SOURCES SOUGHT
B -- Environmental and Social Assessment (ESA), - Draft RFP/Schedule B and SOW
- Notice Date
- 8/24/2012
- Notice Type
- Sources Sought
- NAICS
- 541620
— Environmental Consulting Services
- Contracting Office
- Millennium Challenge Corporation, MCC, Washington DC, 875 Fifteenth Street, N.W., Washington, District of Columbia, 20005
- ZIP Code
- 20005
- Solicitation Number
- MCC-12-RFP-0011
- Archive Date
- 10/6/2012
- Point of Contact
- Marilyn F. Williams, Phone: 2025213886
- E-Mail Address
-
williamsmaf@mcc.gov
(williamsmaf@mcc.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a Sources Sought requirement to solicit from industry questions/comments and capability statements to the DRAFT Schedule B and Draft Statement of Work for: 'Environmental, Social, Gendeer, Health, and Safety (ESHS) Services in Support of Compact Development and Implementation' effort. THIS IS A SOURCES SOUGHT NOTICE ONLY. This is NOT a solicitation or pre-solicitation and this notice does not guarantee that a solicitation will be posted in the future or as an obligation on the part of the MCC. This information is being submitted for the purpose of seeking sources only. At this time, no solicitation exists; therefore, please do not request a copy of the solicitation. The Millennium Challenge Corporation (MCC) is seeking questions and comments from our industry partners on the attached Statement of Work. In addition, we are conducting market research to obtain capability statement from qualified, experienced, and interested sources for the following effort. BACKGROUND: MCC's core mission of poverty reduction through economic growth. The purpose of the services under this contract are to assit MCC in working with partner countries to integrate internationally accepted principles of environmental sustainability and social equity into the design and implementation of MCC-funded projects. MCC's partner countries have primary responsibility for assessing and managing the environmental and social implications of MCC-funded projects, but MCC provides appropriate guidance, tools, and assistance and, where necessary, help strengthen institutional capacity and policies to ensure this responsibility is carried out effectively and in accordance with MCC requirements. This is the purpose of the services described here. MCC is committed to working with partner countries to improve the environmental and social performance of their compacts by incorporating economically viable, cost effective measures into compacts that, among other things, promote energy efficiency, improve water resource management, support less carbon intensive land use practices, and ensure public health and safety, where these measures directly support or complement the underlying poverty reduction objectives of MCC-funded projects. For more information on the MCC, please visit http://www.mcc.gov. OBJECTIVE/SCOPE: MCC has adopted the International Finance Corporation's Performance Standards on Environmental and Social Sustainability (IFC Performance Standards) as part of its approach to risk management and putting the MCC Environmental Guidelines into practice. The IFC Performance Standards complement MCC's Environmental Guidelines and provide additional specificity and clarity on MCC's expectations for the environmental and social performance of Compact-funded activities. The Environmental Guidelines outline a process for how MCC addresses environmental and social risk. The Performance Standards are directed at MCAs and articulate environmental and social requirements for identifying and managing environmental and social risks and impacts at the project level and provide the performance benchmark MCC seeks. The vast majority of countries eligible for MCC funding have requested assistance in addressing local environmental, social, health and safety (ESHS) aspects of projects. As such, MCC requires ESHS services to support the identification, assessment, design, implementation, and evaluation of MCC-supported projects. Services may therefore support any or all of compact development, implementation, and/or closure. Thus, they may range from a one time request for 2 weeks of technical assistance from an individual (e.g. resettlement expert) to a full team of multiple experts for compact due diligence and a multi-year implementation oversight contract. MCC investments are driven by the needs, opportunities, and objectives of partner countries. Given this demand driven approach, it is not possible to pre-determine the nature of future MCC compacts nor the exact mix of technical services that will be required to support them. With this limitation in mind, the section below provides an illustrative (but not exhaustive) list of potential MCC investments. Section C.2 then briefly summarizes how the technical services to be provided under this IDIQ would support the development and implementation of these investments. SUBMITTAL INFORMATION: Sources having the skills and capabilities necessary to perform the stated requirements should submit a response of no more than 5 pages in length, single spaced, 12 point font minimum. The Government will not review any other data or attachments that are in excess of 5 pages. Companies should provide clear and unambiguous evidence to substantiate their capability to fulfill these requirements. Interested parties shall furnish the following information: 1. Company name and address; 2. Company point of contact name, telephone number, and email address; 3. Company business size and status (i.e. Large Business, Small Business, Service Disabled Veteran Owned Small Business, Women Owned Small Business, etc.) - the number of years in business, and affiliate information; 4. If the company holds a Federal Supply Schedule (FSS) Contract list the GSA Contract Number and relevant SINS; 5. Capabilities/Qualifications: A written response providing clear and unambiguous evidence to substantiate the capacity to fulfill this requirement. Description of the capabilities, qualifications, and skills the company possesses to perform services described; and 6. Past Experience: Provide a brief summary of past experience relative to similar requirements (min 1 / max 2) which the responder was a prime or subcontractor): a. Name, address, and value of each project; b. Prime contract type - i.e, Firm Fixed Price, Time and Material;s c. Name, telephone, and address of the owner of each project; d. A description of each project and why it is relevant to this requirement; and e. Company's role and services provided for each project. It is requested that the above information be provided no later than the closing date and time of this notice. Responses should be emailed to Marilyn F. Williams, williamsmaf@mcc.gov. All email correspondence for this notice must reference the following in the subject line of the email: MCC-12-RFP-0011 No reimbursement will be made for any costs associated with providing information in response to this notice or any follow up information requests.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/MCC/MCCMCC/MCCMCC01/MCC-12-RFP-0011/listing.html)
- Place of Performance
- Address: All MCC Eligible Countries, United States
- Record
- SN02855218-W 20120826/120825001141-1ca6f25b7b1be17c78d4040875302f67 (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 |