Federal Bid

Last Updated on 10 Jun 2019 at 9 PM
Combined Synopsis/Solicitation
Washington

MCC - MBO Problem Driven Iterative Adaptation (PDIA) Support

Solicitation ID 95332419Q0074
Posted Date 10 Jun 2019 at 9 PM
Archive Date Not Specified
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Washington Dc
Agency Millennium Challenge Corporation
Location Washington United states
Millennium Challenge Corporation
Combined Synopsis/Solicitation

Problem Driven Iterative Adaptation Support (PDIA)

Solicitation: 95332419Q0074

1) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 and in accordance with Subpart 13.5, 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 95332419Q0074 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

2) The North American Industrial Classification Systems (NAICS) code is 541690 and the small business size standard is $6,500,000.00.

3) 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) and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items is attached.


4) 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.

5) THIS ANNOUNCEMENT IS FOR AN INDEPENDENT INDIVIDUAL CONSULTANT AND IS NOT FOR INDIVIDUALS SEEKING DIRECT EMPLOYMENT WITH MCC. PLEASE VISIT: http://www.irs.gov/Businesses/Small-Businesses-&-Self-Employed/Independent-Contractor-Defined FOR INFORMATION REGARDING INDEPENDENT CONTRACTORS. Note: MCC will assist the consultant in coordinating with an Independent Contractor Engagement Services Provider for payroll, travel, international travel insurance, etc., therefore, a DUNS number and registration in System for Award Management (SAMS) is not required.

6) Description of Services: In order to support innovation, country engagement and sustainability of MCC Compact and Threshold Programs, MCC's Threshold Programs is securing the support of an individual consultant to provide analysis, tools and guidance to support the integration of Problem Driven Iterative Adaption ("PDIA") methods into MCC's compact and threshold programs. This SOW focuses on the PDIA needs required by MCC over a 5 year period.

7) The Government will award an order to the responsible independent consultant(s) 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) The consultant will work from their home office and/or MCC headquarters or MCC eligible countries. Performance location will be determined at the time of award. 


9) Evaluation Factors. Only quotes which meet the mandatory technical evaluation criteria will be considered. Candidates with preferred qualifications will be given additional consideration:

Technical Evaluation Criteria:

All mandatory qualifications described below must be addressed in the quote submitted in accordance with paragraph "13) Quote Submission" below.

Mandatory Requirements:

• Minimum 8 years of experience working with PDIA or similar methods;
• Experience building state capacity and country engagement to improve locally-based problem solving;
• Global experience in the context of strengthening policy and institutional reform methods, including in Africa, in various of sectors, including but not limited to the following: energy, transportation, public administration, parliamentary procedures, budget reform, public financial management, improving business climates, improving access to foreign exchange, judicial reform, etc.;
• Knowledge of and experience with program development and implementation of major international development donors;
• MA in Political Science, Political Economy, Public Administration, Public Policy, International Policy or similar.

Preferred Qualifications:

• Ph.D. in Political Science, Political Economy, Public Administration, Public Policy, International Policy or similar.

Past Performance: Three (3) professional references for relevant work performed during the past three years.

Price: The government will examine the proposed rate for reasonableness.

10) 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 for additional requirements for a period of 12 months.

11) Quote Deadline. Independent Consultants are invited to submit their quotations in response to this notice by 12:00 pm Eastern Time (ET), July, 01, 2019. All requests for additional information or questions about this notice must be submitted via email to [email protected] and [email protected] by 12:00 pm ET on June 14, 2019.

Quotations submitted in response to this notice shall include the solicitation number 95332419Q0074 AND description of "Problem Driven Iterative Adaptation Support" in the subject line and be signed, dated and submitted via email to [email protected] and [email protected]. The maximum file size is 10MB.

12) 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 such as (but not limited to): non-compliance with instructions related to this solicitation; the quote is not among the most highly rated; or the quote is not likely to be selected for award. The Government need not notify an offeror that its quote has been excluded from further consideration nor need it 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.

After receipt of quotes, the Government will conduct an evaluation. The Government intends to evaluate quotes and issue a contract/ order without communications with offerors. However, during the evaluation process, the Government may, solely at its discretion, communicate with an offeror for any purpose, such as to gain a better understanding of the quote. As a result of such communication, the Government may allow offerors to submit quote revisions. If quote revisions are allowed, the Government may, solely at its discretion, impose non-common due dates for the revisions. In other words, the Government may elect to have a quote revision date for an offeror that is different than the quote revision date for another offeror(s).

The Government need not conduct communications with all offerors. Rather, the Government may, at its discretion, conduct communications with one or only some offerors. Furthermore, the Government need not permit all offerors to submit quote revisions. Rather, the Government may, at its discretion, seek quote revisions from only one or only some offerors.

13) Quote Submission. The Individual Consultant shall submit the following documents:

a. Technical:
(1) Signed cover letter that summarizes the candidate's qualifications (PDF format);
(2) Curriculum Vitae (25 page maximum) that addresses all technical criteria as listed in this solicitation, (Microsoft Word format)

b. Past Performance: Three professional references, with contact phone and email information, Microsoft Word file

c. Price: Complete the attached Bio-Data form (see attached) to include the independent consultant's proposed hourly rate in U.S. Dollars and salary history.

PLEASE DO NOT COMBINE YOUR SUBMISSION INTO ONE (1) DOCUMENT. DOCUMENTS (a), (b), &(c) MUST BE SUBMITTED AS SEPARATE DOCUMENTS.

14) FAR 52.212.3, Offeror Representations and Certifications - Commercial Items shall be required from the selected consultant, prior to the time of award.

15) The following Clauses will apply to the resulting order:
a) 52.249-70, Termination Clause
b) 52.232-72, Limitation of Funds - Incrementally Funded Contracts

16) There are no additional contract requirements(s) necessary for this acquisition other than those consistent with customary commercial practices.

17) See attached documents.
a) Addendum to FAR Clause 52.212-4, (Alt I)
b) MCC Bio-Data Sheet and
c) Statement of Work

 

Bid Protests Not Available

Similar Opportunities

Washington District of columbia 30 Sep 2025 at 4 AM (estimated)
Location Unknown 14 Jul 2025 at 4 AM
Location Unknown 14 Jul 2025 at 4 AM
Redstone arsenal Alabama 01 Aug 2025 at 7 PM
Redstone arsenal Alabama 01 Aug 2025 at 7 PM