Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 07, 2011 FBO #3331
SOLICITATION NOTICE

R -- USPSC - Disaster Assistance Coordinator - Federated States of Micronesia and the Republic of the Marshall Islands - Solicitation - OF-612 Forms

Notice Date
1/5/2011
 
Notice Type
Combined Synopsis/Solicitation
 
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, United States
 
ZIP Code
20523
 
Solicitation Number
SOL-OFDA-11-000010
 
Archive Date
2/19/2011
 
Point of Contact
Paulo P. Couto, Phone: 2026619316, Eleanor Henning, Phone: 2026619334
 
E-Mail Address
pcouto@usaid.gov, ehenning@usaid.gov
(pcouto@usaid.gov, ehenning@usaid.gov)
 
Small Business Set-Aside
N/A
 
Description
OF-612 Continuation Sheet OF-612 Form Solicitation for SOL-OFDA-11-000010 SOLICITATION NUMBER: SOL-OFDA-11-000010 ISSUANCE DATE: January 5, 2011 CLOSING DATE: February 4, 2011, 5:00 p.m. EST SUBJECT: Solicitation for U.S. Personal Service Contractor for a Disaster Assistance Coordinator for the Federated States of Micronesia and the Republic of the Marshall Islands 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 Disaster Assistance Coordinator 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: disastercoordinator@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: Eleanor Henning or Paulo Couto Telephone Number: (202) 661-9334 or (202) 661-9316 E-Mail Address: disastercoordinator@globalcorps.com Website: www.globalcorps.com Facsímile: (202) 315-3803 or (240) 465-0244 Sincerely, Lance Butler III, Contracting Officer Solicitation for U.S. Personal Service Contractor (PSC) Disaster Assistance Coordinator for the Federated States of Micronesia (FSM) and the Republic of the Marshall Islands (RMI) 1. SOLICITATION NO.: SOL-OFDA-11-000010 2. ISSUANCE DATE: January 5, 2011 3. CLOSING DATE/TIME FOR RECEIPT OF APPLICATIONS: February 4, 2011, 5:00 pm EST 4. POSITION TITLE: Disaster Assistance Coordinator 5. MARKET VALUE: GS-14 equivalent ($84,697 - $110,104 - not eligible for locality pay). Final compensation will be negotiated within the listed market value based upon the candidate's past salary, work history and educational background. Salaries over and above the top of the pay range will not be entertained or negotiated. 6. PERIOD OF PERFORMANCE: Two years, with three one-year options 7. PLACE OF PERFORMANCE: Federated States of Micronesia (FSM) and the Republic of the Marshall Islands (RMI) 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 emergency 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. The Disaster Response and Mitigation Division (DRM) is responsible for the provision of emergency humanitarian assistance through a grants mechanism to non-governmental organizations (NGOs), Private Voluntary Organizations (PVOs), the United Nations agencies and to partners to ensure the implementation and delivery of this assistance. This division also oversees OFDA's non-response efforts in disaster risk reduction. DRM also coordinates with other organizations and donors for the provision of relief supplies and assistance. DRM devises, coordinates, and implements program strategies for a variety of natural and human caused disaster situations with a focus on disaster risk reduction. It encompasses a group of technical sector specialists who provide expert capability in assessing the quality of disaster response and disaster risk reduction activities. The Program Support Division (PS) provides programmatic and administrative support including budget/financial services, procurement planning and guidance, contracts and grants administration, and communication support for OFDA's Washington and field offices. The Operations Division (OPS) develops and manages logistical and operational 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), coordinating and supporting Disaster Assistance Response Teams (DARTs), and the Washington-based Response Management Teams (RMTs) as needed. INTRODUCTION Under Compacts of Free Association signed in 2003 as amended in 2004, responsibility for disaster services for two Pacific Island nations - the Federated States of Micronesia (FSM) and the Republic of the Marshall Islands (RMI) - was transferred from the Federal Emergency Management Agency (FEMA) to USAID. Emergency humanitarian relief and reconstruction costs will continue to be financed from FEMA's Disaster Relief Fund. But the programs, which have been administered by USAID since November 2008, will be exempt from FEMA's Stafford Act, which governs domestic FEMA activities. The two island nations consist of 1,800 islands (comprising 340 square miles, mostly uninhabited) spanning 2,000 miles across the northwestern Pacific Ocean. They have a combined population of 180,000. Between them, the two nations account for three million square miles (about five percent) of the western Pacific Ocean, an area triple the size of the South China Sea or the Mediterranean. In the past forty years, the nations have been affected by disasters including typhoons, mudslides, wave surges and droughts. Acknowledging the independent status of the two nations, a transition from FEMA to USAID administration was decided upon in the bilateral negotiations which concluded the 2003 Compact agreements. Consistent with these decisions, the countries will continue to receive, in general terms, the type and quality of humanitarian relief and reconstruction assistance that FEMA had provided. The program will be administered by USAID free of some FEMA regulatory restrictions and with a more hands-on implementation approach. From consultations with several entities, a FEMA/USAID "hybrid" strategy was developed. The Operational Blueprint, co-authored by FEMA and USAID, is the principal guide for the Contractor's activities and for humanitarian relief policies, programs and operations to be supported. The major FEMA/USAID humanitarian disaster assistance to the islands which is the subject of this agreement will be predicated on FSM/RMI Presidential disaster declarations. Additional predicates will be (a) an initial disaster declaration by the U.S. Ambassador and requests through the Embassies for routine up to $50,000 disaster grants from USAID/OFDA; (b) FSM/RMI use of an appropriate portion of the jointly-financed contingency Disaster Assistance Emergency Funds provided for by treaty and pending establishment; and (c) FSM/RMI requests for international assistance to the United Nations. A joint FEMA/USAID assessment will determine if the disaster qualifies for a U.S. Presidential declaration, which would trigger access to FEMA funds. OBJECTIVE OFDA requires the services of a USAID Disaster Assistance Coordinator (DAC) for FSM and RMI, based in the U.S. Embassy in FSM/RMI. The DAC will serve as the principal manager and coordinator for all aspects of readiness and implementation of the humanitarian relief policies and programs provided for in the applicable FEMA/USAID Operational Blueprint. 9. CORE FUNCTIONAL AREAS OF RESPONSIBILITY DUTIES AND RESPONSIBILITIES The DAC will perform the following: • Serve as lead USAID manager for emergency response. • Manage USAID preparedness and mitigation activities. • Serve as principal USAID programmatic point of contact for the implementing partner(s), contractor and other USAID agreements in support of the FSM/RMI program. • Advise Asia Bureau and FSM/RMI Ambassadors, Deputy Chiefs of Mission and Embassies on challenges, plans, operations and problems concerning the disaster relief program. • Work closely with host country disaster community to develop disaster response protocols, systems, and agreements. • Develop and maintain active working-level contacts with federal civilian and military agencies, coordinating programs with them as appropriate and where such coordination can maximize U.S. Government efforts. • Supervise local employees. • Review FEMA/USAID Operational Blueprint and propose modifications as necessary, based on continuing assessment of field requirements and on lessons learned from disaster operations. • Facilitate independent audits and evaluations; incorporate findings and recommendation in on-going and future disaster response and reduction activities. • Represent USAID at inter-agency meetings. • Participate in pre-typhoon season conferences. • Participate at program reviews in OFDA/Washington. SUPERVISORY RELATIONSHIP: The incumbent will work under the general supervision of the Principal Regional Advisor for East Asia and Pacific, based in Bangkok. The USAID DAC will maintain continual communication with OFDA/Bangkok and with the two Embassies in the region. Foreign policy guidance and strategy, as well as other support, will be provided by the Embassies. SUPERVISORY CONTROLS: The incumbent is expected to work with a high level of independence. He/She will establish priorities, adhere to and meet established deadlines, and perform responsibilities and duties with minimal guidance and little or no follow up. The incumbent must be able and willing to work additional hours beyond the established 40-hour workweek and outside the established Monday to Friday workweek as may be required or necessary. The incumbent is encouraged not to take annual leave during the main typhoon season between the months November through April. 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 the education and experience factors are considered NOT qualified for the position.) Bachelor's degree with study in, or pertinent to, the specialized field of, but not limited to, international relations, development, economics, food policy or a specific country; and nine (9) years of progressively demonstrated experience in emergency relief, development and/or disaster preparedness programming and management, three (3) years of which must be overseas. OR Master's degree with study in, or pertinent to, the specialized field of, but not limited to, international relations, development, economics, food policy or a specific country; and seven (7) years of progressively demonstrated experience with emergency relief, development and/or disaster preparedness programming and management, three (3) years of which must be overseas. 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. • Ability to obtain a Department of State medical clearance; • 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 #1 Describe your experience in monitoring incipient disaster situations, developing country Disaster Risk Reduction strategies, and integrating disaster response, rehabilitation, and disaster risk reduction activities. QRF #2 Please describe your knowledge and experience managing tasks that involve logistically, physically or otherwise challenging environments. Please include discussion of your experience in fostering and maintaining relationships among host governments and communities; United States embassies and other cooperating USG agencies; and non-governmental organizations. Include examples in which you have exercised independent judgment and ingenuity to devise innovative approaches to technical, administrative, managerial and/or policy problems. QRF #3 Please describe your experience working with senior level officials such as Ambassadors, Chiefs of State, and senior ministers, as well as local authorities to coordinate relief activities. Please also describe your experience coordinating among diverse agencies (e.g. Department of State, Department of Defense, USAID missions, Embassies, United Nations, international organizations, and non-governmental organizations) to provide humanitarian assistance. QRF #4 Please describe your approach and experience in forging consensus and teamwork, utilizing inter-personal skills, and working successfully in a variety of cultural and linguistic environments. QRF #5 Please describe your ability and experience in providing clear, well-organized briefings, tailored to specific audiences and their interests, and to communicate similarly in meetings. Describe your experience and proficiency with Microsoft Word, Excel, electronic mail and other computer skills is a necessary communications skill as well as experience drafting accurate, compelling, and effective State Department cables or other types of field reports. 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 - 15 points QRF #3 - 10 points QRF #4 - 5 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/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: disastercoordinator@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: If a Department of State medical clearance is not obtained within six 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) https://www.acquisition.gov/far/current/html/52_200_206.html 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.state.gov/m/a/dir/regs/fam/c23002.htm. 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
FBO.gov Permalink
(https://www.fbo.gov/spg/AID/OP/WashingtonDC/SOL-OFDA-11-000010/listing.html)
 
Place of Performance
Address: Federated States of Micronesia and the Republic of the Marshall Islands, Micronesia, Federated States of
 
Record
SN02354446-W 20110107/110105233842-86c758ba963c7ea05bfec84a322ac20d (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.