MONITORING, EVALUATION, AND LEARNING SPECIALISTS (MELS) SUPPORT FOR EASTERN CARIBBEAN, JAMAICA, AND BELIZE
ID: 20343125R00001Type: Solicitation
Overview

Buyer

TREASURY, DEPARTMENT OF THEBUREAU OF THE FISCAL SERVICEARC DIV PROC SVCS - IAFPARKERSBURG, WV, 26101, USA

NAICS

Administrative Management and General Management Consulting Services (541611)

PSC

SUPPORT- ADMINISTRATIVE: OTHER (R699)
Timeline
    Description

    The Department of the Treasury, specifically the Bureau of the Fiscal Service, is seeking applications for Monitoring, Evaluation, and Learning Specialists (MELS) to support the Inter-American Foundation (IAF) in the Eastern Caribbean, Jamaica, and Belize. The selected contractor will provide comprehensive monitoring, evaluation, and learning services for approximately 30 grants, requiring relevant qualifications such as a bachelor’s degree, five years of experience, and fluency in the local language. This contract, structured as a Time and Material Contract, will span one 12-month base period with two optional 12-month extensions, emphasizing the importance of effective oversight in government-funded initiatives. Interested applicants should contact Jason Young or Melissa Caplinger at purchasing@fiscal.treasury.gov for further details, and must ensure their registration in the System for Award Management (SAM) prior to submission.

    Point(s) of Contact
    Files
    Title
    Posted
    The Bureau of the Fiscal Service is seeking applications for a Monitoring, Evaluation, and Learning Specialist (MELS) to support the Inter-American Foundation (IAF) in the Eastern Caribbean, Jamaica, and Belize. This contract involves providing comprehensive monitoring, evaluation, and learning services for approximately 30 grants. Applicants must demonstrate relevant qualifications, including a bachelor’s degree, five years of relevant experience, and fluency in the local language. The application must include a cover letter, CV, references, educational qualifications, a writing sample, and a pricing proposal. The contract may last up to three years and requires candidates to maintain registration in the System for Award Management (SAM). The MELS will engage directly with grantees throughout the grant cycle, conducting orientation, monitoring, and evaluation visits. They will collaborate with IAF country teams and contribute to the foundation's learning initiatives. The document outlines a structured selection process, including an initial review, assessment of qualifications, interviews, reference checks, and evaluation of pricing proposals, ensuring a meticulous approach to finding qualified candidates for enhancing grassroots development in the targeted regions.
    This document outlines a pricing sheet for the role of Monitoring, Evaluation, and Learning Specialist within the ECAR/JA/BE initiative. It details the labor requirements for a three-year contract, segmented into a base period and two option periods. For each year, it specifies the number of labor days allocated for two categories: MELS and Support MELS, with 247 and 136 respective days in the first year, decreasing slightly in the following years. The total days across all periods are stated, though it remains to be determined with the fixed daily rate set to be determined, leading to an undefined total labor cost. Overall, the sheet indicates the structured approach taken towards budgeting and labor planning for effective monitoring and evaluation within government projects, emphasizing accountability and strategic investment for optimal resource utilization in compliance with federal RFP standards.
    The document outlines the Advance Payment Guidelines for contractors working with the Inter-American Foundation (IAF) in accordance with federal regulations, specifically FAR Part 32. It explains that certain transactions are exempt from these regulations based on statutory authority, including the Federal Property and Administrative Services Act and the Foreign Assistance Act. Contractors may request advance payments for periods up to three months to cover specific expenses, including travel and costs related to workshops, while discouraging the use of funds for operational overhead. Contractors must submit an advance payment request to the IAF Contracting Officer’s Representative for approval and must provide documentation on the use of advanced funds once received. Any outstanding balance from the advance payment will be deducted from the final invoice. This document serves as guidelines for managing advance payments and ensuring accountability in federal contracting, particularly for small and disadvantaged businesses, within the realm of government-funded initiatives.
    The document is an Advance Payment Form used for federal contracting purposes, designed to facilitate contractors in requesting advance payments for specific items outlined in their contract. It includes sections for essential information such as the invoice number, date, contract number, and contractor details, including name, mailing address, phone, fax, and email. The primary focus is on justifying the advance payment request by listing items, providing justifications, and estimating costs. The form requires a total cost tally for the requested advance payments. This format is crucial within government RFPs and grants as it standardizes requests for funding, ensures accountability, and maintains transparent financial management practices in compliance with federal and state contracting regulations.
    The document is an attachment to Request for Proposals (RFP) number 20343125R00001, focusing on the requirement for contractor references in a bid submission. It outlines a structured format for presenting three professional references, including the names, titles, company affiliations, emails, phone numbers, and the relationship of each reference to the applicant. This information is essential for the evaluation of contractor qualifications as part of the RFP process. The references are used to verify the contractor's past performance and reliability, which are critical criteria in the selection for federal grants or state/local projects. The clear organization of the referenced items underscores the importance of thorough documentation in the competitive bidding landscape, reflecting the rigor of the federal grant and RFP evaluation process.
    The document outlines the questions and answers regarding the Monitoring, Evaluation, and Learning (MEL) services RFP 20343125R00001 issued by the Inter-American Foundation (IAF). Key points include that organizations contracted for MEL services cannot submit grant proposals to the IAF, and all contractors must have a physical presence in Miami-Dade County, Florida, with no travel reimbursements provided for relocation. The document specifies that the selected contractor will engage weekly with IAF teams, utilize an online Grants Management System for MEL activities, and be responsible for arranging logistically challenging field visits. Pricing will be assessed based on technical qualifications combined with adherence to U.S. Embassy rates, rather than lowest price. There will be established benchmarks for evaluating grantee training, and references from previous work are encouraged, including international ones. Upon contract award, a Project Assignment List will guide the contractor. The document underscores the IAF's intent to ensure effective monitoring and reporting while providing support tools and historical data to facilitate onboarding. Overall, it emphasizes the IAF’s structured approach to soliciting services, ensuring compliance with guidelines, and fostering effective contractor engagements.
    Similar Opportunities
    International Financial Sector Advisor - Personal Services Contractor
    Buyer not available
    The Department of the Treasury is seeking qualified individuals to serve as International Financial Sector Advisors under personal services contracts for its Banking & Financial Services Program. The advisors will be responsible for promoting responsible and inclusive financial sector development in emerging or transitional economies, requiring expertise in areas such as banking supervision, financial inclusion, and central bank operations. This opportunity is critical for supporting U.S. Treasury and government objectives in developing countries, with candidates expected to have relevant experience and the ability to travel internationally. Interested applicants must submit a cover letter and resume to recruitment@ota.treas.gov, referencing Solicitation 2032K825R00006, with applications accepted until June 30, 2025.
    Program Officer - Personal Services Contractor
    Buyer not available
    The U.S. Department of the Treasury is seeking qualified candidates for the position of Program Officer under personal services contracts within its Office of Technical Assistance (OTA) in Washington, DC. The selected individuals will provide administrative and logistical support for international technical assistance projects across five functional areas, including economic crimes and financial accountability, while assisting in the deployment of expert advisors and managing project proposals and budgets. This role is crucial for the effective implementation of OTA's initiatives in developing and transitional countries, ensuring that projects are well-coordinated and monitored. Interested applicants must submit a cover letter and resume via email to recruitment@ota.treas.gov, referencing Solicitation 2032K825R00007, with applications accepted until June 30, 2025, although selections may occur prior to this date. The salary ranges from $33.50 to $63.17 per hour, and candidates must be U.S. citizens eligible for security clearance.
    Economic Crimes Team Advisor - Personal Services Contractor
    Buyer not available
    The U.S. Department of the Treasury, Office of Technical Assistance (OTA), is seeking qualified candidates for the position of Economic Crimes Team Advisor under a personal services contract. The advisors will provide technical assistance in developing and implementing anti-money laundering and countering the financing of terrorism (AML/CFT) regimes in developing and transitional economies, requiring significant international travel. This role is critical for enhancing international financial security and stability through partnerships with foreign government agencies. Interested applicants must submit a cover letter and resume to recruitment@ota.treas.gov, referencing Solicitation 2032K825R00005, with applications accepted until May 30, 2025.
    Revenue Policy/Administration/Customs Advisors - Personal Services Contractor
    Buyer not available
    The U.S. Department of the Treasury, specifically the Office of Technical Assistance (OTA), is seeking experienced professionals for the role of Revenue Policy/Administration/Customs Advisors under personal services contracts. The primary objective is to provide global technical assistance in revenue policy and administration, including customs compliance, with assignments available in various regions such as Africa, Asia, Europe, and South and Central America. This opportunity is critical for supporting U.S. economic and national security objectives in developing and transitional countries, with a focus on enhancing revenue administration and customs processes. Interested candidates must submit a cover letter and resume via email to recruitment@ota.treas.gov, referencing Solicitation 2032K825R0004, with applications accepted until May 31, 2025.
    Broad Government Announcement - DFC Personal Services Contractor (PSC) Program
    Buyer not available
    The U.S. International Development Finance Corporation (DFC) is seeking quotes for Personal Services Contractor (PSC) positions through a Broad Government Announcement (BGA) aimed at enhancing its contracting program. This initiative, authorized by the BUILD Act of 2018, allows DFC to engage individuals for personal services that will not classify them as federal employees, with contracts anticipated to be awarded over a five-year period. The roles available include positions focused on gender equity, catalytic investments, and media relations, all crucial for DFC's mission to mobilize private capital in developing economies. Interested applicants must be U.S. citizens and are encouraged to submit their proposals via email to the DFC Acquisitions Team at PSCQuotes@dfc.gov, with evaluations occurring bi-monthly over the next twelve months.
    Infrastructure Finance Advisor - Personal Services Contractor
    Buyer not available
    The U.S. Department of the Treasury is seeking qualified candidates for the position of Infrastructure Finance Advisor under personal services contracts through its Office of Technical Assistance (OTA). The advisors will provide technical assistance to emerging market governments, focusing on enhancing their capacity to develop financially sound infrastructure programs and effectively implement Public-Private Partnership (P3) models. This role is critical for supporting the development of infrastructure projects globally, with significant international travel required for assignments that may last up to one year. Interested applicants must submit a cover letter and resume to recruitment@ota.treas.gov, referencing Solicitation 2032K825R00002, by April 15, 2025, with salaries ranging from $78.56 to $97.70 per hour based on qualifications.
    CFO Program and Project Mgmt Support
    Buyer not available
    The Department of the Treasury, specifically the Internal Revenue Service (IRS), is seeking contractor support for its Chief Financial Officer (CFO) Program and Project Management Services. The objective of this procurement is to develop a Strategic Framework and provide comprehensive program and project management services aimed at enhancing operational efficiency within the IRS. This initiative is crucial for aligning current operations with future objectives, facilitating stakeholder engagement, and supporting innovation through process reengineering and analytics. The contract will have a base period of 12 months with four option years, requiring personnel with project management certification and relevant expertise. Interested parties should note that the federal government will retain ownership of all produced materials, and they are encouraged to engage in a collaborative approach that aligns with IRS goals. For further details, potential bidders should refer to the official procurement notice.
    DANTES Military Training Evaluation Program
    Buyer not available
    The Department of Defense, through the Defense Human Resources Activity, is soliciting proposals for the DANTES Military Training Evaluation Program (MTEP), aimed at evaluating and validating college credit for military training to facilitate service members' transition to civilian careers. The contract will focus on enhancing MTEP’s capacity to document military learning, improve validation methods, and ensure data interoperability among stakeholders, with services required from June 1, 2025, to March 31, 2026, and options for renewal through 2030. This initiative underscores the importance of recognizing military educational achievements and supporting the professional growth of service members, while also emphasizing compliance with federal regulations, including accessibility standards under Section 508. Interested contractors, particularly Women-Owned Small Businesses, should direct inquiries to Jada Weaver at jada.a.weaver.civ@mail.mil or Mike Carnley at charles.m.carnley.civ@mail.mil, with proposals due by the specified deadlines.
    Millennium Challenge Corporation's (MCC) FY 2025 Business Forecast
    Buyer not available
    The Millennium Challenge Corporation (MCC) is releasing its Fiscal Year 2025 Business Forecast, aimed at informing small businesses and stakeholders about upcoming contract opportunities. The forecast outlines anticipated contract actions exceeding $250,000, primarily focused on services and goods that support economic growth initiatives in low-income foreign countries, alongside some domestic operational requirements. This initiative is crucial for enhancing MCC's mission to reduce poverty through economic development, with a variety of contract types including Time & Materials and Firm-Fixed Price agreements. Interested parties are encouraged to submit questions regarding the forecast to Lisa M. Smith at smithl@mcc.gov by noon EST on December 2, 2024, to ensure clarity and engagement in the procurement process.
    Lepe, ns-Lepe, SNI, IFS, BPS Currency Strap and Bundle Band Rolls
    Buyer not available
    The Department of the Treasury, through the Bureau of Engraving and Printing (BEP), is seeking proposals for the procurement of currency strap and bundle band rolls, essential for packaging Federal Reserve Notes (FRN). This opportunity is a 100% Small Business set-aside and encompasses a five-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract, with a minimum contract value of $180,015.67 and a maximum aggregate limitation of $3.478 million over five ordering periods. Interested vendors must adhere to specific technical requirements, including quality assurance standards and environmental health and safety regulations, with proposals due by May 1, 2025. For further inquiries, potential bidders can contact Benjamin Demeter at benjamin.demeter@bep.gov or 202-874-3857.