first criterion (Technical and Past Performance), MCC will hold discussions with every responsive offeror for an opportunity to revise their proposals, including Price. MCC will repeat this cycle until at least one Offeror satisfies the first criterion. [End of Document]
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/MCC/MCCMCC/MCCMCC01/95332418R0006/listing.html)
- Place of Performance
- Address: Abidjan, COTE D'IVOIRE
- Record
- SN05030151-W 20180811/180809231609-764ddb2de09fde4316a053ccf4965e2f (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 |