Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 29, 2006 FBO #1615
SOLICITATION NOTICE

R -- Africa Communications and Marketing Advisor

Notice Date
4/27/2006
 
Notice Type
Solicitation Notice
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
African Development Foundation, African Development Foundation, African Development Foundation, Washington, DC, 1400 Eye Street, N.W. Suite 1000, 10th Floor, Washington, DC, 20005
 
ZIP Code
20005
 
Solicitation Number
CN06-C-007
 
Response Due
5/15/2006
 
Archive Date
5/30/2006
 
Description
Africa Communications and Marketing Advisor This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number ADF-06-C-007 is issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-18. The African Development Foundation (ADF), a U.S. Government Corporation fostering grassroots participatory development in Africa, is recruiting one individual on a personal service contract basis for the position of Communications and Marketing Advisor. The period of service consists of a 16 month base period with 3 one-year option periods. The contractor will be based in Ghana. The North American Industry Classification System (NAICS) code for this acquisition is 541611, Administrative Management and General Management Consulting Services, and the small business size standard is $6.0 million. Background: ADF currently works in 16 countries across Africa and has an opportunity to position itself in a new light within the development marketplace. Over the past 5 years, ADF has undertaken a number of organizational changes and refinements in its business model, the most significant of which include: 1) adoption of a new five year strategic plan with very bold operational performance targets, 2) the implementation of a new client-focused performance measurement system, 3) a commitment to effect continuous improvements in ADF?s internal processes, 4) development of new strategic program partnerships to leverage additional resources, 5) a commitment to establish community development enterprise venture capital funds, 6) the establishment of an Africa-based regional operations office to provide better guidance and oversight to country operations teams, 7) an enhanced commitment to provide organizational development assistance to its country implementation partners, 8) a commitment to document, incorporate and disseminate lessons learned from ADF?s on the ground operations, and 9) the establishment of a new division focused on improved communications and outreach with ADF?s major stakeholders and constituency groups. All of the above factors converge to underscore the need and opportunity for ADF to launch a high quality, uniform, consistent, customer focused branding and communications strategy as well as a comprehensive knowledge management and best practices initiative. These two initiatives are in direct support of two of ADF?s major strategic program objectives: 1. To build sustainable development organizations and business advisory services that provide technical assistance and training to enterprises and community groups; and 2. To promote and disseminate international and ADF best practices, lessons learned, and successful models for African-driven development. Item 1. Job Summary The Communications and Marketing Advisor (CMA) will work under the direction of ADF?s CEO for Africa Operations and in collaboration with ADF regional program advisors and ADF/Washington senior managers to implement a comprehensive program initiative called the Partner Communications, Organizational Development and Branding Initiative. The overall goal of the initiative and purpose for the CMA function is to provide support to ADF country implementing partners in identifying, promoting and utilizing best practices to develop world class enterprise development capabilities, build a uniform and consistent brand identity for all ADF partners, and to make significant contributions to the enterprise development best practice community. The initiative and function will have three major program focuses: 1.Partner Organizational Development. ADF?s Regional Program Advisory Team has an operational mandate to assist ADF partner organizations across Africa in improving and refining their capacity to provide consistent, uniform high quality enterprise and business development support to indigenous enterprises receiving ADF financial assistance. This requires the development and dissemination of a comprehensive portfolio of tools, products and services, protocols and communications designed to assist ADF supported enterprises to improve their operating processes and make it possible for the enterprises to operate effectively. 2.Knowledge Management and Best Practices. The CMA function will also be charged with responsibility for leading the development and implementation of field-based knowledge management and best practices initiative. The primary purpose of this initiative is to ensure that ADF?s field entities are able to identify and document ADF?s operational practices that have been proven to work well and produce good results. These will then be shared amongst the ADF field offices and with other practitioners with a view to learning from others and re-using knowledge. 3.Branding, Communications and Marketing. The CMA will also be charged with developing, implementing and managing a comprehensive field-based communications and marketing strategy. The strategy will include the development of an ADF-Africa Partners brand which meets the need s of ADF?s partners to maintain their own name, logo and brand ? while establishing a uniform visibility and control over how ADF and its partners position themselves and collectively communicate ADF?s value proposition and strategic approach to development in Africa. This initiative will provide the foundation for ADF?s Africa Partners? verbal, print and electronic communications and marketing. It will also seek to strengthen ADF?s visibility across Africa and within the economic development community, help ADF to identify and take on new strategic partnerships and to leverage lessons learned across the development arena. Item 2. Scope of Work (SOW) -- Specific Duties The services provided by the Communications and Marketing Advisor comprise a range of services, including: brand management; strategic planning; market and gap analysis; project and vendor management; organizational development and capacity building; writing and editing; and representing ADF publicly. Specifically, the services provided will include the following key areas: 1.Brand management. The CMA will work with ADF/Washington?s Communications Director and internal stakeholders, ADF regional advisors, country representatives, country partners and outside vendors to adapt the ADF corporate brand to apply uniformly across the ADF field network, design and produce key components of the partner network brand, provide brand training/coaching to ADF partners and staff, and provide ongoing oversight of the deployment and promotion of ADF partners? branding. 2.Communications and marketing -- strategic planning. The CMA will be responsible to develop communications and marketing plans for the ADF-Africa regional office, country representatives and partner organizations. This will involve reviewing existing collateral and marketing efforts of country representatives and partner organizations, identifying strengths and opportunities for each office, assess the marketing and communications channels available to ADF and its partners (in each of the 16 countries in which ADF operates) to determine optimal communications channels and timing. 3.Knowledge management, best practices and lessons learned. The CMA will be responsible for creating a process, developing and implementing strategies for ADF Field Operations? knowledge management and information dissemination. The creation of a process by which ADF field best practices and lessons learned can be identified, documented, validated, produced, disseminated and archived will be the first priority. Other responsibilities will include working with ADF/Washington senior managers, regional team members, strategic partners and country officers in facilitating network discussions, generating and disseminating best practices and lessons learned to ADF local implementation partners,strategic partners and existing grantees, assisting the above to utilize best practices and lessons learned to improve their organizational capacity, productivity and efficiency, and product innovation and diversification. 4.Organizational development and capacity building. Organizational development and capacity building is a key objective in all of ADF?s interaction with country representative offices, partner offices and enterprises receiving investments from ADF. The CMA will offer consultative and training services to various internal and external operating entities who have critical organizational development needs. The methodology for this organizational development and capacity building support may take many forms, including but not limited to creating diagnostic assessments, offering program-level consulting and/or workshops, or providing online coaching and feedback. 5.Project and vendor management. The CMA will be responsible to prioritize, manage design and production, and oversee distribution of the communications and marketing materials for the regional office, country representatives and partner organizations. This will involve working with external vendors such as graphic designers, photographers, printers, videographers, and web designers. 6.Writing and editing. The CMA will be expected to provide basic writing and editing expertise for ADF-Field Operations communications and marketing. Outside writers may be used for larger projects on an exception basis. Item 3. Working Conditions and Reporting Requirements Occasional travel to remote and/or primitive field sites in Africa is required. As necessary, the CMA will be required to work under extreme environmental conditions and travel within Africa by car, boat, plane for extended periods of time. Field site conditions may be arduous because amenities are few, there may be exposure to communicable diseases, and health care services are poor. Site visits may require some physical exertion such as walking over rough surfaces and using uncomfortable modes of transportation. Travel associated with the contract performance will be funded separately. The CMA will be provided a vehicle to use for official business. Required reports and due dates are as stipulated in the policies and procedures outline in the ADF manual or as otherwise required to implement the SOW. The Government will provide copies of the policies and procedures to the CMA. Item 4. Relocation Expenses, Health Insurance, Tax and Legal Obligations A moving and transportation allowance may be provided based on a review of the estimated moving costs breakdown presented and shown as a separate line item presented with your price proposal. A maximum relocation cost of $25,000 will be reimbursed based on actual expenses incurred supported by receipts submitted with a relocation invoice. The contractor shall provide his/her own health insurance during the performance period of the contract. Thirty days in advance of option renewal, the contractor shall provide proof of health insurance coverage and premium costs for the following option period. The Government will pay 50% of the health insurance premium, up to $2,500 annually. The contractor shall ensure that all his/her taxes and other legal obligations associated with performance under this contract are satisfied. The contract price is stated in U.S. dollars and will not be adjusted for exchange rate fluctuations. Item 5. Required minimum skills, knowledge and experience The offeror shall address the following minimum requirements the CMA is required to have. 1. Education. Identify educational institution(s), address of institution, degree earned, and year degree received. A minimum of a Bachelor?s degree in journalism, communications, marketing or related degree is required; however, a master?s degree in business, marketing, organizational development, or communications is preferred. 2. Private Sector Work Experience. At least five years of experience in a communications or marketing position within a medium-to-large corporation that includes significant leadership responsibility for brand development, documentation and dissemination. Experience should describe the management and leadership responsibilities. Prior experience in Africa or other developing country environment is preferred. Offeror shall cite the entity(ies) and location(s), period of service, and description of the position(s) held and management and leadership responsibilities. 3. Fluency in English is required. The ability to conduct written and verbal business in English is required. The speaking requirement is met if English is your 1st language, or if you have completed your university degree in English or successfully completed an alternative program in English and have a TOEFL score to support level of competency The candidate must also be able to demonstrate and document their experience and abilities to prepare and deliver presentations, marketing materials and correspondence in a highly professional and competent manner. Fluency in French is a plus. These skills will be evaluated in the submission and interview processes. Item 6. Technical Evaluation Factors The offeror shall address the following technical evaluation factors. 1.Communications product development. Demonstrated understanding of end-to-end processes (concept through production and distribution) for print and electronic communications. The Offeror shall describe his/her understanding of the issues identified in this factor. 2.Branding experience. Experience should reflect leadership for the development of communications and/or marketing materials that support the launch of a new brand, as well as supporting materials for roll out of new products and services. 3.Private sector management experience. At least five years of experience in a management position within a medium to large size corporation with responsibility for developing and delivering products on time and on budget. Offeror shall cite the entity(ies, and locations), period of service, and description of the position held and management and leadership responsibilities. 4.Africa experience. Prior experience working on the ground in Africa with non-governmental organizations, small and medium sized enterprises and donor-funded development projects is preferred. Offeror shall cite the entity(ies, and locations), period of service, and description of the position held and management and leadership responsibilities. 5.Knowledge management and best practice documentation skills. Demonstrated ability to collect, synthesize and present information in a clear and meaningful manner (such as in networking newsletters, templates, tool kits, case studies, conference and workshop reports, video documentaries, capability brochures, annual reports, and other print and electronic presentations). Offeror shall provide 2 examples of work that demonstrate the ability referenced in this factor. 6.Interpersonal skills. Experience should reflect a strong ability to organize information as well as excellent oral and written communication skills. Offeror must describe inter-personal skills that facilitate strong working relationships and timely deliverables with a wide range of cross-organizational colleagues and external partners/affiliates. Offeror shall cite the entity(ies, and locations), period of service, and description of the presentations that demonstrate the ability to provide the experience identified in this factor. Item 7. SELECTION CRITERIA Applicants will be evaluated on the extent and quality of their education, relevant experience, language and work skills, and professional presentation as they relate to this position against the following weighted criteria as delineated above: communications product development, branding experience, private sector management experience, Africa experience, knowledge management/best practice skills and interpersonal skills. The criteria are weighted in the order as written. The Offeror assumes the full responsibility for ensuring that offers are received. Electronic proposals shall be submitted to eteel@adf.gov. The offeror is responsible for confirming receipt of the proposal by calling Ellen Teel at 202-673-3916. When the proposals are hand-carried, or sent via U.S. Mail, FedEx, courier service or similar methods the address for offers is the African Development Foundation, 1400 Eye Street, N.W., Suite 1000, 10th Floor, Washington, D.C. 20005. All offers shall be closed and sealed and shall be fully identified on the sealed envelope if delivered via third party carrier or hand delivered. ADF shall accept questions on the solicitation through May 5, 2006. ADF intends to provide a quick response which will be posted as an amendment on the FedBizopps. The due date for proposals is 5 p.m. EST on May 15, 2006 and will not be extended. Please email your questions to Ellen Teel at eteel@adf.gov . In cases where the solicitations electronic materials, the offeror assumes full responsibility for ensuring such materials and attachments are formatted in accordance with ADF Security Requirements. The following file extensions are not allowable and application materials/data submitted with these extensions cannot be considered: .bat, .cmd, .com, .exe, .pif, .rar., .scr, .vbs, .hta, .cpl, and .zip files. Microsoft Office compatible documents are acceptable. If the Offeror determines that other formats are necessary, it is the Offeror?s responsibility to verify with ADF that those formats are acceptable. Proposal materials with unacceptable or unreadable formats may be found non-responsive. The offeror shall provide the following information in their offer. Information requested in Item 5 shall be separated from the information requested in Item 6. 1.The Offeror shall submit a firm-fixed cost price proposal. The price shall be in U.S. dollars. The offeror shall provide a fixed monthly price including salary, any benefits, and housing and living expenses you would otherwise received. The offer shall include a price for the base period and all 3 option years. The contractor will earn 4 hours of sick leave and 6 hours of vacation leave every 2 weeks. The contractor is entitled to the annual maximum amount of 12 paid local and/or U.S. holidays. No additional funding is provided for vacation or sick leave or paid holidays. Therefore, vacation time and holidays shall be taken during the period under the contract based upon approval of the Vice President. The Government will provide the contractor with office space at his/her duty station. The local office will have the supplies and personnel necessary for performance of the contract. The Government will provide a vehicle to use for official U.S. government business only. Travel required for this contract is provided for separately, and costs for official business travel should not be included in the price proposal. Salary payments will be made twice a month upon presentation of an activity report, timesheet and timely submission of all deliverables and reports as required in by the reporting requirements identified in Item 3 above. The Offeror shall also submit a relocation price, if applicable ? at the time of initial submission, or at interview, or when offered the contract 2.The Offeror shall identify solicitation number and position title on their proposal. The Offeror shall submit his/her SSN or TIN. 3.Upon request, the successful Offeror shall submit proof of heath insurance prior to the award of the contract. 4.Provide three business reference(s) including current e-mail address and telephone number. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Evaluation Process- 2 Separate Phases Phase 1) Offerors will be evaluated to determine that the Offeror meets the minimum requirements outlined in Item 5 above. If the Offeror meets all the minimum requirements, the qualitative technical factors shown in Item 6 above will be evaluated as shown in Item 6. Phase 2) Interview of top Offerors: Based on Initial Screening and Phase 1 evaluation scoring, the top offerors will be contacted for interviews. The offerors will be evaluated based on written and verbal communication skills in English, their working experience as it relates to the SOW, ability to relate well to ADF constituency groups, ability to work with ADF Senior Staff and African Development Officials and experience in providing top-quality professional materials in a timely fashion. Award shall be made based on the best overall value to the Government. Technical experience is more important than price. The Contracting Officer (CO) will use the technical merits of each proposal and the price to determine the successful offeror(s). The provision at 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with their offers. The following clauses apply to this acquisition: 52.212-4, Contract Terms and Conditions-Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; 52.219 6, Notice of Total Small Business Set-Aside; 52-222-3,Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222 21, Prohibition of Segregated Facilities; 52.222 26, Equal Opportunity; 52.222 35, Affirmative Action for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222 36, Affirmative Action for Workers with Disabilities; 52.222 37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-13, Restriction on Certain Foreign Purchases; and 52-232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. To download 52.212-3 Offeror Representations and Certifications, Commercial Items, go to http://www.arnet.gov/far. Interested offerors may register at http://www.fedbizopps.gov to receive notification when any amendments are issued and available for downloading. Please note that the General Services Administration provides the notification service as a convenience and does not guarantee that notifications will be received by all persons on the mailing list. Therefore, we recommend that you monitor the FedBizOpps site for all information relevant to desired acquisitions.
 
Place of Performance
Address: Accra, Ghana
Country: Ghana
 
Record
SN01036100-W 20060429/060427220057 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

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