SOLICITATION NOTICE
R -- Agriculture, Agribusiness Irrigation and Consulting Services (Francophone) - Package #1
- Notice Date
- 5/8/2018
- 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
- 18-DCO-0248
- Archive Date
- 6/6/2018
- 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 52.212-4 Bio-Data Form Statement of Work Request for Quotes Request for Quotes Agriculture, Agribusiness Irrigation and Consulting Services (Francophone) 18-DCO-0248 95332418Q0090 1. The Millennium Challenge Corporation (MCC) is a U.S. Government corporation whose mission is to provide assistance that will support economic growth and poverty reduction in carefully selected countries that demonstrate a commitment to just and democratic governance economic freedom, and investments in their citizenry. For more information on the MCC, please visit www.mcc.gov. 2. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information including in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is 95332418Q0090 and is issued as a request for quotations (RFQ). This solicitation document incorporates all mandatory commercial item provisions and clauses that are in effect through the most recent Federal Acquisition Regulation amendments which can be found at http://www.acquisition.gov/far/index.html. 3. This combined synopsis and solicitation notice is a request for competitive quotations. Therefore, all quotations received prior to the RFQ due date will be considered. 4. The North American Industrial Classification Systems (NAICS) code is 541611 Administrative Management and General Management Consulting Services and the small business size standard is $15 million in total annual receipt. 5. FAR clauses 52.212-1 through 52.212-5 apply to this procurement. The exact text and wording of clauses and provisions may be obtained from the Internet at http://acquisition.gov/far/index.html. FAR clause 52.212-4 Alt. I Contract Terms and Conditions—Commercial Items is attached. 6. The Government contemplates the award of a time-and-material (T&M) contract resulting from this solicitation. 7. The Government will award a BPA call to the responsible independent consultant (“awardee”) whose quote, conforming to this notice, represents the best value in terms of technical criteria, past performance, and price. All non-price factors (technical criteria and past performance) are more important than price. If found advantageous, the Government reserves the right to make more than one award as a result of this solicitation. 8. This announcement is for an independent consultant and is not for individuals seeking employment directly with MCC. For information regarding independent contractors, please visit: http://www.irs.gov/Businesses/Small-Businesses-&-Self-Employed/Independent-Contractor-Defined. MCC will assist the awardee in coordinating with an independent contractor engagement services provider, who currently holds a blanket purchase agreement (BPA) with MCC, for payroll, travel, international travel insurance, etc.; therefore, a DUNS number and registration in System for Award Management (SAM) is not required. 9. Background. On January 23, 2003, the United States established the Millennium Challenge Corporation (MCC), an innovative foreign assistance program designed to reduce poverty by promoting sustainable economic growth. MCC, a U.S. government corporation, is based on the principle that aid is most effective in countries that promote good governance, economic freedom, and investments in people. For more information on the MCC, please visit www.mcc.gov. MCC’s overriding objectives are to promote economic growth and a significant reduction in poverty in our partner countries. MCC does not take it for granted that programs that stimulate growth will invariably reduce poverty. MCC looks at the likely distributive effects of projects and, to the extent that data are available to perform such an analysis, identifies the beneficiaries and estimates the impact on poverty reduction. Ultimately, MCC seeks significant and measurable increases in incomes of large numbers of poor people and significant reductions in poverty. MCC analyzes the likely impact on economic growth of its programs by analyzing whether they are consistent with international and country evidence on drivers of economic growth and by use of economic rate of return (ERR) analysis. The essence of such an analysis is a straightforward comparison of costs and benefits, where the costs are the MCA grants, other front-end project development costs, and associated project life cycle operating and maintenance costs, and the benefits are increases in incomes in recipient countries. 10. Country. Niger, Tunisia, and any other MCC eligible country and/or country with on-going or recently completed MCC compact or threshold program, particularly French-speaking countries. 11. Project Activity Oversight. • Requires travel to country with a Compact or threshold program in force and/or recently completed programs requiring evaluation audits and follow-up. • Become intimately familiar with the Project, Project Activities, and Sub-Activities including budgets, schedules, implementers, beneficiaries and related parties in order to provide informed technical advice/support as needed throughout implementation and review and recommendations related to key project deliverables requiring MCC clearance/no-objection. • Evaluate progress of a Project, Project Activities, and Sub-Activities and identify completion risks and provide correction or mitigation advice. • Counsel implementing entities on measures to mitigate risks. • Coordinate with the relevant government agency, civil society, private sector, donor, and Project Management Unit staffs to facilitate Activity Oversight operations. • Provide detailed and comprehensive written reports on progress of a Project, Project Activities, and Sub-Activities to the compact development and/or implementation teams and Senior Management as appropriate and directed by the COR. • Make presentations to MCC staff on project progress. l. The overall objectives of this contract are to: • Assess and/or provide oversight support for all aspects of the project cycle in the developing and/or implementing projects with agriculture, agribusiness and irrigation and related components, activities and/or benefit streams including feasibility assessment, design, appraisal, project evaluation, assessment of implementer performance, and identification of completion risks. • Assist MCC country teams and appropriate sector and project leads in developing appropriate modifications or alternatives to the proposed agriculture, agribusiness, irrigation, should the assessment determine that is required. • Conduct visits to proposed project locations and/or projects during implementation and provide reports to MCC that fulfill due diligence or implementation oversight requirements, as appropriate as per specific technical directives provided by the COR. • Provide input in the identification of agriculture and irrigation related indicators, theory of change or program logics. • Review proposed impact evaluations approaches, methodologies, surveys and questionnaires and report. 12. Description of Objectives and Activities. This new requirement is to support the MCC Agriculture and Land Practice Group and members of relevant MCC country teams and implementation support teams in their efforts to (i) assess agriculture aspects of proposed projects and activities and (ii) provide implementation oversight and assessment of implementer and project performance for projects with agriculture and natural resource management activities and components in on-going Compacts and Thresholds. 13. Tasks. l. Project Design and Assessment: • Requires both desk review and travel to the sites where the projects are being proposed. • Analyze all aspects of the proposed agriculture, agribusiness and irrigation, including feasibility assessment, design, appraisal, and project evaluation in developing country situations. • Assignments could include: o Reviewing feasibility assessments for agricultural, agribusiness and irrigation and projects, o Conducting special or preliminary studies or assessments related to agriculture, irrigation and/or natural resource components, o Support or participate in stakeholder consultations to complement qualitative data around agriculture, and agribusiness and/or water for irrigation constraints and opportunities, o Conducting or reviewing agriculture value chain analysis. o Working and coordinating with local or international contractors, municipal councils/government, regional level entities, national or regional government ministry representatives, NGOs, research entities carrying out agricultural, irrigation and/or natural resource management activities, o Providing support to the Finance, Investment and Trade (FIT) Practice Group at MCC in conducting investment opportunity assessments within the context of agriculture, irrigation and natural resource management, o Reviewing and assessing the policy and regulatory environment paying particular attention to how it promotes or hinders efficient management of resources and private sector investment, o Evaluating coordination of MCC program design with foreign donor activities in related areas, and travel to the country as appropriate/assigned. o Support the development or review of Economic, Cost/Benefit Analysis (ERRs) with research, and identification of data related to agriculture and irrigation costs and benefits. • Draft and/or provide input to project or project activity descriptions for inclusion in the Concept Note and/or Concept Papers. • Contribute to the development of Proposal Assessments and Investment Memorandum, or other Compact documents. • Support in the facilitation of working sessions and planning sessions with counterparts when appropriate. • Provide detailed written reports of findings and compilation of documents to MCC. • Make public presentations as needed on agriculture, irrigation, agribusiness or related issues and/or projects. 14. Coordination and Reporting. The contractor must communicate with the Contracting Officer on all matters that pertain to the Contract terms. Proceeding with the work without proper contractual coverage could result in nonpayment for that work. The designated Consultant would be expected to coordinate with local authorities responsible for MCC Compact implementation as well as other donors, where relevant. However, designated Consultant would report directly to the designated COR/PM. All formal communication with MCC, including reports, will be submitted to the COR Officer Technical Representative (COR), Program Manager (PM), and other designated MCC personnel. The COR/PM for this requirement will be identified via separate correspondence. 15. Period and Place of Performance. This consultancy may be filled as a short-term consultancy for 36 months (3 years), from the date of award with up to 1500 hours (900 hours for Niger, and 600 hours for Tunisia) per year with an estimated eight (8) trips per year. MCC anticipates this level of effort but does not guarantee this level of effort as it may increase or decrease. The primary place of performance will be in the country of Niger, the consultant also will be expected to work in Tunisia, and any other applicable country. The consultant will work from her or his home office and/or MCC eligible countries. The consultant may be requested to mobilize on a short notice for in-country travel and will be expected to deliver high quality finished products in a timely manner. The consultant will be expected to work closely with MCC and to also liaise with government counterparts in Niger, Tunisia, and other countries, in particular French speaking countries. 16. Subcontracting. The awardee is authorized to subcontract data collection, data preparation, economic analysis, social and gender analysis, and related services as needed. The overall costs for subcontracting shall not exceed 25% of the total negotiated unloaded direct labor cost. 17. Contracting Officer Representative (COR) / Project Monitor (PM). The COR/PM shall have technical responsibility over the Consultant. Any change in the terms of the contract must be made in writing and approved by the Contracting Officer. No representation of the COR/PM shall serve as a basis for an alteration in the general scope of this Contract or of the terms and conditions of the Contract unless confirmed in writing by the Contracting Officer. The Consultant must communicate with the Contracting Officer on all matters that pertain to the Contract terms. Proceeding with work without proper contractual coverage could result in nonpayment for that work. 18. Evaluation Factors. Only quotes which meet the mandatory technical evaluation criteria will be considered. Candidates with preferred qualifications will be given additional consideration. I. Technical Evaluation Criteria: All mandatory qualifications described below in the Qualifications section must be clearly addressed in a resume. I.1. Mandatory Qualifications: I.1.a. An advanced postgraduate degree (accredited Masters or Ph.D.) in irrigation, rural engineering, agriculture, agribusiness, natural resource management or other relevant field (mandatory) I.1.b. A minimum of 12 years of experience in design and implementation of agriculture or rural economic development projects in developing countries, with experience in any of the following areas: agriculture development, agribusiness, small or large scale irrigation, (mandatory) I.1.c. Demonstrated inter-personal and negotiation skills, and ability to work cooperatively and productively in teams with technical experts, government officials, NGOs, community organizations, and other Compact stakeholders. (mandatory) I.1.d. Fluency in spoken and written English and French (mandatory) I.2. Desired Qualifications: l.2.a. Demonstrated experience with the provision of technical analysis and recommendations to donor institutions (such as MCC, World Bank, etc.) MCC reserves the right to interview the candidates. II. Past Performance: Three to five (3-5) professional references for relevant work performed during the past three years. III. Price: The Government will examine the proposed rate for reasonableness. 19. Evaluation Methodology. The Government will perform a comparative analysis of quotes and will assess the advantages and disadvantages of each quote as related to the Evaluation Factors. Multiple awards may be made from this notice and all quotes will be retained and may be utilized for additional requirements for a period of 12 months. 20. Quote Deadline. Interested offerors are invited to submit their quotations in response to this notice by no later than 5:00 pm Eastern Time (ET) on 22 May 2018. Late submissions will not be considered for award. Quotations submitted in response to this notice should include the solicitation number “95332418Q0090” and the description “Agriculture Consultant for Niger” 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 4:00 pm ET on 16 May 2018. The Government intends to address all requests by 21 May 2018. 21. Exclusion of Quotes and Communications. At any time prior to award, including upon receipt of quotes, the Government may exclude a quote from further consideration for reasons, including, but not limited to, the quote being noncompliant with submission requirements instructed in this solicitation; the offer being not among the most highly qualified; or the offer being unlikely to be selected for award. The Government need not notify the offeror that its quote has been excluded from further consideration or provide the offeror with a pre-award debriefing. However, the offeror will be provided post-award notification and, if requested, a brief explanation of the basis of the award decision. Upon the receipt of quotes, the Government will conduct an evaluation. The Government intends to evaluate quotes and issue a contract without communications with offerors. However, during the evaluation process, the Government at its sole discretion may communicate with any number of offerors for any purpose, including, but not limited to, requesting additional information about an offer, speaking directly with the offeror(s) about the quote and capabilities, and to request revised quotes. For quote revisions, the Government at its sole discretion may impose non-common due dates. This means the Government may designate a quote revision due date that varies for different offerors. 22. Quote Submission. Interested individuals must submit the following in English language: a. Technical: (1) Cover letter that addresses all technical criteria as listed in this solicitation, and (2) Curriculum Vitae in chronological order starting with the most recent position (10 pages maximum; must clearly demonstrate the education, experience, knowledge, skills, and abilities as they relate to the Qualification/Evaluation elements listed above), Microsoft Word format. b. Past Performance: Three to five professional references with contact phone and email information, Microsoft Word format. c. Price: Complete the attached Bio-Data form [see attached] to include the applicant’s proposed rate and salary history. Do not combine your submission into a single document. Documents (a), (b), and (c), listed above must be submitted as separate documents. 23. FAR 52.212.3 Offeror Representations and Certifications—Commercial Items will be required from the selected offeror, prior to the award. 24. The following clauses will apply to the resulting contract: a. 52.249-70 Termination Clause b. 52.232-72 Limitation of Funds—Incrementally Funded Contracts 25. There are no additional contract requirements(s) necessary for this acquisition other than those consistent with customary commercial practices. 26. See attached documents, (a) Addendum to FAR clause 52.212-4 Alt. I, (b) MCC Bio-Data Form, and (c) Statement of Work.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/MCC/MCCMCC/MCCMCC01/18-DCO-0248/listing.html)
- Place of Performance
- Address: 1099 Fourteenth St NW, Suite 700, Washington, DC, District of Columbia, 20005, United States
- Zip Code: 20005
- Zip Code: 20005
- Record
- SN04914314-W 20180510/180508230935-cd09e187d6ceff331b084fb1bc19fb1e (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 |