Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 07, 2009 FBO #2630
DOCUMENT

R -- USPSC - Program Operations Assistant - M/OAA/DCHA/DOFDA-09-461 - Documents for M/OAA/DCHA/DOFDA-09-461

Notice Date
2/5/2009
 
Notice Type
Documents for M/OAA/DCHA/DOFDA-09-461
 
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-DOFDA-09-461
 
Archive Date
3/21/2009
 
Point of Contact
Jaimee E. Braun, Phone: 202-661-9377, Kelly Tobin,, Phone: 202-661-9381
 
E-Mail Address
jbraun@ofda.gov, ktobin@usaid.gov
 
Small Business Set-Aside
N/A
 
Description
SOLICITATION NUMBER: M/OAA/DCHA/DOFDA-09-461 ISSUANCE DATE: February 5, 2009 CLOSING DATE: March 6, 2009, 5:00 p.m. EST SUBJECT: Solicitation for U.S. Personal Service Contractor for Program Operations Assistant in Washington, DC. 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 Program Operations Assistant 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 the five (5) Quality Ranking Factors (QRFs) 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: poa@globalcorps.com Facsímile: (202) 315-3803 or (240) 465-0244 Applicants should retain for their records copies of all enclosures which accompany their applications. Any questions on this solicitation may be directed to: Kelly Tobin or Brett Burkhart Telephone Number: (202) 661-9381 or (202) 661-9367 E-Mail Address: poa@globalcorps.com Website: www.globalcorps.com Facsímile: (202) 315-3803 or (240) 465-0244 Sincerely, Angela Fortune Contracting Officer Solicitation for U.S. Personal Service Contractor (PSC) Program Operations Assistant 1. SOLICITATION NO.: M/OAA/DCHA/DOFDA-09-461 2. ISSUANCE DATE: February 5, 2009 3. CLOSING DATE/TIME FOR RECEIPT OF APPLICATIONS: March 6, 2009, at 5:00 pm EST 4. POSITION TITLE: Program Operations Assistant 5. MARKET VALUE: GS-9 ($50,408 - $65,531 - includes locality pay). Final compensation will be negotiated within the listed market value based upon the candidate’s past salary, work history and educational background. Candidates who live outside the Washington, D.C. area will be considered for employment but no relocation expenses will be reimbursed. 6. PERIOD OF PERFORMANCE: Two years, renewable up to five years 7. PLACE OF PERFORMANCE: Washington, DC 8. STATEMENT OF WORK POSITION DESCRIPTION BACKGROUND The Office of U.S. Foreign Disaster Assistance (OFDA) is the office within USAID that is responsible for providing non-food humanitarian assistance in response to international crises and disasters. OFDA is part of the Bureau for Democracy, Conflict, and Humanitarian Assistance (DCHA) and is organized into three divisions under the management of the Office of the Director (OD). The Program Support Division (PS) provides programmatic and administrative support including budget/financial services, procurement planning, contracts and grants administration, and communication support for OFDA’s Washington and field offices. The Disaster Response and Mitigation Division (DRM) is responsible for the provision of humanitarian assistance through a grants mechanism to non-governmental organizations (NGOs), Private Voluntary Organizations (PVOs) and to partners to ensure the implementation and delivery of this assistance. DRM also coordinates with other organizations for the provision of relief supplies and humanitarian assistance. DRM devises, coordinates, and implements program strategies for a variety of natural and human caused disaster situations. DRM hires sector specialists to provide technical expertise in assessing the quality of disaster response. The Operations Division (OPS) develops and manages logistical, operational, and technical support for disaster responses and administrative support to all offices and operations. OPS maintains readiness to respond to emergencies through several mechanisms, including managing Search and Rescue Teams (SAR), Disaster Assistance Response Teams (DARTs), and Washington-based Response Management Teams (RMTs). INTRODUCTION The Resources Team is part of OFDA’s Program Support Division. The core functions of the Resources Team are management of contracts for program-funded personnel, procurement, procurement planning, and policy review and guidance. The Program Operations Assistant works closely with the Resources Team Leader to carry out these functions. The Program Operations Assistant requires experience working in government, an international organization, or a business setting, with responsibilities related to procurement, human resources, or other administrative services. OBJECTIVE The Resources Team requires a Program Operations Assistant to strengthen its capacity to provide prompt, effective services related to various procurement matters, in particular the areas of personal services contract (PSC) staffing, management and administration. 9. CORE FUNCTIONAL AREAS OF RESPONSIBILITY DUTIES AND RESPONSIBILITIES The Program Operations Assistant will be responsible for providing support for various operational aspects of the Program Support Division (PS). This position may, from time to time, require weekend work and/or overseas travel. The Program Operations Assistant will have primary responsibilities for some tasks and secondary responsibilities for others. The incumbent will: •Serve as primary point of contact for security clearances within OFDA. Ensure that security clearances and requests for security clearances meet the Agency standards and appropriate regulations. Provide advice to office personnel regarding status of clearances and the necessary documentation required to complete clearance actions. Maintain documentation regarding status of security clearances, requests for clearances, and expirations of current clearances; •Assist in processing contract actions in the agency’s procurement system (NMS) and financial system (Phoenix), as required; •Serve as a U.S. Government purchase cardholder for OFDA, with authority to procure goods and services within the “micro-purchase” threshold or single purchase limit. Acquire a working knowledge in the purchase card process and procedures. Prepare reporting documentation and financial system entries. Perform monthly reconciliation for purchase card actions in Phoenix; •Recognize and resolve problems which impede the process of assessing the need for and delivery of disaster assistance; keep the Resources Team Leader informed at all times of the status of responses, and of any potential problems which might arise that would require higher level intervention; •Develop and implement a standardized filing system to ensure that the Resources Team correspondence is in compliance with the agency guidance and procedures; •Work with OFDA office personnel in the identification of current and future acquisition and assistance actions. Provide guidance to staff members on NMS and other necessary documentation necessary to prepare purchase orders; •Coordinate the process of disaster assistance documentation through the USAID Office of Acquisition and Assistance (OAA) to ensure timely implementation of relief programs; •Serve as the Bureau Transition Coordinator (BTC) for OFDA and coordinate requests on any USAID administrative, financial and information management procedures; •Serve as a primary point of contact and informational resource for the bureau’s Administrative Officers (AMS) concerning administrative matters for all OFDA staff. Coordinate with AMS on the processing of administrative requests, such as telephone and location set-up, issuance of remote access tokens, and computer accounts, for new non-direct hire OFDA staff; •Coordinate and update weekly bureau staffing location reports within OFDA. Draft recurring or newly requested reports based on collected data or formalized database; •Provide backup support to the OFDA Budget and Finance Team as necessary. Maintain the budget and finance processes in support of OFDA's operational divisions. Prepare the documentation to transfer funds from OFDA's Washington location to field offices and/or disaster sites. Provide advice and guidance regarding appropriate use of funding mechanisms and commitment/obligation of OFDA funds; •Serve as OFDA Duty Officer on a rotational basis; •Serve as a member of the Washington Response Management Team (RMT), which provides services and support to Disaster Assistance Response Teams (DARTs) deployed in response to disasters. The duties on the Washington RMT will be varied. SUPERVISORY RELATIONSHIP: The Program Operations Assistant works under the supervision of, and reports directly to, the Resources Team Leader or his/her designee. SUPERVISORY CONTROLS: The Supervisor will provide administrative direction in terms of broadly defined objectives and functions. 10. PHYSICAL DEMANDS The work is generally sedentary and does not pose undue physical demands. During deployment on Disaster Assistance Response Teams (DARTs) (if required), and 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 Disaster Assistance Response Teams (DARTs) (if required), and 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.) Bachelor's Degree in international relations, management or business administration and/or related field, and at least two (2) years of professional experience in a position involving U.S. Government procurement, particularly personal service contractor (PSC) actions. 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 and OF-612 continuation sheets submitted; •All applicants must submit complete dates (months/years) and hours per week for all positions listed on the OF-612 to allow for adequate evaluation of your related and direct experience. Experience that cannot be quantified will not be counted towards meeting the experience requirements. •Supplemental document specifically addressing the Quality Ranking Factors (QRFs) submitted; •Ability to obtain a SECRET level security clearance as provided by USAID. •Satisfactory verification of academic credentials. QUALITY RANKING FACTORS (QRFs) (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.) QRF #1Experience as a liaison between administrative and operations divisions. Experience with serving as point of contact (POC) and providing technical advice and assistance to office personnel on procurement, human resources matters, purchase card orders, and/or other administrative information required. QRF #2Demonstrated knowledge of and experience with applicable laws, rules, regulations and procedures governing contracting operations in Federal procurement. Experience in the award, negotiation, and administration of contracts, grants and cooperative agreements particularly with PSCs is preferred. QRF #3Demonstrated experience providing guidance and/or maintaining tracking systems for procurement, human resources, facilities management, and/or other administrative information. Experience preparing documentation, maintaining tracking systems to monitor performance and impact, and/or maintaining a database required. QRF #4Demonstrated ability to perform a variety of tasks and functions concurrently, perform in high stress environments, and complete tasks with limited lead-time. QRF #5Demonstrated ability to communicate effectively in writing through the preparation of clear, concise reports, statement of work, memoranda, cables, and other official documents. BASIS OF RATING: Applicants who meet the Education/Experience requirements and Selection Factors will be further evaluated based on scoring of the Quality Ranking Factor (QRF) 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 QRFs 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 Quality Ranking 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: QRFs have been assigned the following points: QRF #1 – 15 points QRF #2 – 10 points QRF #3 – 10 points QRF #4 – 10 points QRF #5 – 5 points Interview Performance – 30 points Satisfactory Professional Reference Checks – 20 points 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 OF-612 form 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, internet http://www.gsa.gov/Portal/gsa/ep/formslibrary.do, at Federal offices, or at 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. 2.A supplemental document specifically addressing the five (5) Quality Ranking Factors (QRFs) 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) 315-3803 or (240) 465-0244 Via email: poa@globalcorps.com The most qualified candidates may be interviewed and required to provide a writing sample. OFDA 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 Secret security clearance is not obtained within nine months after offer acceptance, the offer may be rescinded. 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/main.do 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 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=0d27152ea3ac367501e93ca876d839da&tab=core&_cview=1)
 
Document(s)
Documents for M/OAA/DCHA/DOFDA-09-461
 
File Name: Solicitation for M/OAA/DCHA/DOFDA-09-461 (poa09461.doc)
Link: https://www.fbo.gov//utils/view?id=6a427ebd4182f881752aa3f9d119dbfa
Bytes: 108.00 Kb
 
File Name: OF612 form (OF612 Form.doc)
Link: https://www.fbo.gov//utils/view?id=a4ad5ddf2b15bb2989a1e51ca8413698
Bytes: 200.00 Kb
 
File Name: OF612 continuation sheet (OF612cont2.doc)
Link: https://www.fbo.gov//utils/view?id=be96e8bca2bd63f6a5f318f2f90565d9
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: Washington, District of Columbia, United States
 
Record
SN01744918-W 20090207/090205215746-0d27152ea3ac367501e93ca876d839da (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.