Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 18, 2010 FBO #3036
SOLICITATION NOTICE

R -- Senior Planning, Policy, and Management Advisor (SPPM Advisor)

Notice Date
3/16/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
812990 — All Other Personal Services
 
Contracting Office
African Development Foundation, Contracts Office, African Development Foundation, Washington, DC, 1400 Eye Street, N.W., Suite 1000, 10th Floor, Washington, District of Columbia, 20005
 
ZIP Code
20005
 
Solicitation Number
ADF-10-R-US-0001
 
Archive Date
4/15/2010
 
Point of Contact
Franklin F. Gunn, Phone: 2026733916, Chevella Talbert, Phone: 202-673-3916
 
E-Mail Address
fgunn@usadf.gov, ctalbert@adf.gov
(fgunn@usadf.gov, ctalbert@adf.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
SOLICITATION NUMBER: ADF-10-R-US-0001 ISSUANCE DATE: March 16, 2010 CLOSING DATE: March 31, 2010, 4:00 P.M. Eastern Standard Time SUBJECT: Combined Synopsis/Solicitation for U.S. Personal Service Contractor (PSC) Senior Planning, Policy, and Management Advisor (SPPM) Ladies/Gentlemen: The United States African Development Foundation (ADF) is seeking resumes from qualified U. S. citizens to provide services as a U.S. Personal Service Contractor (PSC) Senior Planning, Policy, and Management Advisor (SPPM). Applicants interested in applying for this position MUST submit the following materials: • Resume with hand signed signature on the last page of the resume, and • Supporting documentation specifically addressing: -Education (Transcripts, Certificates of training, etc…) requirement shown in the solicitation, and -Each of the six (6) Evaluation Factors shown in the solicitation Applicants should retain copies of all documentation submitted in response to the solicitation. All documentation in response to this solicitation shall be submitted via email to: adfcontractbids@usadf.gov. Any questions regarding this solicitation should be directed to adfcontractbids@usadf.gov by Monday, March 22, 2010, 2:00PM, Eastern Standard Time. Sincerely, Franklin F. Gunn Contracting Officer Combined Synopsis/Solicitation for U.S. Personal Service Contractor (PSC) Senior Planning, Policy, and Management Advisor (SPPM) 1. SOLICITATION NUMBER: ADF-10-R-US-0001 2. ISSUANCE DATE: March 16, 2010 3. CLOSING DATE/TIME SPECIFIED FOR RECEIPT OF APPLICATIONS: March 31, 2010, 4:00 P.M. Eastern Standard Time 4. POSITION TITLE: Senior Planning, Policy, and Management Advisor (SPPM Advisor) 5. MARKET VALUE: This position will be the equivalent of a GS-15 ($123,758 - $155,500 per annum). The actual salary of the successful candidate will be negotiated within the range depending on qualifications, salary and work history, experience, and educational background. 6. PERIOD OF PERFORMANCE: Base 12 months, with four-year option periods. 7. PLACE OF PERFORMANCE: Washington, DC with required short-term travel nationally and internationally to Sub-Saharan Africa (i.e., Mali, Zambia, Senegal, etc.) 8. POSITION DESCRIPTION: BACKGROUND The purpose of this PSC position is to improve results through strengthened policy, planning and management practices at USADF. The Administration has publicly expressed interest in improving government transparency, accountability, and performance. The goals of this contract are to improve the Foundation’s overall operational performance, increase the coordination of field operations, policy, planning, and financial management functions, and promote increased transparency and accountability in program and management. The contractor will support both Washington and field-based USADF operating units in Africa. The SPPM Advisor will be based in the Office of the President (OTP) and report directly to the President and CEO of the Foundation. The SPPM Advisor is expected to work with a high-level of independence, to exercise good judgment, and to assist and advise management in the decisions making process. He/she will be expected to assist and advise solutions to agency problems that may arise. The SPPM Advisor works with and coordinates with the field operations, financial management, and other divisions to develop an integrated and collaborative approach to results based performance management known as Managing for Results (MfR). At USADF, MfR is the systematic process of monitoring achievements of program and management operations. This includes collecting and analyzing performance information to track progress toward planned results; using performance information and evaluations to influence decision making, policies directions, resource allocations and organizational structures; and communicating results attained, or not attained, to advance organizational development and disseminate the Foundation’s story. Specifically this position is intended to: a) Analyze, support, and advise the OTP on financial management operations, systems, financial management plans, activities, and budgets; b) Provide management support and coordination of Field Operations planning, budgeting, program management for the OTP; c) Assist and support the OTP in complying with program, budget and management performance reporting requirements that derive from statute (e.g. CFO Act, GPRA, PART, etc); and the Office of Management and Budget; and Congress; d) Assist in training and technical assistance to operating units and divisions to plan, implement, and monitor programs; also, evaluate progress toward achieving results; e) Improve data collection and reporting number systems that facilitate analysis and timely reports on the Foundation’s program and management performance results; and f) Improve the Foundation’s accountability by communicating results in a transparent manner. MAJOR DUTIES AND RESPONSIBILITIES The SPPM Advisor’s primary tasks are organized into four components that strengthen the ability of USADF staff to improve how they plan, implement, and assess program and management performance. Policy, Planning, and Management Support: (30%) The contractor shall support the OTP in: (1) coordination with the Finance Department to improve the Foundation’s financial analysis, budgeting, budget management, and annual assessment of the Foundation’s internal controls and internal controls over financial reporting; (2) coordination of Field Operation’s annual program planning, budgeting, budget management, program performance reviews, and program improvement initiatives; (3) assist and advise in the development of strategic documents, assessments, and analysis to support the organizational and human capital planning documents and strategic plans; (4) assist and advise in maintaining, updating, and revising Foundation Policy and Manual Section documentation to current performance standards; and (5) as required, assist and advise in the coordination and implementation of special mission critical projects to ensure that the Foundation successfully achieves its strategic objectives. Analytic Support: (30%) The contractor will: (1) assist the Foundation in analyzing its performance data as needed to improve operations and fulfill Foundation and external reporting requirements; (2) research and analyze performance management topics and present the findings; (3) solicit, collect, discuss, and review (online and in person) program and management performance and policy information; and, (4) regularly conduct process assessments and analysis, and provide process improvement recommendations. Communications Products and Information Management: (20%) The contractor will: (1) assist the OTP on the annual Congressional Budget Justification; (2) advise on the major Foundation-level print and web-based information products that present program and management performance; (3) assist to maintain and/or improve the use of database and rich media website technology used for performance and program reporting, program management, and training materials; (4) assist in the preparation of the Board of Directors briefing materials as needed; and, (5) advise and assist with the preparation of improved Foundation performance reports. Implementation Support (Training and Technical Assistance): (20%) The contractor will strengthen USADF’s ability to MfR by assisting and advising in the training and technical assistance for the Foundation’s divisions and operating units. This includes: (1) the ongoing review and improvement of core business processes and development of associated work products and tools to more effectively carry out Foundation objectives; (2) assistance in developing, reviewing, and revising performance management plans, performance indicators and data collection plans; and, (3) providing the associated project management support required for timely implementation of approved process and policy improvements, and as required by the OTP. SUPERVISORY RELATIONSHIP: The SPPM Advisor will be based in the OTP and report directly to the President and CEO of the Foundation. SUPERVISORY CONTROLS: The SPPM Advisor is expected to work with a high-level of independence and to exercise good judgment and provide assistance and advisement in the decision making process. He/she will be expected to provide recommendations and to propose solutions to problems that may arise. 9. REQUIRED QUALIFICATIONS AND EVALUATION CRITERIA MINIMUM REQUIREMENTS: Qualifying experience for this position at the GS-15 level equivalency includes one year of specialized experience at least equivalent to the GS-14 level. Specialized experience is experience that equipped the applicant with the particular knowledge, skills, and abilities to perform the duties of the position successfully. The position requires a minimum of ten (10) years of progressively responsible operations and program management experience, of which a minimum of five (5) years shall be with a United States Government (USG) foreign affairs agency, international assistance organization, or Non-Governmental Organization (NGO) in the field of community development, economic development, or civil society activities, focused on Africa, and at least five (5) years of working in Africa. EDUCATION REQUIREMNTS: Applicant shall have a Master's degree in one of the following areas: Business Management, Business Administration, Public Administration, Public Policy, or related areas of study from an accredited university recognized by the US Department of Education. SELECTION FACTORS Applicants who clearly 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 shall be evaluated on interview performance and satisfactory professional reference checks. Applicants are required to address each of the Minimum Qualifications and 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. The applicant's name and the announcement number must be noted at the top of each additional page. Failure to address the Minimum Qualifications and/or Evaluation Factors will result in an applicant not receiving credit for all pertinent experience, education, training and/or awards. 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 #1 – Interview: The questions will be based on Evaluation Factors 2, 3, 4, 5, and 6. Factor #2 - Demonstrated experience utilizing performance management, change management, and analytical methodologies that resulted in measurable agency level changes within a US or international foreign assistance program. Factor #3 - Demonstrated competency and experience developing content and formats for major agency/organization level communication documents such as the Congressional Budget Justification, Board of Director briefing materials, and other key stakeholder information requirements (OMB, Congressional). Factor #4 - Demonstrated competency and experience developing and getting adopted major Agency/Organization level policy and program guidelines and work products especially related to small grant activities in Africa. Factor #5 - Demonstrated competency and experience in effectively coordinating operational, budgetary, and performance level program reviews, including across different levels of an organization, to ensure the agency/organization level policy and program guidelines and work products especially related to small grant activities in Africa. Factor #6 - Demonstrated ability to develop, implement and utilize database and web-based technologies to advance the effectiveness and productivity of an organization. Factor #7 – Past Performance: References for demonstrated work performed as specified in the solicitation within the last three (3) to five (5) years. The following shall be provided: a. name, address, and telephone number of the organization and the point of contact in which services was provided; b. dates of performance of work; and c. narrative description of work performed. BASIS OF RATING: The Evaluation Factors have been assigned the following points: Factor# 1-25 Factor# 2-20 Factor# 3-20 Factor# 4-10 Factor# 5-10 Factor# 6-10 Factor# 7-5 Total Possible - 100 Points 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 While in Washington, the work is generally performed in an office environment. However, the position shall require overseas travel, which may additionally involve special safety and/or security precautions, wearing of protective equipment, and exposure to severe weather conditions. 12. START DATE: On or about April 15, 2010. 13. POINT OF CONTACT: Franklin F. Gunn Supervisory Contract Specialist US African Development Foundation 1400 Eye Street, NW, Suite 1000 Washington, DC 20005 Email: fgunn@usadf.gov Phone: (202) 673-3916 Chevella Talbert Purchasing Agent US African Development Foundation 1400 Eye Street, NW, Suite 1000 Washington, DC 20005 Email: ctalbert@usadf.gov Phone: (202) 673-3916 14. BENEFITS/ALLOWANCES: As a matter of policy, and as appropriate, a PSC is normally authorized the following benefits and allowances: Employer's FICA Contribution Contribution toward Health Insurance Annual Increase (pending a satisfactory performance evaluation.) Annual & Sick Leave FEDERAL TAXES: PSCs are required to pay Federal and State Income Taxes, FICA, and Medicare. 15. OTHER SOLICITATION PROVISIONS AND CLAUSES: In addition, the applicant must: (a) Be a United States Citizen, (b) Submit a resume with hand signed signature on the last page of the resume, (c) Submit supporting documentation specifically addressing: - Education (Transcripts, Certificates of training, etc…) requirement shown in the solicitation, and - Each of the seven (7) Evaluation Factors shown in the solicitation, (d) Be able to pass basic security screening within 90 days after contract award, and (e) Satisfactory verification of academic credentials, and (f) Resume and all supporting documentation must identify the solicitation number i.e. (ADF-10-R-US-0001, Washington DC), in the subject line of the responding email. Once the applicant has been selected, the Contracting Officer will initiate item (d). This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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-10-R-US-0001 is issued as a Request for Proposal (RFP). The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38, December 10, 2009. The Offeror assumes full responsibility for ensuring that offers are received at the place as delineated herein and by the date and time indentified above. The Offeror assumes full responsibility for ensuring electronic proposals are formatted in accordance with ADF Security Requirements. The following file extensions are not allowable and application material/data submitted with these extensions cannot be considered: bat; cmd; exe; pif; rar; scr; vbs; hta; cpl; and zip files. Microsoft Office compatible and Adobe PDF Adobe format are acceptable. If the Offeror determines other formats are necessary, it is the Offeror’s responsibility to verify with ADF that the format is acceptable. Proposal materials with unacceptable or unreadable formats may be found non-responsive. A Firm-Fixed Price award will be issued in writing. The following clauses apply to this acquisition: 52.212-2 Evaluation of Commercial Items; the evaluation factors stated in paragraph (9) of the solicitation are as follows: The significant evaluation factors, in the relative order of importance are: 1, 2, 3, 4, 5, 6 and 7, Contract Terms and Conditions commercial Items and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive orders – Commercial Items. Clauses may be obtained at: https://www.acquisition. gov / far /. The most qualified candidates shall be interviewed and may be required to provide a writing sample. USADF 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 basic security clearance is not obtained within 90 days of contract award, the offer may be rescinded. NOTE REGARDING GOVERNMENT OBLIGATIONS FOR THIS SOLICITATION This solicitation in no way obligates USADF to award a PSC contract, nor does it commit USADF to pay any cost incurred in the preparation and submission of the application. Applicants should retain copies of all documentation submitted in response to the solicitation. All documentation in response to this solicitation shall be submitted via email to: adfcontractbids@usadf.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ADF/ADFADF1/ADFADFL/ADF-10-R-US-0001/listing.html)
 
Place of Performance
Address: Washington, DC with required short-term travel nationally and internationally to Sub-Saharan Africa (i.e., Mali, Zambia, Senegal, etc.), Washington, District of Columbia, 20005, United States
Zip Code: 20005
 
Record
SN02093046-W 20100318/100316234649-29bd801724314ede4c7f9dc0555ba6fa (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.