Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 04, 2008 FBO #2382
DOCUMENT

R -- Field Advisor (Multiple Positions) - OF-612 Form

Notice Date
6/2/2008
 
Notice Type
OF-612 Form
 
NAICS
921190 — Other General Government Support
 
Contracting Office
Agency for International Development, Washington D.C., USAID/Washington, 1300 Pennsylvania Avenue, NW, Room 7.10-006, Washington, District of Columbia, 20523
 
ZIP Code
20523
 
Solicitation Number
M-OAA-DCHA-OTI-08-1218
 
Archive Date
7/15/2008
 
Point of Contact
Jaimee F. Braun, Phone: 202-661-9377, Michael S Jones, Phone: 202-661-9366
 
E-Mail Address
jbraun@ofda.gov, msjones@ofda.gov
 
Small Business Set-Aside
N/A
 
Description
SOLICITATION NUMBER: M/OAA/DCHA/OTI-08-1218 ISSUANCE DATE: June 2, 2008 CLOSING DATE: June 30, 2008, 5:00 p.m. EDT SUBJECT: Solicitation for U.S. Personal Service Contractor for a Field Advisor (Multiple Positions) located Worldwide. Ladies/Gentlemen: The United States Government, represented by the U.S. Agency for International Development (USAID), is seeking applications (Optional Form 612 only) from qualified U.S. citizens to provide personal services as a Field Advisor under a personal services contract, as described in the attached solicitation. Submittals shall be in accordance with the attached information at the place and time specified. Applicants interested in applying for this position MUST submit the following materials: •Complete and hand-signed federal form OF-612 (including OF-612 continuation sheets as needed). NOTE: Submission of a resume alone IS NOT a complete application. This position requires the completion of additional forms and/or supplemental materials as described in the "Applying" section. Please carefully review the complete job announcement and the "Applying" instructions. Failure to provide the required information and/or materials will result in your not being considered for employment. •Supplemental document specifically addressing: Each of the Education/Experience requirements shown in the solicitation. Each of the five (5) Evaluation Factors shown in the solicitation. Incomplete or unsigned applications shall not be considered. These signed forms must be mailed, delivered, faxed, or emailed (email applications must be signed) to: GlobalCorps 529 14th Street, NW, Suite 700 Washington, DC 20045 E-Mail Address: fieldadvisor@globalcorps.com Facsímile: (202) 403-3911 or (202) 403-3941 Applicants should retain for their records copies of all enclosures which accompany their applications. Any questions on this solicitation may be directed to: Jaimee Braun or Mike Jones Telephone Number: (202) 661-9377 or (202) 661-9366 E-Mail Address: fieldadvisor@globalcorps.com Website: www.globalcorps.com Facsímile: (202) 403-3911 or (202) 403-3941 Sincerely, Amanda Downing, Contracting Officer Solicitation for U.S. Personal Service Contractor (PSC) Field Advisor (Multiple Positions) 1. SOLICITATION NO.: M/OAA/DCHA/OTI-08-1218 2. ISSUANCE DATE: June 2, 2008 3. CLOSING DATE/TIME FOR RECEIPT OF APPLICATIONS: June 30, 2008, 5:00 pm EDT 4. POSITION TITLE: Field Advisor 5. MARKET VALUE: GS-13 ($68,625 - $89,217). The actual salary of the successful candidate(s) will be negotiated within the pay range depending on qualifications, salary and work history, experience and/or educational background. Salaries over and above the top of the GS-13 pay range will not be entertained or negotiated. It may be in the interest of OTI for the contractor to work on lengthy Washington projects and activities or to backstop field activities out of Washington, which requires the contractor to be temporarily based in Washington. 6. PERIOD OF PERFORMANCE: The duration of this contract will be for five (5) years from the date of signing. The Personal Services Contractor(s) hired under this contract will provide up to a maximum of 250 workdays of services on an annual basis. The specific projects, as well as dates, number of days and locations to be worked will be determined by mutual agreement between the contractor and his/her OTI supervisor according to the programmatic needs of OTI. 7. PLACE OF PERFORMANCE: Worldwide 8. STATEMENT OF WORK POSITION DESCRIPTION BACKGROUND USAID’s Office of Transition Initiatives (OTI) is seeking highly motivated, highly qualified individuals who want the opportunity to help support rapid international transition programs for priority conflict-prone countries. Created in 1994 as a distinct operating unit within USAID, OTI helps local, indigenous partners advance peace and democracy in priority conflict-prone countries by providing fast, flexible, short-term assistance targeted at key transition needs. Countries experiencing a significant political transition in the midst of a disaster or emerging from civil conflict have unique needs that cannot be fully addressed by traditional disaster relief. Timely and effective assistance to promote and consolidate peaceful, democratic advances can make the difference between a successful or a failed transition. OTI assists in securing peace by aiding indigenous local partners such as civil society groups (non-governmental organizations or informal community groups), local governments, private businesses, media groups, and others. OTI uses such mechanisms as support for: identification of quick-impact community self-help projects to meet urgent economic needs; development of initiatives to promote national reconciliation; re-integration of ex-combatants into civilian society; and aid to independent media outlets and community-based organizations to help promote informed debate and broaden public understanding and participation in their country’s political process. For more information about OTI and its country programs please see: http://www.usaid.gov/our_work/cross-cutting_programs/transition_initiatives/ INTRODUCTION To respond quickly and effectively and meet its objectives and mandates, the Office of Transition Initiatives (OTI) retains a group of high level professionals and experts under personal services contracts referred in OTI as the “bullpen”, serving on intermittent/part-time contracts to provide surge capacity for OTI in the field, and in Washington. These knowledgeable and skilled professionals must be prepared to work both in the field and in Washington, often with little time for preparations. This Scope of Work is for worldwide – based, for those individuals who will be available to work with OTI for short or extended periods of time from their home locations, in the field, or in Washington, D.C., performing a range of duties outlined in the “Duties and Responsibilities” sections below. Work assignments will range in length depending on the needs of OTI, and availability of the individuals selected for the position(s). The Field Advisors are a critical element of OTI’s success in providing fast and flexible responses to key transition needs. The incumbents must possess the program, project management and budgetary skills to help ensure successful start-ups, management, and close-outs of OTI country programs. The complex demands of the position require that the incumbents be readily available for both field and Washington assignments. The worldwide nature of the OTI program requires Field Advisors who can immediately respond to the challenging and complex demands of OTI projects. The proper execution of OTI programs requires individuals with a high level of managerial and operational skills who are readily available to report for duty in either field or Washington assignments or a combination of both. OBJECTIVE The objective of this solicitation is to provide on-call program specialist capabilities to the OTI Bullpen. 9. CORE FUNCTIONAL AREAS OF RESPONSIBILITY DUTIES AND RESPONSIBILITIES This position requires excellent management skills, a high degree of communications skills and negotiation ability to serve as a liaison between the Office of Transition Initiatives, DCHA, USAID Washington, and the USAID Mission, Representative or the US Ambassador (in the absence of a USAID Mission). The incumbent will be sent, on an as needed basis, to a wide range of OTI project sites and proposed new country program sites. In some geographic locations this individual will be called upon to work with officials from other international organizations, bilateral donors, and non-governmental organizations. The Field Advisor will report to the OTI Chief of Field Programs or his/her designee. In the capacity of Field Advisor the incumbent will be responsible for the following types of activities abroad where OTI country programs are in place: assessing the needs of the OTI program, evaluating the work of the grantee, and ensuring the various USG interests are coordinated and policy implemented. The Field Advisor will consult with the Chief of Field Programs, or designee, on a regular basis to develop a clear and coherent basis from which to implement programmatic changes and needs. Assisting in the field and/or Washington with new country program start-ups, providing operational support in periods of need, review and evaluation of ongoing projects, and country-program closeouts will be of particular importance in the work of the Field Advisor. The Field Advisor will, to the maximum extent possible: •Fill critical staffing needs in the field and Washington including the provision of support to new country start-ups and on-call technical assistance; •Conduct, with in-country representatives, visits to field sites in areas where OTI has projects; •Review and monitor the plans and activities of any OTI grantee and ensure coordination of grantee programs with USAID mission and other international organizations; •Execute closeout activities related to OTI programs and provide technical assistance to ongoing evaluations of OTI programs in the field; •Advise the Program Office on OTI Program Performance Review process and provide guidance and insights on findings and recommendations; •Review program budgets and propose changes and adjustments and draft any written justifications that will assist in securing quick approvals. •Manage final evaluations as guided by the OTI Program Office and/or Field Programs Division; •Update and revise, as needed, program management guides, including strategic planning and field operations materials; In new country programs, the Field Advisor will: •Participate in assessing the feasibility of the country as a potential candidate for an OTI program; •Participate in conceptualizing and designing the country program, with project managers of OTI and its grantees; •Serve as a liaison with other DCHA offices, other USAID divisions and the State Department to ensure program and policy direction; •Within the guidelines provided by the relevant OTI/Washington Team Leader, negotiate program and project agreements with governmental and non-governmental counterparts; •Develop relationships with NGOs, international donors, USG agencies and others interested in the OTI country program; •Assess project sites and participate in selecting contractors and grantees to work under OTI's country program; •In close collaboration with the relevant OTI/Washington Team Leader, assist in the development of OTI strategies and policies for the country •Monitor and evaluate the country program, individual projects, and contractor and grantee performance. SUPERVISORY RELATIONSHIP: The Field Advisor will take direction from and will report to the Chief of Field Programs or his/her designee. SUPERVISORY CONTROLS: The Supervisor will set overall objectives. The employee and the supervisor together will develop deadlines, projects, and work to be accomplished. The incumbent is expected to take initiative, act independently, and manage his/her tasks with minimal supervision. 10. PHYSICAL DEMANDS The work is generally sedentary and does not pose undue physical demands. During deployment on Assessment teams or during site visits, there may be some additional physical exertion including long periods of standing, walking over rough terrain, or carrying of moderately heavy items (less than 50 pounds). 11. WORK ENVIRONMENT Work is primarily performed in an office setting. During deployment on Assessments or during site visits, the work may additionally involve special safety and/or security precautions, wearing of protective equipment, and exposure to severe weather conditions. 12. START DATE: Immediately, once necessary clearances are obtained. 13. POINT OF CONTACT: See Cover Letter. EDUCATION/EXPERIENCE REQUIRED FOR THIS POSITION (Determines basic eligibility for the position. Applicants who do not meet all of education and experience factors are considered NOT qualified for the position. See detailed instructions for demonstrating Education/Experience under "Applying") Bachelor's degree, AND seven (7) years of progressively responsible experience of which a minimum of five (5) years must include recent project management experience including conceptualization and design with a USG foreign affairs agency, large international assistance organization, or non-governmental organization, in community development, economic development, mediation/ arbitration, conflict resolution, democracy and governance, international law, and/or human rights activities, of which two (2) years must include overseas field experience in humanitarian assistance transition programs or democracy building. OR Master's degree (with significant study in or pertinent to the specialized field, including, but not limited to, international development, and social sciences), AND a minimum of five (5) years of recent project management experience including conceptualization and design with a USG foreign affairs agency, large international assistance organization, or non-governmental organization, in community development, economic development, mediation/arbitration, conflict resolution, democracy and governance, international law, and/or human rights activities, of which two (2) years must include overseas field experience in humanitarian assistance transition programs or democracy building overseas. AND •Minimum of one (1) year of overseas field experience in conflict-prone countries. SELECTION FACTORS (Determines basic eligibility for the position. Applicants who do not meet all of the selection factors are considered NOT qualified for the position.) •Applicant is a U.S. Citizen; •Complete and hand-signed federal form OF-612 submitted (see detailed instructions under "Applying"); •Supplemental document specifically addressing each of the Education/Experience requirements, AND each of the Evaluation Factors submitted; •Ability to obtain a SECRET level security clearance; •Ability to obtain a Department of State medical clearance; •Satisfactory verification of academic credentials. EVALUATION FACTORS (Used to determine the competitive ranking of qualified applicants in comparison to other applicants. The factors are listed in priority order from highest to least.) Factor #1Ability to work extremely well on a team as well as independently in complex political or emergency situations. Factor #2Excellent communication, writing, analytical and social/interpersonal skills, demonstrating an ability to communicate and represent the organization, its core values and ethos to key partners, stakeholders and beneficiaries both within and outside the USG, and from all walks of life. Factor #3Experience working and communicating with US Government agencies or other donor entities to achieve foreign policy objectives. Factor #4Experience designing, implementing, monitoring and evaluating development activities, especially small grant activities. Factor #5An active or recent USG security clearance with a US Government Agency. BASIS OF RATING: Applicants who meet the Education/Experience Requirements and Selection Factors will be further evaluated based on scoring of the Evaluation Factor responses. Those applicants determined to be competitively ranked may also be evaluated on interview performance and satisfactory professional reference checks. Applicants are required to address each of the Evaluation Factors on a separate sheet describing specifically and accurately what experience, training, education and/or awards they have received that are relevant to each factor. Be sure to include your name and the announcement number at the top of each additional page. Failure to address the selection and/or Evaluation Factors may result in your not receiving credit for all of your pertinent experience, education, training and/or awards. The Applicant Rating System is as Follows: Evaluation Factors have been assigned the following points: Factor #1 – 20 Factor #2 – 20 Factor #3 – 20 Factor #4 – 15 Factor #5 – 5 Total Possible - 80 Points Interview Performance – 20 points Satisfactory Professional Reference Checks – Pass/Fail (no points assigned) Total Possible Points: 100 APPLYING: Applications must be received by the closing date and time at the address specified in the cover letter. Qualified individuals are required to submit: 1.A complete U.S. Government Optional Form 612 with hand-written signature (including OF-612 continuation sheets as needed) (downloadable forms are available on the USAID website, http://www.usaid.gov/procurement_bus_opp/procurement/forms or internet http://www.gsa.gov/Portal/gsa/ep/formslibrary.do, or www.globalcorps.com). NOTE: Submission of a resume alone IS NOT a complete application. This position requires the completion of additional forms and/or supplemental materials as described in this section. Failure to provide the required information and/or materials will result in your not being considered for employment. All applicants must submit complete dates (months/years) and hours per week for all positions listed on the OF-612 or on supplemental OF-612 continuation sheets to allow for adequate evaluation of your direct and related experience. Experience that cannot be quantified will not be counted towards meeting the solicitation requirements. Dates (months/years) and locations for all field experience must also be detailed. 2.A supplemental document specifically addressing: Each of the Education/Experience requirements shown in the solicitation. Each of the five (5) Evaluation Factors shown in the solicitation. To ensure consideration of applications for the intended position, please reference the solicitation number on your application, and as the subject line in any cover letter. DOCUMENT SUBMITTALS Via mail: GlobalCorps, 529 14th Street, NW, Suite 700, Washington, DC 20045 Via facsímile: (202) 403-3911 or (202) 403-3941 Via email: fieldadvisor@globalcorps.com The most qualified candidates may be interviewed and required to provide a writing sample. OTI will not pay for any expenses associated with the interviews. Professional references and academic credentials will be evaluated for applicants being considered for selection. NOTE: If a temporary or full secret security clearance is not obtained within four months, the offer may be rescinded. NOTE: The incumbent must obtain Department of State medical clearance prior to award. NOTE REGARDING GOVERNMENT OBLIGATIONS FOR THIS SOLICITATION This solicitation in no way obligates USAID to award a PSC contract, nor does it commit USAID to pay any cost incurred in the preparation and submission of the application. NOTE REGARDING DATA UNIVERSAL NUMBERING SYSTEM (DUNS) NUMBERS All individuals contracted as US PSCs are required to have a DUNS Number. USAID will provide a generic DUNS Number and PSCs are not required to register with CCR. For general information about DUNS Numbers, please refer to FAR Clause 52.204-6, Data Universal Numbering System (DUNS) Number (10/2003) http://acquisition.gov/comp/far/current/html/52_200_206.html#wp1137568 LIST OF REQUIRED FORMS FOR PSCs Forms outlined below can found at: http://www.usaid.gov/forms/ or at http://www.forms.gov/bgfPortal/citizen.portal 1. Optional Form 612. 2. Medical History and Examination Form (DS-1843). ** 3. Questionnaire for Sensitive Positions (for National Security) (SF-86), or ** 4. Questionnaire for Non-Sensitive Positions (SF-85). ** 5. Finger Print Card (FD-258). ** 6. Employment Eligibility Verification (I-9 Form). ** ** Forms 2 through 6 shall be completed ONLY upon the advice of the Contracting Officer that an applicant is the successful candidate for the job. CONTRACT INFORMATION BULLETINS (CIBs) and ACQUISITION & ASSISTANCE POLICY DIRECTIVES (AAPDs) PERTAINING TO PSCs CIBs and AAPDs contain changes to USAID policy and General Provisions in USAID regulations and contracts. Please refer to http://www.usaid.gov/business/business_opportunities/cib/subject.html#psc to determine which CIBs and AAPDs apply to this contract. AAPD 06-10 – PSC MEDICAL PAYMENT RESPONSIBILITY AAPD No. 06-10 is hereby incorporated as Attachment 1 to the solicitation. BENEFITS/ALLOWANCES: As a matter of policy, and as appropriate, a PSC is normally authorized the following benefits and allowances: BENEFITS: Employer's FICA Contribution Contribution toward Health & Life Insurance Pay Comparability Adjustment Annual Increase (pending a satisfactory performance evaluation) Eligibility for Worker's Compensation Annual & Sick Leave 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). FEDERAL TAXES: USPSCs are required to pay Federal Income Taxes, FICA, and Medicare ALL QUALIFIED APPLICANTS WILL BE CONSIDERED REGARDLESS OF AGE, RACE, COLOR, SEX, CREED, NATIONAL ORIGIN, LAWFUL POLITICAL AFFILIATION, NON-DISQUALIFYING HANDICAP, MARITAL STATUS, SEXUAL ORIENTATION, AFFILIATION WITH AN EMPLOYEE ORGANIZATION, OR OTHER NON-MERIT FACTOR. ATTACHMENT 1 ACQUISITION & ASSISTANCE POLICY DIRECTIVE (AAPD) NO. 06-10 PSC MEDICAL EXPENSE PAYMENT RESPONSIBILITY General Provision 22, MEDICAL EXPENSE PAYMENT RESPONSIBILITY (OCTOBER 2006) (a) Definitions. Terms used in this General Provision are defined in 16 FAM 116 available at http://www.foia.state.gov/REGS/fams.asp?level=2&id=59&fam=0. Note: Personal services contractors are not eligible to participate in the Federal Employees Health Programs. (b) The regulations in the Foreign Affairs Manual, Volume 16, Chapter 520 (16 FAM 520), Responsibility for Payment of Medical Expenses, apply to this contract, except as stated below. The contractor and each eligible family member are strongly encouraged to obtain health insurance that covers this assignment. Nothing in this provision supersedes or contradicts any other term or provision in this contract that pertains to insurance or medical costs, except that section (e) supplements General Provision 25. “MEDICAL EVACUATION (MEDEVAC) SERVICES.” (c) When the contractor or eligible family member is covered by health insurance, that insurance is the primary payer for medical services provided to that contractor or eligible family member(s) both in the United States and abroad. The primary insurer’s liability is determined by the terms, conditions, limitations, and exclusions of the insurance policy. When the contractor or eligible family member is not covered by health insurance, the contractor is the primary payer for the total amount of medical costs incurred and the U.S. Government has no payment obligation (see paragraph (f) of this provision). (d) USAID serves as a secondary payer for medical expenses of the contractor and eligible family members who are covered by health insurance, where the following conditions are met: (1) The illness, injury, or medical condition giving rise to the expense is incurred, caused, or materially aggravated while the eligible individual is stationed or assigned abroad; (2) The illness, injury, or medical condition giving rise to the expense required or requires hospitalization and the expense is directly related to the treatment of such illness, injury, or medical condition, including obstetrical care; and (3) The Office of Medical Services (M/MED) or a Foreign Service medical provider (FSMP) determines that the treatment is appropriate for, and directly related to, the illness, injury, or medical condition. (e) The Mission Director may, on the advice of M/MED or an FSMP at post, authorize medical travel for the contractor or an eligible family member in accordance with the General Provision 10, Travel and Transportation Expenses (July 1993), section (i) entitled “Emergency and Irregular Travel and Transportation.” In the event of a medical emergency, when time does not permit consultation, the Mission Director may issue a Travel Authorization Form or Medical Services Authorization Form DS-3067, provided that the FSMP or Post Medical Advisor (PMA) is notified as soon as possible following such an issuance. The contractor must promptly file a claim with his or her medevac insurance provider and repay to USAID any amount the medevac insurer pays for medical travel, up to the amount USAID paid under this section. The contractor must repay USAID for medical costs paid by the medevac insurer in accordance with sections (f) and (g) below. In order for medical travel to be an allowable cost under General Provision 10, the contractor must provide USAID written evidence that medevac insurance does not cover these medical travel costs. (f) If the contractor or eligible family member is not covered by primary health insurance, the contractor is the primary payer for the total amount of medical costs incurred. In the event of a medical emergency, the Medical and Health Program may authorize issuance of Form DS-3067, Authorization for Medical Services for Employees and/or Dependents, to secure admission to a hospital located abroad for the uninsured contractor or eligible family member. In that case, the contractor will be required to reimburse USAID in full for funds advanced by USAID pursuant to the issuance of the authorization. The contractor may reimburse USAID directly or USAID may offset the cost from the contractor’s invoice payments under this contract, any other contract the individual has with the U.S. Government, or through any other available debt collection mechanism. (g) When USAID pays medical expenses (e.g., pursuant to Form DS-3067, Authorization for Medical Services for Employees and/or Dependents), repayment must be made to USAID either by insurance payment or directly by the contractor, except for the amount of such expenses USAID is obligated to pay under this provision. The Contracting Officer will determine the repayment amount in accordance with the terms of this provision and the policies and procedures for employees contained in 16 FAM 521. When USAID pays the medical expenses, including medical travel costs (see section (e) above), of an individual (either the contractor or an eligible family member) who is covered by insurance, that individual promptly must claim his or her benefits under any applicable insurance policy or policies. As soon as the individual receives the insurance payment, the contractor must reimburse USAID for the full amount that USAID paid on the individual’s behalf or the repayment amount determined by the Contracting Officer in accordance with this paragraph, whichever is less. If an individual is not covered by insurance, the contractor must reimburse USAID for the entire amount of all medical expenses and any travel costs the contractor receives from his/her medevac provider. (h) In the event that the contractor or eligible family member fails to recover insurance payments or transfer the amount of such payments to USAID within 90 days, USAID will take appropriate action to collect the payments due, unless such failure is for reasons beyond the control of the USPSC/dependent. (i) Before departing post or terminating the contract, the contractor must settle all medical expense and medical travel costs. If the contractor is insured, he or she must provide proof to the Contracting Officer that those insurance claims have been submitted to the insurance carrier(s) and sign a repayment agreement to repay to USAID any amounts paid by the insurance carrier(s).
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=74aa736c3d2549447739a0ea92a7d9e4&tab=core&_cview=1)
 
Document(s)
OF-612 Form
 
File Name: OF-612 Form (OF612 Form.doc)
Link: https://www.fbo.gov//utils/view?id=0394b6147066112461e09ca883c79917
Bytes: 200.00 Kb
 
File Name: OF-612 Continuation Sheet (OF612cont2.doc)
Link: https://www.fbo.gov//utils/view?id=8c7a15f4e5ea83c8e473600660fb0187
Bytes: 423.00 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Worldwide, United States
 
Record
SN01585155-W 20080604/080602220830-74aa736c3d2549447739a0ea92a7d9e4 (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.