Professional Documents
Culture Documents
# PC-16-R-002
Peace Corps Mozambique
Literacy Training and Evaluation Services
RFQ PC-16-R-002
Table of Contents
Page 2 of 38
RFQ PC-16-R-002
Page 3 of 38
RFQ PC-16-R-002
CONTRACT TYPE
PRICE SCHEDULE
***All Peace Corps overseas contracts are fixed price contracts; however a line-item price proposal is required to be
submitted in Word or Excel format. Therefore, indirect costs shall not be proposed as a single line item but must be
rolled into each individual budget line item. ***
Budget constraints
Peace Corps intends to award a contract for these services for a one-year base period with two option years. Through an
agreement with USAID, a maximum of $465,000 has been budgeted for such purpose over three years as follows:
The following is general guidance regarding what Offerors should budget for:
1.
-
Personnel costs
This may be partial time costs of staff such as a project coordinator, driver, or administrative assistant
It may be professional service costs for data analysis and evaluation or for a trainer
2.
-
3.
4.
-
Early Grade Reading ActivitiesCommunity Library Projects (EGRA-CLP) Implementation Guide for PCVs
and Counterparts
in Portuguese and English
35-40 copies annually
Any modifications and improvements to the guide
Travel
Per diem and lodging costs, estimating 60-70 travel days per year for two travelers in accordance with the
Department of States rates per: https://aoprals.state.gov/content.asp?content_id=184&menu_id=78
Vehicle usage costs for travel, including fuel, maintenance etc.
Travel to Maputo for one person, two trips per year, for two day meetings with Peace Corps and USAID in
accordance with the Department of States rates per: https://aoprals.state.gov/content.asp?content_id=184&menu_id=78
Page 4 of 38
5.
-
RFQ PC-16-R-002
Materials for new sites (books, literacy supplies/kits, and trunks), projecting 20 new sites annually 20 library starter sets and book display bags, and consisting of 150 books each (may not exceed $10-15 per book
and $6-8 per book bag)
20 trunks that are needed to transport and store library starter sets/books (may not exceed $50 each)
20 sets of starter library supplies, such as banners, flash cards, decodable books, read-aloud books, alphabet charts
etc. (may not exceed $60 per set)
Shipment costs for trunks/books as necessary (may estimate $50 each for 30 kg shipment)
6.
-
7.
In additional to the line item price proposal, the Contractor shall propose a payment schedule based on the following
deliverables (at the time of award, the negotiated payment schedule will be incorporated into this section):
i.
ii.
iii.
iv.
Proposed timeline to conduct Training of Trainer workshops for PCVs and Counterparts and the total due
upon completion.
Proposed timeline to purchase books and to transport and distribute library starter kits and related items for
new CLPs and the total due upon delivery of each.
Proposed timeline to conduct technical support site visits to each CLP. The Contractor may plan to visit two
sites in one day, given the general proximity of sites and consistent with current practice; the total due upon
completion.
Proposed timeline for successful, complete submission of all Monitoring & Evaluation (M&E)-related reports
and deliverables (as outlined in the Statement of Objectives (SOO) and the total due upon delivery of each.
Page 5 of 38
RFQ PC-16-R-002
RFQ PC-16-R-002
Purchase books and transport and distribute starter library kits for new CLPs
The Contractors focus will be on sites of PCVs and Counterparts who are newly trained by the Contractor. Some of
these sites will have existing CLPs and some will be new. It is anticipated that there will be:
As such, the Contractor will train 100 PCVs and 100 Mozambican Counterparts at 100 Community Library Project (CLP)
sites, some continuing and some new, over the three years (see CLP estimates table below for estimated number of
sites). It is this group of CLPs that the Contractor will also make site visits to, ship books and supplies to if a new CLP,
and conduct evaluation activities with.
In addition, in the base year, the Contractor will make site visits to a selection of CLP sites in Nampula and Zambezia
provinces to carry out testing and evaluation services at up to 15 sites where PCVs and Counterparts were newly trained
in 2015.
Apart from testing at these 15 sites, the Contractor will not be expected to support older continuing sites where the
Contractor has not trained PCVs and their Counterparts.
Contractor minimum requirements:
First-hand literacy project experience, with a preference for first-hand literacy project experience in Mozambique
Evaluation experience, including data collection and analysis using the EGRA tool or other literacy assessment
tools
An office in Nampula already owned or leased by the Contractor, or the ability of the Contractor to establish an
office in Nampula within 30 days of contract award. (This office must include space for the PC Project
Page 7 of 38
RFQ PC-16-R-002
Past experience with U.S. government grants/contracts, including experience working on a firm fixed price (FFP)
requirement with progress payments established in advance of performance start date
Training will take place in Nampula at a location selected in conjunction with Peace Corps. Training will last 3 full days
and will be scheduled with Peace Corps, taking into account school breaks and the Peace Corps IST training schedule.
The Contractor will be responsible for the content and delivery of the TOT workshops, using methodologies approved by
Peace Corps and USAID. However, Peace Corps will pay for the venue and will handle all travel and lodging
expenses and per diem expenses related to PCVs and Counterparts, but not Contractor staff.
C. Literacy Activities and Community Library Project Launch
After the workshop, Volunteers and Counterparts apply their knowledge and skills in EGRA by launching a weekly
Community Library Project:
Volunteers engage youth and communities and recruit motivated and committed adults and/or young people
to serve as volunteer readers and CLP facilitators.
Page 8 of 38
RFQ PC-16-R-002
CLP teams provide weekly literacy programming for younger children in their communities including 1st to
3rd grade children modelling reading for pleasure and creating opportunities for learning the foundational
skills for reading through coaching and literacy activities.
Each CLP also promotes early grade reading activities through service learning activities for youth and related
youth leadership development opportunities. Older girls and boys will have the opportunity to serve as role
models and mentors for younger children by demonstrating and reinforcing behaviors that lead to academic
success.
The goal of these CLPs is to increase the quantity of time children practice reading outside of the classroom, a
crucial factor for enhancing reading outcomes in the early grades.
Volunteers placed in new EGRA sites will be provided with a selection of approximately 150 gradeappropriate books to ensure that children have access to a variety of print materials. It will be the
responsibility of the Contractor, in consultation with Peace Corps, to purchase these books along with book
bags, banners, other ambient print materials, and flashcards, and to ship them to Volunteer sites using trunks.
The Contractor may consult with Peace Corps on current practice in order to plan and budget for these costs.
Estimated costs, based on current practice, are noted in the budget guidance specified above.
Community literacy activities such as story-telling, games, reading, spelling, and/or writing competitions, and
summer reading camps.
Read-aloud sessions during historic community events or on important holidays such as Mozambique
Independence Day, Womens Day, Workers Day, Earth Day, etc. These sessions can also include locally
written stories about issues affecting the community such as malaria, HIV/AIDS, environment, hygiene and
sanitation, etc.
Increased number of learners receiving EGRA services with improved reading skills
Increased number of textbooks and other teaching and learning materials provided with USG assistance.
RFQ PC-16-R-002
Establishment of a Community of Practice among PCVs, parents, and community members to share and
continue supporting activities to promote EGR
As such, the Contractor will be expected to develop any surveys or questionnaires for this purpose as well as conduct site
visits that both enhance facilitation of literacy activities as well as collect the data necessary for monitoring and
evaluation.
The Contractor will visit all sites of implementation by PCVs and Counterparts whom the Contractor has trained. As
noted under the general Contractor requirements specified above, in the base year, the Contractor will make site visits to a
selection of CLP sites in Nampula and Zambezia provinces over a period not to exceed 10 days, escorted by the Peace
Corps Project Coordinator, dates to be determined with Peace Corps.
In the base year also, the Contractor will carry out testing and evaluation activities at up to 15 sites where PCVs and
Counterparts were newly trained in the 2015 year. In the out years, the Contractor will only carry out testing and
evaluation activities at sites where the Contractor has trained PCVs and Counterparts (see CLP estimates table below
for estimated number of sites).
Evaluation will aim to measure the extent to which early grade reading outcomes have improved among program
participants in comparison to baseline data collected for the USAID Aprender a Ler (ApAL) initiative or other comparison
group determined by USAID and Peace Corps. It is anticipated that testing will use the EGRA tool, as in the first two
years of evaluation, but a more appropriate tool may be used, subject to the approval of USAID.
Evaluation will be focused on 1st 3rd graders who show a measure of consistent participation in the EGRA-CLP projects
at the implementation sites. Consistent participation is currently defined as participating in one CLP activity per week or
three times per month, although this definition may change based on project feedback. Evaluation activities using the
EGRA tool are only conducted in the year following training of PCVs and Counterparts, in order to allow for CLP
implementation.
The Contractor shall evaluate approximately 25 1st -3rd graders at each CLP site. Based on estimated number of new sites,
this will amount to the following estimated evaluation population:
CLP Estimates
Year
Base (2016)
15
375
OY1 (2017)
750
OY2 (2018)
875
2019*
875
TOTAL
100
2,500
* Presently falls outside the project period for purposes of EGRA study/evaluation.
Page 10 of 38
RFQ PC-16-R-002
Evaluation will seek to answer the question: to what extent has the PC EGRA intervention improved early grade reading
outcomes for students in targeted PC communities and sites?
There is no need for a randomized control trial or other typical experimental evaluation design methodologies since these
methodologies are covered by the ApaL Impact Evaluation. The PC EGRA, as a treatment that is being implemented
and evaluated, will utilize and compare itself to the baseline results of the ApaL in Nampula and Zambezia. The
evaluation will use either the EGRA tool or another tool proposed by the Evaluator or USAID as long as it meets with the
approval of USAID, with the aim of providing a comparison to ApaL. Currently, ApaL is being referenced as a baseline
in the project. The aim is to test an adequate and representative sample to draw conclusions on early grade reading
outcomes, aiming for a 95% confidence interval and 5% margin of error.
In large sites, the Contractor shall only test a sample of students with consistent participation in literacy activities. In
small sites, the Contractor may test all the students. Peace Corps Volunteers and Counterparts will support the
logistics of testing in coordination with the Contractor and with adequate planning and preparation. The
Contractor will be responsible for testing/assessing, data collection, analysis and reporting.
All data will be disaggregated by sex and evaluated for any gender-related differences, which, for example, should include
comparisons between girl and boy students. The Contractor will also collect qualitative data and will develop an
Implementation Guide in FY 16, reflecting best practices and literacy activities, with modifications in subsequent years.
Findings should be presented as facts, be concise and supported by strong quantitative and qualitative evidence. Peace
Corps is especially interested in recommendations based on observations or other data that lead to identification of best
practices in CLP implementation so as to better train and support future Volunteers and Counterparts.
Peace Corps and the Contractor will be expected to be open and to adapt and modify the EGRA-CLP project as necessary
upon formal review and discussion with USAID. USAID is also available to provide technical guidance to the EGRACLP project.
Place of performance
The place of performance will be on the contractor site in Nampula; unless otherwise indicated elsewhere in this SOO.
Project timeline
The project timeline is driven by several considerations, mainly the two-year Volunteer cycle and training activity
calendar and the school calendar. Education PCVs, who are secondary school teachers, begin their service in December
every year and are denoted as odd-numbered groups (Moz 25, Moz 27, Moz 29) make up the majority of Peace Corps
Volunteers and the vast majority of CLP facilitators. Health PCVs begin their service in August every year and are
denoted by odd-numbered groups (Moz 24, Moz 26, Moz 28). As such, these are the start dates of new groups of twoyear Volunteers from which PCVs will be recruited:
Moz 24 Health
Moz 25 Education
Moz 26 Health
Moz 27 Education
Moz 28 Health
Moz 29 Education
RFQ PC-16-R-002
Training dates are determined based on the school calendar in Mozambique, since training must take place when
Education PCVs and their Counterparts are not teaching school and testing and other evaluation activities can typically
not be accomplished on school break.
The following is a sample project timeline of key activities only, based on a two-year cycle of a PCV with major activities
taking place in the first year of PCV service. The cycle below for Moz 24/25 groups would repeat for Moz 26/27 groups
in calendar year 2017 and Moz 28/29 groups in calendar year 2018.
November 2015
February-March 2016
May 13-15, 2016
April-June 2016
May-July 2016
Year-round*
June-September 2016
* In the base year (2016), the Contractor will be required to visit select CLPs in February April 2016 as a means of
gathering information and preparing for the April May TOTs. These visits will be in Nampula and Zambezia provinces,
will be escorted by the Peace Corps Project Coordinator, and will occur over a period not longer than 10 days, dates to be
determined with Peace Corps.
Reporting requirements
The Contractor will submit quarterly reports and a final evaluation report. The quarterly reports should provide a review
of Contractor activities, including with PCVs and Counterparts, highlight success stories and challenges, and provide any
data related to monitoring progress or tracking outcomes per the indicators listed above. A format is included in the
Appendix. Peace Corps Mozambique will maintain surveillance of contract performance through scheduled and
unscheduled site visits to both the CLPs and the Contractor site in Nampula, as well as reviews of the various deliverables
and reports submitted by the Contractor as stated herein.
Page 12 of 38
RFQ PC-16-R-002
RESERVED
Page 13 of 38
RFQ PC-16-R-002
The Contractor must develop and maintain an effective quality management program to ensure services are performed in
accordance with the contract requirements. The Contractor must develop and implement procedures to identify, prevent,
and ensure non-recurrence of defective services. The Contractors quality management program is the means by which
the Contractor assures that their work complies with the requirements of this contract. After acceptance of the quality
control plan, the Contractor must receive the contracting officers acceptance in writing of any proposed change(s) to the
plan before implementing such changes. The Point of Contact (POC) will maintain surveillance of contract performance
by regular scheduled and unscheduled inspection at the Contractor site, as well as regular scheduled and unscheduled
reviews of the various deliverables, and reports due from the Contractor as stated herein.
Page 14 of 38
RFQ PC-16-R-002
F. 1
PERIOD OF PERFORMANCE
(a) The period of performance (POP) will consist of one 12-month base period and, if exercised, two (2) 12-month
option periods
F.2
PLACE OF PERFORMANCE
The primary place of performance will be on the Contractor site in Nampula; unless otherwise indicated elsewhere in the
SOO.
F.3
52.242-15
Page 15 of 38
RFQ PC-16-R-002
G. 1
The Contracting Officer (CO) is the only person authorized to make or approve any changes to any of the requirements of
this contract, and, notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely in
the Contracting Officer. In the event the Contractor makes any changes at the direction of any person other than the
Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in
the contract terms and conditions, including price.
G. 2
(a) TBD is hereby designated as the Point of Contact (POC). The POC may be changed at any time by the
Government without prior notice to the Contractor by a unilateral modification to the contract.
(b) The responsibilities and limitations of the POC are as follows:
(1) Responsible for the technical aspects of the contract and serves as technical liaison with the Contractor.
(2) Responsible for the final inspection and acceptance of all deliverables and such other responsibilities as may
be specified in the contract.
(3) The POC is not authorized to make any commitments or otherwise obligate the Government or authorize any
changes which affect the contract price, terms or conditions. Any Contractor request for changes shall be
referred to the Contracting Officer directly. No such changes shall be made without the express written prior
authorization of the Contracting Officer.
G.3
INVOICE INSTRUCTIONS
The Contractor shall prepare invoices monthly and shall render an electronic copy to the Point of Contact (POC) and the
Peace Corps Office of Global Accounts Payable (OGAP) at the following address:
Email: gapdomesticinvoice@peacecorps.gov
For questions regarding payments, please send an e-mail inquiry, including the invoice number, contract/purchase order
number, billed amount and date sent to Disbursing@peacecorps.gov
a.
Invoice Certification
The Contractors invoice shall include, but not be limited to, the following information:
RFQ PC-16-R-002
Upon receipt of the invoices, the Peace Corps will check the invoices for correctness and appropriateness of the
charges and will ensure that chargeable items appearing on the invoices have been formally accepted by the Peace
Corps. In the event that the Peace Corps discovers any discrepancies in the invoice, the Peace Corps Contracting
Officer and/or POC will, in addition to following the requirements of the Prompt Payment Act, take steps necessary
to resolve the discrepancies with the Contractor.
b.
Invoice Payment
For the purposes of this subsection, invoice payment is a Government disbursement of moneys to the Contractor
under this contract for products and/or services which are formally accepted by the Government. Invoices are payable
in accordance with the requirements of the Prompt Payment Act. Payment will be considered as being made on the
day of the electronic funds transfer is made.
A summary invoice shall be submitted to the POC for all deliveries made during a billing period, identifying the
delivery tickets covered therein, starting their total dollar value and supported by receipted copies of the delivery
tickets.
Page 17 of 38
RFQ PC-16-R-002
(a) The Contractor agrees, in the performance of this contract, to keep the information furnished by the Government
or acquired/developed by the Contractor in performance of the contract and designated by the Contracting
Officer or Point of Contact, in the strictest confidence. The Contractor also agrees not to publish or otherwise
divulge such information, in whole or in part, in any manner or form, nor to authorize or permit others to do so,
taking such reasonable measures as are necessary to restrict access to such information while in the Contractors
possession, to those employees needing such information to perform the work described herein, i.e., on a "need
to know" basis. The Contractor agrees to immediately notify the Contracting Officer in writing in the event that
the Contractor determines or has reason to suspect a breach of this requirement has occurred.
(b) The Contractor agrees that it will not disclose any information described in subsection (a) to any person
unless prior written approval is obtained from the Contracting Officer. The Contractor agrees to insert the
substance of this clause in any consultant agreement or subcontract hereunder.
H. 2
The Contractor shall comply with all applicable laws, rules and regulations which deal with or relate to performance
in accordance with the terms of the contract.
H. 3
(a) Purpose. The purpose of this section is to ensure that the Contractor and its subcontractors:
(1) Are not biased because of their financial, contractual, organizational, or other interests which relate to the
work under this contract, and
(2) Do not obtain any unfair competitive advantage over other parties by virtue of their performance of this
contract.
(b) Scope. The restrictions described herein shall apply to performance or participation by the Contractor, its
parents, affiliates, divisions and subsidiaries, and successors in interest (hereinafter collectively referred to as
"Contractor") in the activities covered by this clause as a prime Contractor, subcontractor, co-sponsor, joint
venture, consultant, or in any similar capacity.
For the purpose of this clause, affiliation occurs when a business concern is controlled by or has the power to
control another or when a third party has the power to control both.
(c) Warrant and Disclosure. The warrant and disclosure requirements of this paragraph apply with full force to
both the Contractor and all subcontractors. The Contractor warrants that, to the best of the Contractors
knowledge and belief, there are no relevant facts or circumstances which would give rise to an organizational
conflict of interest, as defined in FAR Subpart 9.5, and that the Contractor has disclosed all relevant information
regarding any actual or potential conflict. The Contractor agrees it shall make an immediate and full disclosure,
in writing, to the Contracting Officer of any potential or actual organizational conflict of interest or the existence
of any facts that may cause a reasonably prudent person to question the Contractors impartiality because of the
appearance or existence of bias or an unfair competitive advantage. Such disclosure shall include a description
of the actions the Contractor has taken or proposes to take in order to avoid, neutralize, or mitigate any resulting
conflict of interest.
Page 18 of 38
RFQ PC-16-R-002
(d) Remedies. The Contracting Officer may terminate this contract for convenience, in whole or in part, if the
Contracting Officer deems such termination necessary to avoid, neutralize or mitigate an actual or apparent
organizational conflict of interest. If the Contractor fails to disclose facts pertaining to the existence of a
potential or actual organizational conflict of interest or misrepresents relevant information to the Contracting
Officer, the Government may terminate the contract for default, suspend or debar the Contractor from
Government contracting, or pursue such other remedies as may be permitted by law or this contract.
(e) Subcontracts. The Contractor shall include a clause substantially similar to this clause, including paragraphs
(f) and (g), in any subcontract or consultant agreement at any tier expected to exceed the simplified acquisition
threshold. The terms "contract," "Contractor," and "Contracting Officer" shall be appropriately modified to
preserve the Governments rights.
(f) Prime Contractor Responsibilities. The Contractor shall obtain from its subcontractors or consultants the
disclosure required in FAR Part 9.507-1, and shall determine in writing whether the interests disclosed present
an actual, or significant potential for, an organizational conflict of interest. The Contractor shall identify and
avoid, neutralize, or mitigate any subcontractor organizational conflict prior to award of the contract to the
satisfaction of the Contracting Officer. If the subcontractors organizational conflict cannot be avoided,
neutralized, or mitigated, the Contractor must obtain the written approval of the Contracting Officer prior to
entering into the subcontract. If the Contractor becomes aware of a subcontractors potential or actual
organizational conflict of interest after contract award, the Contractor agrees that the Contractor may be required
to eliminate the subcontractor from its team, at the Contractors own risk.
(g) Waiver. The parties recognize that this clause has potential effects which will survive the performance of this
contract and that it is impossible to foresee each circumstance to which it might be applied in the future.
Accordingly, the Contractor may at any time seek a waiver in accordance with FAR 9.503 by submitting such
waiver request to the Contracting Officer, including a full written description of the requested waiver and the
reasons in support thereof.
H. 4
DUPLICATION OF EFFORT
The Contractor hereby certifies that costs for work to be performed under this contract, and any subcontracts
hereunder, are not duplicative of any costs charged against any other Government contract, subcontract, or other
Government source. The Contractor agrees to advise the Contracting Officer, in writing, of any other
Government contract or subcontract it has performed or is performing which involves work directly related to
the purpose of this contract. The Contractor also certifies and agrees that any and all work performed under this
contract shall be directly and exclusively for the use and benefit of the Government, and not incidental to any
other work, pursuit, research, or purpose of the Contractor, whose responsibility it will be to account for it
accordingly.
H. 5
TRAVEL
All travel under this contract shall be in accordance with the Statement of Objectives (SOO) and approved, in advance by
the Point of Contact for Peace Corps.
H. 6
LOSS/DAMAGES
The Peace Corps does not accept responsibility for any damage or loss of the Contractors supplies or property, or that of
the Contractors employees or subcontractors.
If any item is shipped to an improper destination or cannot be accounted for by the Contractor, the Contractor shall have
the item reprinted and reshipped at its own expense, if required by the Peace Corps.
Page 19 of 38
RFQ PC-16-R-002
This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they
were given in full text. Upon request, the Contracting Officer will make their full text available. The Offeror is cautioned
that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or
offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier
and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be
accessed electronically at this address: https://acquisition.gov/far/index.html
52.203-5
52.203-7
52.203-17
52.204-7
52.204-9
52.212-4
52.223-10
52.223-19
52.232-24
52.232-39
52.233-1
52.246-25
RFQ PC-16-R-002
___ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (41 U.S.C. 3509).
___ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (Jun
2010) (Section 1553 of Pub L. 111-5) (Applies to contracts funded by the American Recovery and Reinvestment
Act of 2009).
_X__ (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2013) (Pub. L.
109-282) (31 U.S.C. 6101 note).
___ (5) [Reserved]
____ (6) 52.204-14, Service Contract Reporting Requirements (Jan 2014) (Pub. L. 111-117, section 743 of Div.
C).
___ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Jan 2014) (Pub.
L. 111-117, section 743 of Div. C).
_X_ (8) 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred,
Suspended, or Proposed for Debarment (Aug 2013) (31 U.S.C. 6101 note).
___ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41
U.S.C. 2313).
___ (10) [Reserved]
___ (11) (i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Nov 2011) (15 U.S.C. 657a).
___ (ii) Alternate I (Nov 2011) of 52.219-3.
___ (12) (i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 2011)
(if the offeror elects to waive the preference, it shall so indicate in its offer)(15 U.S.C. 657a).
___ (ii) Alternate I (Jan 2011) of 52.219-4.
___ (13) [Reserved]
___ (14) (i) 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644).
___ (ii) Alternate I (Nov 2011).
___ (iii) Alternate II (Nov 2011).
___ (15) (i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644).
___ (ii) Alternate I (Oct 1995) of 52.219-7.
___ (iii) Alternate II (Mar 2004) of 52.219-7.
___ (16) 52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (3)).
Page 21 of 38
RFQ PC-16-R-002
___ (17) (i) 52.219-9, Small Business Subcontracting Plan (Oct 2014) (15 U.S.C. 637 (d)(4)).
___ (ii) Alternate I (Oct 2001) of 52.219-9.
___ (iii) Alternate II (Oct 2001) of 52.219-9.
___ (iv) Alternate III (Oct 2014) of 52.219-9.
___ (18) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)).
___ (19) 52.219-14, Limitations on Subcontracting (Nov 2011) (15 U.S.C. 637(a)(14)).
___ (20) 52.219-16, Liquidated DamagesSubcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)).
___ (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011) (15 U.S.C.
657f).
___ (22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)).
___ (23) 52.219-29, Notice of Set-Aside for Economically Disadvantaged Women-Owned Small Business
(EDWOSB) Concerns (Jul 2013) (15 U.S.C. 637(m)).
___ (24) 52.219-30, Notice of Set-Aside for Women-Owned Small Business (WOSB) Concerns Eligible Under
the WOSB Program (Jul 2013) (15 U.S.C. 637(m)).
____ (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755).
__X (26) 52.222-19, Child LaborCooperation with Authorities and Remedies (Jan 2014) (E.O. 13126).
___(27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).
___ (28) 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246).
___(29) 52.222-35, Equal Opportunity for Veterans (Jul 2014) (38 U.S.C. 4212).
___(30) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793).
___ (31) 52.222-37, Employment Reports on Veterans (Jul 2014) (38 U.S.C. 4212).
___ (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O.
13496).
__X (33) (i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627).
___ (ii) Alternate I (Mar 2015) of 52.222-50, (22 U.S.C. chapter 78 and E.O. 13627).
__X_ (34) 52.222-54, Employment Eligibility Verification (Oct 2015). (Executive Order 12989). (Not applicable
to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as
prescribed in 22.1803.)
Page 22 of 38
RFQ PC-16-R-002
___ (35) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May
2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf
items.)
___ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of
commercially available off-the-shelf items.)
___ (36) (i) 52.223-13, Acquisition of EPEAT -Registered Imaging Equipment (Jun 2014) (E.O.s 13423 and
13514
___ (ii) Alternate I (Jun 2014) of 52.223-13.
___ (37) (i) 52.223-14, Acquisition of EPEAT -Registered Television (Jun 2014) (E.O.s 13423 and 13514).
___ (ii) Alternate I (Jun 2014) of 52.223-14.
___ (38) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b).
___ (39) (i) 52.223-16, Acquisition of EPEAT -Registered Personal Computer Products (Jun 2014) (E.O.s
13423 and 13514).
___ (ii) Alternate I (Jun 2014) of 52.223-16.
__X_ (40) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O.
13513).
___ (41) 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83).
___ (42) (i) 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (May 2014) (41 U.S.C. chapter
83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 10877, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43).
___ (ii) Alternate I (May 2014) of 52.225-3.
___ (iii) Alternate II (May 2014) of 52.225-3.
___ (iv) Alternate III (May 2014) of 52.225-3.
___ (43) 52.225-5, Trade Agreements (Nov 2013) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note).
__X_ (44) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.s, proclamations, and statutes
administered by the Office of Foreign Assets Control of the Department of the Treasury).
___ (45) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013)
(Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note).
___ (46) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150).
___ (47) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C.
5150).
Page 23 of 38
RFQ PC-16-R-002
___ (48) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505), 10
U.S.C. 2307(f)).
___ (49) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 4505, 10 U.S.C. 2307(f)).
__X (50) 52.232-33, Payment by Electronic Funds Transfer System for Award Management (Jul 2013) (31
U.S.C. 3332).
___ (51) 52.232-34, Payment by Electronic Funds TransferOther Than System for Award Management (Jul
2013) (31 U.S.C. 3332).
___ (52) 52.232-36, Payment by Third Party (May 2014) (31 U.S.C. 3332).
___ (53) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a).
___ (54) (i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C.
Appx 1241(b) and 10 U.S.C. 2631).
___ (ii) Alternate I (Apr 2003) of 52.247-64.
(c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the
Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or
executive orders applicable to acquisitions of commercial items:
[Contracting Officer check as appropriate.]
___ (1) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495)
____ (2) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67.).
___ (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (Multiple
Year and Option Contracts) (May 2014) (29 U.S.C.206 and 41 U.S.C. chapter 67).
___ (5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (May
2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67).
___ (6) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for
Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67).
___ (7) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain
Services--Requirements (May 2014) (41 U.S.C. chapter 67).
____ (8) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2014) (E.O. 13658).
___ (9) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792).
___ (10) 52.237-11, Accepting and Dispensing of $1 Coin (Sep 2008) (31 U.S.C. 5112(p)(1)).
Page 24 of 38
RFQ PC-16-R-002
(d) Comptroller General Examination of Record The Contractor shall comply with the provisions of this paragraph (d) if
this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not
contain the clause at 52.215-2, Audit and Records -- Negotiation.
(1) The Comptroller General of the United States, or an authorized representative of the Comptroller General,
shall have access to and right to examine any of the Contractors directly pertinent records involving transactions
related to this contract.
(2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other
evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any
shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If
this contract is completely or partially terminated, the records relating to the work terminated shall be made
available for 3 years after any resulting final termination settlement. Records relating to appeals under the
disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made
available until such appeals, litigation, or claims are finally resolved.
(3) As used in this clause, records include books, documents, accounting procedures and practices, and other data,
regardless of type and regardless of form. This does not require the Contractor to create or maintain any record
that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law.
(e)
(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) and (d) of this clause, the
Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract
for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the
clause
(i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (41 U.S.C. 3509).
(ii) 52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (3)), in all
subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to
small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the
subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.
(iii) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in
accordance with paragraph (1) of FAR clause 52.222-17.
(iv) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).
(v) 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246).
(vi) 52.222-35, Equal Opportunity for Veterans (Jul 2014) (38 U.S.C. 4212).
(vii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793).
(viii) 52.222-37, Employment Reports on Veterans (Jul 2014) (38 U.S.C. 4212).
(ix) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010)
(E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40.
(x) 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67).
Page 25 of 38
RFQ PC-16-R-002
(xi) ____ (A) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O.
13627).
___ (B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 E.O. 13627).
(xii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for
Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter
67.)
(xiii) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for
Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67)
(xiv) 52.222-54, Employment Eligibility Verification (Aug 2013).
(xv) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2014) (E.O. 13658).
(xvi) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013)
(Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C.
2302 Note).
(xvii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C.
1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6.
(xviii) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C.
Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause
52.247-64.
(2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of
additional clauses necessary to satisfy its contractual obligations.
(End of Clause)
Alternate I (Feb 2000). As prescribed in 12.301(b)(4)(i), delete paragraph (d) from the basic clause, redesignate paragraph
(e) as paragraph (d), and revise the reference to paragraphs (a), (b), (c), or (d) of this clause in the redesignated
paragraph (d) to read paragraphs (a), (b), and (c) of this clause.
Alternate II (Apr 2015). As prescribed in 12.301(b)(4)(ii), substitute the following paragraphs (d)(1) and (e)(1) for
paragraphs (d)(1) and (e)(1) of the basic clause as follows:
(d)
(1) The Comptroller General of the United States, an appropriate Inspector General appointed under section 3 or
8G of the Inspector General Act of 1978 (5 U.S.C. App.), or an authorized representative of either of the
foregoing officials shall have access to and right to
(i) Examine any of the Contractors or any subcontractors records that pertain to, and involve
transactions relating to, this contract; and
(ii) Interview any officer or employee regarding such transactions.
Page 26 of 38
RFQ PC-16-R-002
(e)
(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), and (c), of this clause, the Contractor is
not required to flow down any FAR clause in a subcontract for commercial items, other than
(i) Paragraph (d) of this clause. This paragraph flows down to all subcontracts, except the authority of the
Inspector General under paragraph (d)(1)(ii) does not flow down; and
(ii) Those clauses listed in this paragraph (e)(1). Unless otherwise indicated below, the extent of the flow
down shall be as required by the clause
(A) 52.20313, Contractor Code of Business Ethics and Conduct (Apr 2010) (41 U.S.C. 3509).
(B) 52.203-15, Whistleblower Protections Under the American Recovery and Reinvestment Act
of 2009 (Jun 2010) (Section 1553 of Pub. L. 111-5).
(C) 52.2198, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (3)),
in all subcontracts that offer further subcontracting opportunities. If the subcontract (except
subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any
public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer
subcontracting opportunities.
(D) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).
(E) 52.22226, Equal Opportunity (Mar 2007) (E.O. 11246).
(F) 52.22235, Equal Opportunity for Veterans (Jul 2010) (38 U.S.C. 4212).
(G) 52.22236, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793).
(H) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec
2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.22240.
(I) 52.22241, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67).
(J) ____ (1) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and
E.O. 13627).
___ (2) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 E.O. 13627).
(K) 52.22251, Exemption from Application of the Service Contract Labor Standards to
Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May
2014) (41 U.S.C. chapter 67).
(L) 52.22253, Exemption from Application of the Service Contract Labor Standards to Contracts
for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67).
(M) 52.22254, Employment Eligibility Verification (Aug 2013).
Page 27 of 38
RFQ PC-16-R-002
(N) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2014) (E. O. 13658).
(O) 52.2266, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42
U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.2266.
(P) 52.24764, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46
U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph
(d) of FAR clause 52.24764.
(End of Clause)
I.3
The Government may require continued performance of any services within the limits and at the rates specified in the
contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of
Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not
exceed 6 months.
(End of Clause)
I.4
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 one (1) day; provided
that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 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 five (5)
years.
(End of Clause)
I.5
RFQ PC-16-R-002
(ii) In the event property is received by the Contractor, or for Government-furnished property after receipt
and installation, in a condition not suitable for its intended use, the Contracting Officer shall, upon the
Contractor's timely written request, advise the Contractor on a course of action to remedy the problem.
Such action may include repairing, replacing, modifying, returning, or otherwise disposing of the property
at the Government's expense. Upon completion of the required action(s), the Contracting Officer shall
consider an equitable adjustment to the contract (see also paragraph (f)(1)(ii)(A) of this clause).
(iii) The Government may, at its option, furnish property in an as-is condition. The Contractor will be
given the opportunity to inspect such property prior to the property being provided. In such cases, the
Government makes no warranty with respect to the serviceability and/or suitability of the property for
contract performance. Any repairs, replacement, and/or refurbishment shall be at the Contractor's
expense.
(3)(i) The Contracting Officer may by written notice, at any time
(A) Increase or decrease the amount of Government-furnished property under this contract;
(B) Substitute other Government-furnished property for the property previously furnished, to be
furnished, or to be acquired by the Contractor for the Government under this contract; or
(C) Withdraw authority to use property.
(ii) Upon completion of any action(s) under paragraph (d)(3)(i) of this clause, and the Contractor's timely
written request, the Contracting Officer shall consider an equitable adjustment to the contract.
(End of Clause)
I.6
NON-PERSONAL SERVICES
No personal services, as defined by subpart 37.104 of the FAR shall be performed under this contract. No Contractor
employee will be directly supervised by the Government. All individual employee assignments, and daily work direction,
shall be given by the applicable employee supervisor. If the Contractor believes any Government action or communication
has been given that would create a personal services relationship between the Government and any Contractor employee,
the Contractor shall promptly notify the Contracting Officer of this communication or action.
The Contractor shall not perform any inherently governmental functions under this contract. No Contractor employee
shall represent themselves to be a Government employee, agent, or representative. No Contractor employee shall state
orally or in writing at any time that he or she is acting on behalf of the Government. In all communications with third
parties in connection with this contract, Contractor employees shall identify themselves as Contractor employees and
specify the name of the company for which they work. In all communications with other Government agencies, the
Contractor employee shall state that he/she have no authority to in any way change the contract. If any Contractor believes
that a communication is a direction to change its contract, he or she should notify the appropriate Contracting Officer and
not carry out the direction until a clarification has been issued by the Contracting Officer.
The Contractor shall ensure that all of its employees working on this contract are informed of the substance of this clause.
Nothing in this clause shall limit the Government's rights in any way under any other provision of the contract, including
those related to the Government's right to inspect and accept the services to be performed under this contract. The
substance of this clause shall be included in all subcontracts at any tier.
I.7 USE OF PEACE CORPS RELATIONSHIP AND LOGO (May 2003).
Page 29 of 38
RFQ PC-16-R-002
Under the Peace Corps Act, no party is allowed to use the Peace Corps name or logo unless one is referring to official
Peace Corps programs and activities. The Contractor shall make no publicity announcements or issue other public
relations material mentioning the Contractor's connection with Peace Corps and or use of the Peace Corps logo without
the advance written concurrence of the Contracting Officer. Under no circumstances shall the Peace Corps name or logo
be used for personal or other non-official correspondence or e-mails.
(End of clauses)
Page 30 of 38
RFQ PC-16-R-002
Appendix 2
Appendix 3
EGRA Tool
Appendix 4
Page 31 of 38
RFQ PC-16-R-002
Page 32 of 38
RFQ PC-16-R-002
Technical, Past Performance and Pricing responses must be provided in three separate volumes.
The Contractor shall provide a detailed proposal with three components:
(1) Technical narrative detailing the Offerors approach to meeting the requirements described in the Statement of
Objectives,
(2) Past Performance information within the last three (3) years that is similar in scope.
(3) Price Proposal reflecting all costs to meet the requirement.
The text shall not be smaller than 12-pitch type and shall be on standard 8 by 11-inch size pages and submitted in
Word, Excel or PDF formats. Questions regarding this solicitation shall only be submitted in writing via email
to: dweimar@peacecorps.gov by 12 noon ET December 21, 2015. Proposals shall be submitted via email
to: dweimar@peacecorps.gov by 5pm ET January 5, 2016.
L.2.
The Offeror shall not merely offer to perform work in accordance with the Statement of Objectives, but shall outline the
actual work proposed as specifically as practical. The SOO reflects the objectives of the program; therefore, repeating the
SOO without sufficient elaboration is not acceptable. Volume I must address the following information to demonstrate the
Offerors technical capabilities. The PWS to be prepared by the Contractor, minimum of 15 pages and maximum of 25
pages should include:
Contractor Background and Qualifications, as noted under the Contractors minimum requirements discussion
above.
Project activities and timeline addressing Literacy Training and Support
Contractors plan to conduct Training of Trainer workshops for PCVs and Counterparts. This section shall
demonstrate the qualifications of staff that provide such training.
Contractors plan to purchase books and to transport and distribute library starter kits and related items for new
CLPs.
Contractors proposed plan and timeline to conduct technical support site visits to each CLP. The Contractor may
plan to visit two sites in one day, given the general proximity of sites and consistent with current practice.
Monitoring and Evaluation Activities and Timeline
Contractors plan to report back on the indicators mentioned above, including specific requirements Contractor
would like to make of Peace Corps Volunteers and Counterparts participating in the project.
Contractors evaluation plan consistent with requirements and expectations under Monitoring and Evaluation
section above. This should include: proposed evaluation design, methodology, and sampling plan; a data
collection plan that must include use of EGRA tool and may include additional data collection tools such as
surveys and field notes; a data analysis plan; the qualifications of evaluation team members; a timeline that
includes presentation of a preliminary report and a final report.
Contractor Quality Assurance Surveillance Plan (QASP) that demonstrates how your company will measure and
deliver quality services to the Peace Corps.
Page 33 of 38
L.3.
RFQ PC-16-R-002
Past Performance must include information on at least three (3) projects performed in the past three (3) years that are
similar in scope and complexity to the work to be performed under this contract
For each past performance reference, provide the following information:
(1) Contract number;
(2) Type of Contract;
(3) Dollar value;
(4) Period of Performance;
(5) Project/Requirement Description;
(6) Contract role (prime or sub); and
(7) Contact name, phone, email, and address of reference.
The Offeror shall forward the Past Performance Questionnaire Form (Appendix 4) for each of the references submitted in
the proposal. The Government reserves the right to contact any number of references and to use sources other than those
provided by the offeror to obtain information related to past performance and prior experience.
L.4
***All Peace Corps overseas contracts are fixed price contracts; however a line-item price proposal is required to be
submitted in Word or Excel format. Therefore, indirect costs shall not be proposed as a single line item but must be
rolled into each individual budget line item. ***
Budget constraints
Peace Corps intends to award a contract for these services for a one-year base period with two option years. Through an
agreement with USAID, a maximum of $465,000 has been budgeted for such purpose over three years as follows:
The following is general guidance regarding what Offerors should budget for:
1.
-
Personnel costs
This may be partial time costs of staff such as a project coordinator, driver, or administrative assistant
It may be professional service costs for data analysis and evaluation or for a trainer
2.
-
3.
Early Grade Reading ActivitiesCommunity Library Projects (EGRA-CLP) Implementation Guide for PCVs
and Counterparts
Page 34 of 38
RFQ PC-16-R-002
4.
-
Travel
Per diem and lodging costs, estimating 60-70 travel days per year for two travelers in accordance with the
Department of States rates per: https://aoprals.state.gov/content.asp?content_id=184&menu_id=78
Vehicle usage costs for travel, including fuel, maintenance etc.
Travel to Maputo for one person, two trips per year, for two day meetings with Peace Corps and USAID in
accordance with the Department of States rates per: https://aoprals.state.gov/content.asp?content_id=184&menu_id=78
5.
-
Materials for new sites (books, literacy supplies/kits, and trunks), projecting 20 new sites annually 20 library starter sets and book display bags, and consisting of 150 books each (may not exceed $10-15 per book
and $6-8 per book bag)
20 trunks that are needed to transport and store library starter sets/books (may not exceed $50 each)
20 sets of starter library supplies, such as banners, flash cards, decodable books, read-aloud books, alphabet charts
etc. (may not exceed $60 per set)
Shipment costs for trunks/books as necessary (may estimate $50 each for 30 kg shipment)
6.
-
7.
In additional to the line item price proposal, the Contractor shall propose a payment schedule based on the following
deliverables (at the time of award, the negotiated payment schedule will be incorporated into this section):
v.
vi.
vii.
viii.
Proposed timeline to conduct Training of Trainer workshops for PCVs and Counterparts and the total due
upon completion.
Proposed timeline to purchase books and to transport and distribute library starter kits and related items for
new CLPs and the total due upon delivery of each.
Proposed timeline to conduct technical support site visits to each CLP. The Contractor may plan to visit two
sites in one day, given the general proximity of sites and consistent with current practice; the total due upon
completion.
Proposed timeline for successful, complete submission of all Monitoring & Evaluation (M&E)-related reports
and deliverables (as outlined in the Statement of Objectives (SOO) and the total due upon delivery of each.
L.5 52.233-2
(a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and
copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting
Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from:
Molly Mimier
1111 20th Street NW 5th Floor
Washington, DC
Page 35 of 38
RFQ PC-16-R-002
(b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the
GAO.
(End of Provision)
Page 36 of 38
RFQ PC-16-R-002
The award will be made on a best value/tradeoff basis. Technical and past performance, when combined, outweigh price.
M.2
The Government will consider the quality of the technical response addressing all elements of the SOO and demonstrating
qualifications and experience of contractor personnel including, but not limited to, first-hand literacy project and training
of trainers experience, as well as experience in M&E of international development projects related to literacy and/or
education.
M.3
The Government will consider the performance quality of recent and relevant efforts. Recent past performance is hereby
defined as a project for which its period of performance ended within the past three years of the proposal submission date.
Relevant past performance is hereby defined as a project for which is similar in size, scope, and complexity of this
requirement.
M.4
PRICE EVALUATIONS
The Government will evaluate offer for award purposes. In order to be considered for award, the price must be
determined to be fair and reasonable.
M. 5
The following adjectival ratings will be used to evaluate the content of the technical volume other than past performance:
Table 1. Technical Capability Factor Ratings
OUTSTANDING
Proposal satisfies all of the Governments requirements and indicates thorough and comprehensive
understanding of the requirement and offers numerous significant strengths, which are not offset by
weaknesses, with an overall low degree of risk in meeting the Governments requirement.
GOOD
Proposal satisfies all of the Governments requirements and indicates a thorough understanding of the
requirement and offers some significant strengths or numerous minor strengths, which are not offset by
weaknesses, with an overall low to moderate degree of risk in meeting the Governments requirement.
ACCEP TABLE
Proposal satisfies all of the Governments requirements and indicates an adequate understanding of the
requirement, with an overall moderate to high degree of risk in meeting the Governments requirement.
M ARGINAL
Proposal satisfies the Governments entire requirement but indicates a superficial or vague
understanding of the requirement, with an overall high degree of risk in meeting the Governments
requirement.
UNACCEP TABLE
The Proposal contains major error(s), omission(s) or deficiency (ies) and indicates a lack of
understanding of the requirement and cannot be expected to meet the requirement or involves a very
high risk.
Page 37 of 38
RFQ PC-16-R-002
The Government will evaluate the Past Performance with the following ratings detailed in Table 2:
Table 2. Past Performance Factor Confidence Assessment
Rating
Description
ACCEP TABLE
Based on the Offerors recent/relevant performance record, the Government has a reasonable
expectation that the Offeror will successfully perform the required effort.
UNACCEP TABLE
Based on the Offerors recent/relevant performance record, the Government has no expectation
that the Offeror will be able to successfully perform the required effort.
NEUTRAL
Page 38 of 38