Accessibility Information

Users of assistive technologies such as screen readers should use the following link to activate Accessibility Mode before continuing: Learn more and Activate accessibility mode.

Government Owned Enterprise and Background check Subscription Service

Solicitation Number: MCC-11-0053-RFQ-61
Agency: Millennium Challenge Corporation
Office: MCC
Location: Washington DC
  • Print
:
MCC-11-0053-RFQ-61
:
Combined Synopsis/Solicitation
:
Added: Jan 28, 2011 2:46 pm Modified: Jan 28, 2011 2:56 pmTrack Changes

This is a combined synopsis/solicitation for commercial item prepared in accordance with
FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a paper solicitation will not be issued. The combined synopsis/solicitation number is MCC-11-0042-RFQ-52, and is issued as a Request for Quotations (RFQ), with incorporated provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-48. A firm fixed price (FFP) purchase order is anticipated. The period of performance is one year with four option periods of one year each. This requirement is being synopsized under the North American Industry Classification System code 5411120 with a small business size standard of $7,000,000.00. The due date for proposals is Friday, February 4, 2010 at 3:00 PM EST. Proposals shall be submitted electronically to beaty.rn @mcc.gov.

Statement of Work
Background: MCC is a United States government corporation providing assistance to poor countries that are committed to good governance, economic freedom and investments in people. MCC has statutory authority to award development grants (called "compacts") to eligible countries to encourage sustainable development and alleviate extreme poverty through economic growth. To date, MCC's grants have ranged from approximately $60 million to as much as $698 million.
In September of 2010, MCC amended its Program Procurement Guidelines (PPG) to provide that a government-owned enterprise (GOE) is not eligible to compete for MCC-funded contracts. Accordingly, a GOE (i) may not be party to any MCC-funded contract for goods, works, or services procured through an open solicitation process, limited bidding, direct contracting, or sole source selection; and (ii) may not be prequalified or shortlisted for any MCC-funded contract anticipated to be procured through these means, in each case, with certain limited exceptions described in the PPG. Under the PPG, a GOE includes entities controlled by a government as well as those owned by a government, in each case, whether directly or indirectly. A copy of the PPG is available for review on MCC's website at http://www.mcc.gov/documents/guidance/mcc-guidelines-programprocurement.pdf, along with the September 2010 amendment at http://www.mcc.gov/documents/guidance/guidance-2010001040102-ppgamendment.pdf.
In addition, a distinctive feature of MCC compacts is the requirement that each recipient government establish an accountable entity to manage the implementation of compact projects. As part of MCC's oversight responsibilities, MCC seeks to ensure that the staff of each accountable entity is comprised of individuals of good repute.
Scope: MCC seeks to acquire tools to help it perform requisite due diligence relating to its policies on GOEs and accountable entity staff, including:
• Determining whether an entity being proposed for the award of an MCC-funded contract is a GOE; and
• Thorough character vetting on all staff and directors of each accountable entity to ensure that individuals of good reputation are appointed.
Requirement: The contractor must provide on-line subscription service licenses to allow MCC staff to identify the corporate ownership structure of entities and perform background investigations on individuals in a fast and effective manner.
• The service must include the ability to:
o Research entities to determine whether the entities are owned or controlled, directly or indirectly, in whole or in part, by a foreign government; and
o Research politicians, Politically Exposed Persons (PEP), anti-money laundering (AML), Know-Your-Customer (KYC), Enhanced Due Diligence (EDD), fraud prevention, government intelligence and enforcement, and other identity authentication, background screening and risk-prevention practices.
• The service must allow obtaining character information regarding foreign individuals on a worldwide scale.
• The service must allow the verification of the corporate ownership of entities, including parent corporations and subsidiaries, on a worldwide scale, with the ability to accurately distinguish between entities with common company names.
• The service must have a user-friendly interface that facilitates quick and easy searching.
• The service must be supported by customer service representatives who can assist with performing searches, including crafting search criteria.
• The information obtained through the service must be current, reliable, accessible via the internet, and comprehensive enough to provide MCC staff notice of alleged criminal activity, convictions, bankruptcies, regulatory violations, as well as association with criminals, terrorists, money launderers, human traffickers, and other individuals of high character risk or notoriety.
• The service must provide for unlimited searching of relevant databases.


Clauses:
The following clauses are incorporated into this solicitation: FAR clauses 52.212-4, Contract Terms and Conditions, FAR 52.212-1, Instructions to Offerors-Commercial. Offerors are to include a completed copy of the provision of FAR 52.212.-3, Offeror Offeror Representations and Certifications-Commercial Items. Offerors may use the following web site for online Certs and Reps, https://orca.bpn.gov/ . FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items applies to this acquisition, specifically the following cited clauses and provisions are applicable: 52.219-6 Notice of Total Small Business Set-Aside , 52.222-21, Prohibition of Segregated Facilities; 52.222-22 Previous Contracts and Compliance Reports; 52.222-25 Affirmative Action Compliance; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-54, Employment Eligibility Verification; 52.232-33, Payment by Electronic Funds Transfer-Commercial Items-Central Contractor Registration; 52.232-37, Multiple Payment Arrangements; 52.204-7, Central Contractor Registration; 52.219-27, Notification of Total Service-Disabled Veteran-Owned Small Business Set-Aside; 52.252-2, Clauses Incorporated By Reference


The full text of all FAR clauses incorporated by reference may be accessed electronically at: https://www.acquisition.gov/far/index.html
FAR 52.212-2 Evaluation-Commercial Items (JAN 1999)
(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:
Technical
a. Extent to which the proposed solution meets the requirements.


b. Please provide annual pricing for a base year and 4 (four) option years.



(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).
(c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.


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 7 (seven) days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 (thirty) 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 5 (five) years.


The following MCC clauses are incorporated;


MCC 52.243-70 Increase in Services (OCT 2006)
The services described in the 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.


MCC 52.232-70 Invoice Instructions (FEB 2008)


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, or
Email: MCC_Accounting_NBCDENVER@nbc.gov, or


As an alternative to electronic submission of invoices, one copy of each invoice may be submitted to the following address:
National 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 Period Cumulative Amount Invoiced Authorized Value of Contract Balance 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 Technical Representative (COTR); 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_NBCDENVER@nbc.gov.


Responses to this combined synopsis/solicitation must be received via e-mail on or before 3:00 PM EST Friday, February 4, 2011.




Added: Feb 01, 2011 7:26 am
Note:  FAR clause 53-219-6 does not apply to this procurement,  This procurement is not set aside for small businesses
Please consult the list of document viewers if you cannot open a file.

Amendment 1

Type:
Mod/Amendment
Posted Date:
January 28, 2011
Description: Delete description of services required and substitute the atteched replacement
:
875 Fifteenth Street, N.W.
Washington, District of Columbia 20005
:
875 15th Street NW
Washingfton, District of Columbia 20005
United States
:
Robert N Beaty
Phone: 2025213656