Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 09, 2003 FBO #0587
SOLICITATION NOTICE

R -- Senior Water Resources Engineer

Notice Date
7/7/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Agency for International Development, Overseas Missions, West Bank, Gaza USAID-West Bank, Amer Emb/Tel Aviv Unit #7228, APO, AE, 09892-0206
 
ZIP Code
09892-0206
 
Solicitation Number
PSC294-2003-015
 
Response Due
8/6/2003
 
Archive Date
8/21/2003
 
Point of Contact
Sandy Sakran, Procurement Specialist, Phone 011-972-3-511-4870, Fax 011-972-3-511-4893, - Erin McKee, Contracting Officer, Phone 9-001-972-3-511-4848, Fax 9-001-972-3-511-4888,
 
E-Mail Address
ssakran@usaid.gov, emckee@usaid.gov
 
Description
SOLICITATION NO.: PSC 294-2003-015 ISSUANCE DATE: July 7, 2003 CLOSING DATE: August 6, 2003 Gentlemen/Ladies: Subject: US PSC Vacancy – Senior Water Resources Engineer (2 years Renewable) The United States Government, represented by the U.S. Agency for International Development (USAID), is seeking proposals (Standard Form 171's / or / Optional Application for Federal Employment Form (OF-612)) from persons interested in providing the Personal Services Contract (PSC) services described below. Submissions shall be in accordance with the attached information at the place and time specified. Any questions may be directed to Ms. Sandy Sakran who may be reached at Fax No. 972-3-511-4893, or E-mail address: ssakran@usaid.gov. Offerors should retain for their records copies of all enclosures which accompany their proposals. This solicitation does not represent a commitment on behalf of the USAID. The U.S. Government is not obligated to make an award or to pay for any costs associated with the preparation and submission of a proposal in response to this solicitation. USAID reserves the right to award all or none of the contracts contemplated herein, subject to availability of funds. Sincerely, Erin E. McKee Contracting Officer SOLICITATION NUMBER: 294-2003-015 ISSUANCE DATE: July 7, 2003 CLOSING DATE: August 6, 2003 POSITION TITLE: Senior Water Resources Engineer MARKET VALUE: The market value for this PSC is equivalent to a GS-14 level. The salary range for a GS-14 level is $72,381.00 to $94,098.00. In addition, the Mission has 10% Post Differential rate and a 20% danger pay rate. The salary will be determined based on past salary history and experience of the successful candidate within the above mentioned salary range. BACKGROUND: The U.S. Agency for International Development (USAID) is an essential element of the U.S. Government's role in the Palestinian-Israeli peace process. USAID assistance supports U.S. interests in promoting regional stability, economic prosperity and adherence to democratic principles, and is designed to put the fundamentals in place for long-term, sustainable development. The Strategic Objective of the Water Resources Office is to provide greater access to and more effective use of scarce water resources. II. PROGRAM OBJECTIVES The Water Resource Engineering Manager is required to assist USAID/West Bank and Gaza program with the management of implementation and design of water and sanitation programs in the Palestinian West Bank and Gaza. The manager is needed to meet demands that the USAID Mission established to manage and monitor construction and design work, ensure that contractor quality and milestones are met, and to participate in meetings. The services of the Water Resource Engineering manager is requested for a designated period of two years, after which one year renewable extensions may be possible through the duration of the program once the position is reviewed in light of the security situation and possible changes in the USAID Mission strategy. III. SCOPE OF WORK The contractor shall provide technical assistance to USAID in planning and implementing the development of water resources in the West Bank and, to a lesser extent, Gaza. The specific areas of technical assistance include water resource and facility planning and design, institutional development, construction of major water supply and distribution facilities, operation and maintenance (O&M) planning and management, planning and development of wastewater treatment facilities, and training support. The primary role of the contractor is to oversee specific activities being undertaken by USAID in the water resource sector in the West Bank and Gaza under the proposed Integrated Water Resources Management Program, to ensure their timely and effective implementation. The contractor shall also provide technical guidance on all activities in USAID’s Water Resources Strategic Objective. In this assignment, the contractor shall regularly review conditions in the sector and gauge the extent to which progress is being achieved implementing appropriate construction, operation, maintenance and management activities of facilities place in service. This will involve close liaison with technical firms and construction contractors implementing activities under the program, as well as with relevant Palestinian counterparts, such as the Palestinian Water Authority (PWA) and the West Bank Water Department (WBWD). He/she will regularly examine the status of construction activities, planning, schedules, contracts, design criteria, O&M plans, training activities, and recommend adjustments or improvements as appropriate. IV. Specific Assignment The contractor shall assist technical firms, construction contractors, the PWA, the WBWD and others, as appropriate, in carrying out activities in the water resources sector such as facility planning, construction of infrastructure, institutional strengthening programs, and training. The contractor shall assume the following specific duties and responsibilities: 1. Provide TA and liaison between technical firms, construction contractors, USAID and other agencies involved on behalf of the PWA and WBWD in areas of planning and construction of the water resources and facilities in the West Bank and Gaza, O&M program development, wastewater treatment and wastewater reuse programs and performance monitoring of these activities. 2. Provide TA and liaison between technical assistance firms, construction contractors, and the PWA and WBWD on behalf of USAID regarding provisional acceptance of facilities, start-up, operation and maintenance on newly built and upgraded systems provided through this program. 3. Advise the PWA and WBWD, as directed on the review and implementation of the Integrated Water Resources Management plan of the West Bank, and feasibility studies for bulk water supply and transmission facilities. 4. Assist the PWA and USAID in preparing procurement documents to carry out the proposed interventions under the Integrated Water Resources Management Program. 5. Represent USAID, as directed, in monitoring USAID-financed planning, construction, procurement activities, institutional support and O&M training activities within the water resources sector. Prepare draft correspondence regarding problems or concerns that threaten the success of the program. 6. The contractor shall provide three copies of monthly progress reports and summaries (minutes) of important meetings to USAID/WRO. 7. Within sixty days of the start of contract work, the contractor shall prepare a comprehensive work plan which discusses objectives to be achieved, approach to be used in the implementation of each scope of work element, and a schedule which identifies appropriate milestones for attaining each of these objectives and which incorporates reasonable and reliable means of verification. This work plan shall be reviewed and updated semi-annually together with the USAID Project Officer. Adjustments to the work plan and schedule shall be made, as appropriate, depending on program needs. An annual evaluation of the contractor’s performance will be conducted, based on progress toward achieving the work plan targets. IV. QUALIFICATIONS The manager shall have the following experience and skills: 1. The candidate should have at least five years of demonstrated professional experience in a position as a water resources engineer, a hydrologist, a sanitary/environmental engineer, or combination thereof. The possession, by the USPSC, of a current and active U.S. Professional Engineering License or an equivalent by comity is required. 2. Experience in institutional capacity building and utility management is preferred; 3. International experience, preferably in the Middle East, is required; 4. A Bachelor of Science in Civil Engineering degree is required, a graduate degree in a field related to water resources is preferred. 5. Relevant experience with USAID-financed activities and/or involvement with donor assisted programs is highly desirable; 6. Excellent spoken and written English is required; 7. Strong interpersonal and team building skills are essential. 8. Knowledge of USAID regulations and policies is highly desirable. V. REPORTING REQUIREMENTS AND SCHEDULE The contractor will report to the Chief Engineer of the Water Resources Office or his/her designee(s). As such, s/he will be expected to provide routine briefings on the program to the Office Director, Deputy Mission Director, Mission Director and Key staff, and represent USAID at meetings sponsored by PWA or USAID-financed contractors related to the Integrated Water Resources Management Program. S/he will be expected to keep records of site visits, meetings and key telecommunications, as well as prepare monthly reports on the status of the progress of the program. VI. SPECIAL CONSIDERATIONS Danger pay is provided for travel to West Bank and Gaza and in Tel Aviv and Jerusalem. The position is at the equivalence of a GS-14 level. ` ` VII. TIMING OF CONTRACT: The contractor should be available to start as soon as possible subject to appropriate medical and security clearances. VIII. APPLICATIONS: Interested individuals are requested to submit an Optional Application for Federal Employment Form (OF-612) or a Standard Form 171. The following forms will also be requested once an individual is selected: *1. Contractor Physical Examination (AID Form 1420-62) *2. Questionnaire for Sensitive Positions (for National Security (SF86) or *3. Questionnaire for Non-Sensitive Positions (SF-85) *4. Finger Print Card (FD-258) NOTE: Form 4 is available from the Contracting Office * The forms listed 1 through 4 shall only be completed upon the advice of the Contracting Officer that an applicant is the successful candidate for the job. This solicitation is issued as of the date of this letter and closes at 16:00 on August 6, 2003 local time, Tel Aviv, Israel. This office must receive your application prior to the closing date and time in order for you to be considered for this position. Please send your application to the attention of Ms. Erin E. McKee, Contracting Officer, using one of the following addresses, as applicable. U.S. Mail Address: USAID UNIT 7228, BOX 0026 APO, AE 09830 Delivered by Courier or Express Mail: USAID,C/O US EMBASSY 71 HAYARKON ST. TEL AVIV, ISRAEL 63903 This solicitation does not represent a commitment on behalf of the USAID. The U.S. Government is not obligated to make an award or to pay for any costs associated with the preparation and submission of a proposal in response to this solicitation. ================================================================ AS A MATTER OF POLICY, AND AS APPROPRIATE, A PSC IS NORMALLY AUTHORIZED THE FOLLOWING BENEFITS: 1. BENEFITS Employee's FICA Contribution Contribution toward Health and Life Insurance Pay Comparability Adjustment Annual Increase Eligibility for Worker's Compensation Annual & Sick Leave 2. ALLOWANCES (If Applicable). ** (A) Temporary Lodging Allowance (Section 120) (B) Living Quarters Allowance (Section 130) (C) Post Allowance (Section 220) (D) Supplemental Post Allowance (Section 230) (E) Separate Maintenance Allowance (Section 260) (F) Education Allowance (Section 270) (G) Education Travel (Section 280) (H) Post Differential (Chapter 500) (I) Payments during Evacuation/Authorized Departure (Section 600), and (J) Danger Pay (Section 650) ** Standardized Regulations (Government Civilians Foreign Areas) 2. CONTRACT INFORMATION BULLETINS (CIBs) PERTAINING TO PSCs 01-10 Revision of Medical Clearance Process-Personal Services Contracts (PSCs) with U.S. Citizens. 01-07 Clarification of the Extension/Renewal Policy Regarding Personal Services Contracts (PSCs) 00-08 Revision of Competitive Process-Personal Services Contracts (PSCs) with U.S. Citizens. 00-05 Personal Services Contracts (PSCs) Annual Health Insurance Costs. 00-03 2000 FICA and Medicare Tax Rates for Personal Services Contracts(PSCs) 99-22 PSC Policy 99-15 Changes to AIDAR Concerning Resident Hires and Deviations. 98-24 Use of Compensatory (Comp) Time by PSCs 98-23 Guidance Regarding Classified Contract Security and Contractor Personnel Security Requirements. 98-19 Home Leave under U.S. Personal Services Contractors (PSCs) 98-16 Annual Salary Increase for USPSCs 98-14 Change in Required Application Form for USPSCs 98-12 Guidance Regarding Advertisement of Personal Services Contracts (PSCs), and Requirements for Evaluating Applications for PSCSs 97-20 Requirements for Full Reimbursement of M&IE Expenses to USAID Direct Contractors and PSCs. 97-17 PSCSs with U.S. Citizens or U.S. Residents Aliens Recruited from the U.S. 97-6 Contractual Coverage for Medical Evacuation(MEDEVAC) Services 97-3 New USAID Contractor Employee Physical Examination 96-23 Unauthorized Provision in Personal Services Contract 96-19 U.S. Personal Service Contract (USPSC) Leave 96-8 Determining a Market Value for PSCs Hired Under Appendix D, Handbook 14 94-9 Sunday Pay for U.S. Personal Services Contractors (PSC) 93-17 Financial Disclosure Requirements Under a Personal Services Contract (PSC) 89-29 Use of Government Bill of Lading for Transportation of Personal Service Contractor (PSC) Household Effects, Unaccompanied Baggage, and Privately Owned Vehicles. Subject to Availability of Funds.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/AID/OM/WES/PSC294-2003-015/listing.html)
 
Place of Performance
Address: West Bank & Gaza
Country: Israel
 
Record
SN00365673-F 20030709/030707221338 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.