Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 25, 2018 FBO #5997
SOLICITATION NOTICE

R -- Gender and Social Inclusion (GSI) Program Analyst - Package #1

Notice Date
4/23/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Millennium Challenge Corporation, MCC, Washington DC, 1099 Fourteenth St NW, Suite 700, Washington, District of Columbia, 20005, United States
 
ZIP Code
20005
 
Solicitation Number
DCO-PR-18-0194
 
Archive Date
5/23/2018
 
Point of Contact
Cierra Washington, Phone: 2027726579, Taylor J. Wolf, Phone: 2025214078
 
E-Mail Address
washingtoncd@mcc.gov, wolftj@mcc.gov
(washingtoncd@mcc.gov, wolftj@mcc.gov)
 
Small Business Set-Aside
N/A
 
Description
ADDENDUM TO 52 212-4 2015 BioData Form 953324418Q0201 SOW 953324418Q0201 RFQ Gender and Social Inclusion (GSI) Program Analyst: Support for Knowledge Management for Gender and Social Inclusion Practice Group 953324418Q0201 1. The Millennium Challenge Corporation (MCC) is a U.S. Government corporation whose mission is to provide assistance to support economic growth and poverty reduction in carefully selected developing countries that demonstrate a commitment to just and democratic governance, economic freedom, and investments in their citizens. For more information on the MCC please visit www.mcc.gov. 2. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information including in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is 95332418Q0088 and is issued as a request for quotations (RFQ). This solicitation document incorporates all mandatory commercial item provisions and clauses that are in effect through the most recent Federal Acquisition Regulation amendments which can be found at http://www.acquisition.gov/far/index.html. 3. This combined synopsis and solicitation notice is a request for competitive quotations. Therefore, all quotations received prior to the RFQ due date will be considered. 4. The North American Industrial Classification Systems (NAICS) code is 541611 Administrative Management and General Management Consulting Services and the small business size standard is $15 million in total annual receipt. 5. FAR Clauses 52.212-1 through 52.212-5 apply to this procurement. The exact text and wording of clauses and provisions may be obtained from the Internet at http://acquisition.gov/far/index.html. The Government contemplates the award of a Time and Materials Order resulting from this solicitation. NOTE: An Addendum to FAR clause 52.212-4 Contract Terms and Conditions-Commercial Items, (Alt I) is attached. 6. The Government will award a BPA call to the responsible independent consultant ("awardee") whose quote, conforming to this notice, represents the best value in terms of technical criteria, past performance, and price. All non-price factors (technical criteria and past performance) are more important than price. If found advantageous, the Government reserves the right to make more than one award as a result of this solicitation. 7. This announcement is for an independent consultant and is not for individuals seeking employment directly with MCC. For information regarding independent contractors, please visit: http://www.irs.gov/Businesses/Small-Businesses-&-Self-Employed/Independent-Contractor-Defined. MCC will assist the awardee in coordinating with an independent contractor engagement services provider, who currently holds a blanket purchase agreement (BPA) with MCC, for payroll, travel, international travel insurance, etc.; therefore, a DUNS number and registration in System for Award Management (SAM) is not required.\ 8. The consultant shall perform the services offsite and in MCC headquarters in Washington DC or any MCC-eligible countries as needed. 9. Background: MCC recognizes that gender and social inequalities can be significant constraints to economic growth and poverty reduction. The Gender and Social Inclusion (GSI) Practice Group is responsible for ensuring that both gender integration and social inclusion are proactively addressed throughout compact development, implementation and evaluation phases and that gender and social inclusion operational milestones are met. The GSI practice group works under the Sector Operations Department of MCC, which is responsible for providing cross-cutting support to all Compacts funded by MCC, including supporting the financial management, procurement practices, agriculture and land practices among others. 10. Description of Services: The GSI team is seeking an analyst on a consultancy basis to support the practice group with knowledge management, research, finalizing technical guidance, outreach and communication efforts, and other tasks as assigned. In addition, the selected candidate will be required to support other practice groups in the Department, including but not limited the Procurement Practice group for the tasks listed below in section 11. 11. Tasks • The duties of the consultant will include (but are not limited to) the following: • Undertake desk reviews and other research to inform gender and social inclusion assessments and implementation in MCC compact and threshold programs. • Support the external communications needs of the GSI team, which may include conducting research and writing of MCC success stories, proposing updates on the MCC website, and supporting the team's public engagement efforts. • Assist the GSI team in developing and implementing a successful Forum in September 2018 and other activities to build the capacity of MCA GSI counterparts. • Assist the GSI team with research and reporting on women' economic empowerment in MCC's country work, and documenting past practices and planned activities. • Assist the GSI team with knowledge management efforts, including support for the finalization of technical guidance notes on GSI integration into the major sectors in which MCC works. • Support GSI budget and procurement planning and implementation. • Other duties and tasks may be assigned by the GSI group. • Support the Procurement practice group (PP group) in market outreach efforts including: o Maintaining a Contact Management software system for maintaining databases of potential private sector firms that could be encouraged to bid on MCC funded projects in its partner countries; o Preparing presentations that could be used by the PP group and MCC senior management during outreach events; o Maintaining an "outreach calendar" of planned outreach events; o Researching the events in the marketplace (US or abroad) where MCC could participate to "market" MCC funded business opportunities; o Maintaining and tracking Key Performance Indicators (KPIs) for procurement performance under MCC funded Compacts; o Assisting the PP group in developing and managing procedures for procurement under grant activities (MCC funds that are disbursed through grant mechanism vs. procurement mechanisms). 12. Coordination and Reporting: The selected candidate will be required to support other practice groups in the Department, including but not limited the Procurement Practice group for the tasks. 13. Period and Place of Performance: The intermittent contractor will be for one (1) base year plus two (2) option years from date of award with up to 4100 hours. The consultant will work offsite and at MCC headquarters or any MCC eligible country as needed. The estimated level of effort is estimated at up to 1366 hours per year with an estimated four trips per year. MCC anticipates this level of effort but does not guarantee this level of effort as it may increase or decrease. 14. Evaluation Factors: Only quotes which meet mandatory technical evaluation criteria will be considered. Candidates with preferred qualifications will be given additional consideration. I. Technical Evaluation Criteria: All mandatory qualifications described below in the Qualifications section must be clearly addressed in a resume. l.1. Mandatory Qualifications: l.1.a. An advanced degree in a social science (such as anthropology, sociology, international affairs, economics, social policy, etc.). Master Degree is preferred but not required. l.1.b. A minimum of 5 years of analytic and applied work in research in development areas relevant to gender and social inclusion. l.1.c. Demonstrated ability and experience working with MCC. l.1.d. Strong communication research, analytical and writing skills, including in an international context. l.1.e. Fluency in English (written and spoken) The Consultant may be requested to mobilize on a short notice and will be expected to deliver high quality finished deliverables in a timely manner. If based elsewhere, the consultant will be required to participate in meetings in Washington, D.C. when requested. l.2. Desired Qualifications l.2.a. Some degree of proficiency in an MCC language (French or Spanish) is preferred. International travel may be required for up to two weeks for each visit. MCC reserves the right to interview candidates. ll. Past Performance: Three to five (3-5) professional references for relevant work performed during the past three years. III. Price: The Government will examine the proposed rate for reasonableness. 15. Evaluation Methodology: The Government will perform a comparative analysis of quotes and will assess the advantages and disadvantages of each quote as related to the Evaluation Factors. Multiple awards may be made from this notice and all quotes will be retained and may be utilized for additional requirements for a period of 12 months. 16. Quote Deadline. Interested offerors are invited to submit their quotations in response to this notice by no later than 5:00 pm Eastern Time (ET) on 08 May 2018. Late submissions will not be considered for award. Quotations submitted in response to this notice should include the solicitation number "95332418Q0088" AND the description "GSI Program Analyst" in the subject line and be signed, dated, and submitted via email to washingtoncd@mcc.gov. The maximum file size for the submission is 10MB. Any request for additional information must be emailed to washingtoncd@mcc.gov by 2:00 pm ET on 01 May 2018. The Government intends to address all requests by 04 May 2018. 17. Exclusion of Quotes and Communications. At any time prior to award, including upon receipt of quotes, the Government may exclude a quote from further consideration for reasons, including, but not limited to, the quote being noncompliant with submission requirements instructed in this solicitation; the offer being not among the most highly qualified; or the offer being unlikely to be selected for award. The Government need not notify the offeror that its quote has been excluded from further consideration or provide the offeror with a pre-award debriefing. However, the offeror will be provided post-award notification and, if requested, a brief explanation of the basis of the award decision. Upon the receipt of quotes, the Government will conduct an evaluation. The Government intends to evaluate quotes and issue a contract without communications with offerors. However, during the evaluation process, the Government at its sole discretion may communicate with any number of offerors for any purpose, including, but not limited to, requesting additional information about an offer, speaking directly with the offeror(s) about the quote and capabilities, and to request revised quotes. For quote revisions, the Government at its sole discretion may impose non-common due dates. This means the Government may designate a quote revision due date that varies for different offerors. 18. Quote Submission. Interested individuals must submit the following in English language: a. Technical: (1) Cover letter that addresses all technical criteria as listed in this solicitation, and (2) Curriculum Vitae in chronological order starting with the most recent position (10 pages maximum; must clearly demonstrate the education, experience, knowledge, skills, and abilities as they relate to the Qualification/Evaluation elements listed above), Microsoft Word format. b. Past Performance: Three to five professional references with contact phone and email information, Microsoft Word format. c. Price: Complete the attached Bio-Data form [see attached] to include the applicant's proposed rate and salary history. Do not combine your submission into a single document. Documents (a), (b), & (c), listed above must be submitted as separate documents. 19. FAR 52.212.3 Offeror Representations and Certifications-Commercial Items will be required from the selected offeror, prior to the award. 20. The following clauses will apply to the resulting contract: a. 52.249-70 Termination Clause b. 52.232-72 Limitation of Funds-Incrementally Funded Contracts 21. There are no additional contract requirements(s) necessary for this acquisition other than those consistent with customary commercial practices. 22. See attached documents, (a) Addendum to FAR clause 52.212-4 Alt. I, (b) MCC Bio-Data Form, and (c) Statement of Work.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/MCC/MCCMCC/MCCMCC01/DCO-PR-18-0194/listing.html)
 
Place of Performance
Address: The consultant will work offsite and at MCC headquarters or any MCC eligible country as needed., Washington, District of Columbia, 20005, United States
Zip Code: 20005
 
Record
SN04898056-W 20180425/180423230718-8bc68675491a6de83a7e8acf268a1d84 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.