Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 01, 2012 FBO #3781
MODIFICATION

R -- Contract Administration Advisor

Notice Date
3/30/2012
 
Notice Type
Modification/Amendment
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
U.S. Department of State, Bureau of International Narcotics and Law Enforcement Affairs, INL RM MS, 2430 E Street, N.W., South Building, SA-4 Navy Hill, Washington, District of Columbia, 20520
 
ZIP Code
20520
 
Solicitation Number
PSC-12-042-INL
 
Archive Date
4/12/2013
 
Point of Contact
INL/Contract Specialist,
 
E-Mail Address
INLPSCSolicitation@state.gov
(INLPSCSolicitation@state.gov)
 
Small Business Set-Aside
N/A
 
Description
You have received this "Personal Services Contractor" (PSC) solicitation through the Department of State (DOS) Internet site. If you have any questions regarding this PSC, you may contact the DOS Official named in this solicitation. The Department is not responsible for any data and/or text not received when retrieving this document electronically. Amendments to solicitation documents generally contain information critical to the submission of an application. Contract Administration Advisor Worldwide Issuance Date: 03/29/2012 (first technical evaluation scheduled 04/16/2012) Closing Date: 03/28/2013 SOLICITATION NUMBER: PSC-12-042-INL SUBJECT A solicitation for a Personal Services Contractor (PSC), Department of State (DOS), Bureau for International Narcotics and Law Enforcement Affairs (INL) The United States Government (USG), represented by the DOS, seeks applications from US citizens interested in providing PSC services as described in this solicitation. HOW TO APPLY Offeror's proposals shall be in accordance with the requirements stated in this solicitation at the place and time specified. A proposal will be determined non-responsive and ineligible for consideration unless all required documents and information are included in the submission. Offerors shall ensure their resume demonstrates their possession of the minimum qualifications outlined in this Solicitation, as well as their ability to fulfill all required duties. Proposals must include the following: 1) Form OF-612 (Completed and signed) 2) Resume 3) Three references or three letters of reference, including contact information Submit all proposals via e-mail to the attention of: INL/Contract Specialist E-mail: INLPSCSolicitation@state.gov INL will not accept late proposals unless it can be determined DOS mishandled the proposal. 1. SOLICITATION NUMBER: PSC-12-042-INL 2. ISSUANCE DATE: 03/29/2012 (first technical evaluation scheduled (04/16/2012) 3. CLOSING DATE: 03/28/2013 4. TIME SPECIFIED FOR RECEIPT OF APPLICATIONS: 5:00 PM, EST 5. POSITION TITLE: Contract Administration Advisor 6. MARKET VALUE: $80,728 - $118,552 (FS-02 Equivalent) 7. PERIOD OF PERFORMANCE: One year from date of award and four option years 7. PLACE OF PERFORMANCE: Worldwide 8. JOB DESCRIPTION: See below STATEMENT OF DUTIES I. BACKGROUND, ORGANIZATION AND PURPOSE A. BACKGROUND. The mission of the Bureau of International Narcotics and Law Enforcement Affairs (INL) is to minimize the impact of international crime and illegal drugs on the United States and its citizens through providing effective foreign assistance and fostering global cooperation. INL is responsible for developing policies and managing programs to strengthen law enforcement and other rule of law institutional capabilities outside the United States. INL relies on contractors to assist in fulfilling its responsibilities. Because these programs require resources well beyond those organic to INL, INL has three indefinite delivery, indefinite quantity (IDIQ) contracts under which it provides the services of experienced law enforcement, judicial, corrections and counternarcotics advisors to provide support to host nation civilian law enforcement and rule of law programs overseas; provide pre-deployment and in-country support for advisors; and perform other related functions. INL currently administers about fourteen task orders issued under its IDIQ contracts in Iraq, Afghanistan, Kosovo, the West Bank, Haiti, Sudan, Lebanon and Liberia. The task orders range in value from $10M to approximately $1B. The task orders include both fixed labor rate and cost reimbursement contract line items (CLINs). B. ORGANIZATION. The IDIQ contracts are administered by the U.S. Department of State (DOS) contracting officer (CO) in Rosslyn, VA. Organizationally, the CO for these contracts resides within the DOS Office of Acquisitions Management (A/LM/AQM).The CO designates a contracting officer's representative (COR) and government technical monitors (GTM) from INL to deploy overseas to the location of contractor performance and serve as the "eyes and ears" of the CO. The COR reports contract issues directly to the CO. The GTM assists the COR. All personnel deployed on INL missions are assigned to and report operationally and administratively to the INL Director at post. The programs at post are supported by INL Headquarters in Washington, DC. Of note, Program Offices support respective field operations in various regions of the globe in terms of program policy, budget formulation, strategic guidance and monitoring and evaluation. The Program Offices are: • The Office of Iraq Programs (INL/I); • The Office of Western Hemisphere Programs (INL/WHP); • The Office of Afghanistan/Pakistan Programs (INL/AP); • The Office of Europe and Asia Programs (INL/EA); and • The Office of Africa and Middle East Programs (INL/AME.) Within INL's Office of Resource Management (INL/RM), the Contract Administrative Support Division (INL/RM/CAS), maintains liaison and coordination with contract oversight personnel by providing guidance on contract administrative policies, procedures, training and other support. CAS functions are carried out in strict coordination with the Acquisitions and Grants Support division (INL/RM/AGS.) C. PURPOSE. The purpose of this statement of work is for INL to obtain the services of a Contract Administration Advisor to deploy anywhere worldwide and assist with administering one or more IDIQ task orders in a country. As such, duties will include functioning as a COR or GTM. II. STATEMENT OF WORK (SOW) A. GENERAL REQUIREMENTS. 1. Works closely with project stakeholders to analyze program needs, define and document the program's contractual scope, schedule, site-specific considerations, work requirements, milestones and activities. Assist program managers from inception to completion of the contract to develop clear, accurate, current, and detailed contractual requirements. 2. Represents INL interests and priorities when coordinating efforts among multiple federal agencies and organizations internal and external to DOS. Facilitates the regular flow of information among stakeholders, such as by organizing, hosting and documenting project meetings. 3. Evaluates contractor performance and deviations from the contract requirements through surveillance techniques, including direct observation at the contractor's work site. Reviews and documents performance in relation to original contract award amount and completion time, ensuring appropriate approvals. Monitors, prepares progress reports and updates plans and schedules. Reviews, monitors and reports the status of multiple contractor projects to ensure the results achieve the bureau's goals. 4. Identifies and recommends solutions or corrective action to resolve any problems that interfere with contract progress and with the completion of the project. In those cases where problems cannot be resolved within the incumbent's realm of authority, makes recommendations to INL management and the Contracting Officer on appropriate corrective action, and implements these actions upon approval. 5. Develops and maintains effective contract administration processes, such as invoice review, quality assurance/surveillance, and project file maintenance. 6. Serves as a technical advisor to management on CIVPOL contract terms and conditions, performance requirements and operations, providing updates as required. Reviews reports and papers from staff and contractors to ensure technical accuracy and compliance with Bureau and Department objectives, policies and guidelines. 7. Deployment is contingent upon successful completion of training to receive the Federal Acquisition Certification for Contracting Officer's Representatives (FAC-COR.) B. SPECIFIC COR DUTIES AND RESPONSIBILITIES If assigned COR duties, responsibilities shall include the following: 1. Coordinate with the Contractor on all technical matters, which may arise in the administration of this contract. 2. Give technical clarification as to the meaning of the specifications, including inspection, testing, and acceptance procedures. 3. Monitor and inspect the Contractor's technical progress and performance and the expenditures of resources to assure compliance with the contract terms and conditions. 4. Inspect and accept deliverables (supplies, services, and/or reports) on behalf of the Government. 5. Verify satisfactory delivery of contract items and prepare receiving reports and/or approve invoices for payment. 6. Verify efficient and satisfactory performance of work by the Contractor. 7. Authorize payments. 8. Notify the Contracting Officer and Contractor in writing of any deficiencies in workmanship or materials immediately, and monitor response and repair items as stipulated in the contract. 9. Notify the CO writing, of any performance or schedule failure by the Contractor. 10. Verify contractor receiving, inspection, and acceptance reports. 11. Maintain constant cognizance with respect to technical compliance with contract terms on the part of the Contractor. 12. Resolve technical issues arising under the contract which fall within the scope of the COR's authority, and refer to the CO any issues which cannot be resolved without additional cost or time. 13. Inform the CO in writing of any needed changes in the Scope of Work or specifications. 14. Ensuring the Government meets its contractual obligations to the Contractor, e.g., providing Government furnished equipment and services and timely Government review and approval of documents if such reviews are required by the contract. 15. Know and understand the terms and provisions of the contract. 16. Know the scope and limitations of COR authority. 17. Protect privileged and sensitive procurement information. 18. Periodically visit the Contractor's workplace to check on the work of the contractor. 19. Serve as the designated property administrator for the contract. 20. Serve as the primary liaison between the Contractor and the CO. 21. Ensure consistency among multiple GTMs under a single contract when providing guidance to the Contractor and evaluating the Contractor's performance. 22. Perform all acceptance tests required by the contract. 23. Establish and maintain adequate COR files. 24. Prepare statements of satisfactory performance or deviations, shortages or deficiencies. 25. Monitor the Contractor's use of key personnel and notify the CO of any changes in key personnel proposed by the contractor. 26. Review and approve the Contractor's vouchers or invoices. C. SPECIFIC GTM DUTIES AND RESPONSIBILITIES If assigned GTM duties, responsibilities shall include the following: 1. Make recommendations, provide technical monitoring, advice, and assistance to aid the COR in the monitoring and evaluation of a contractor's performance, and document and report any non-conformance of contract or task order performance. All such actions shall be made in writing to the COR. 2. Keep the COR informed of all actions taken. 3. Promptly notify the COR in writing of any noncompliance or deviation in performance or fai1ure to make performance. 4. Execute receiving reports promptly and transmit them to the COR. 5. Know and understanding the terms and provisions of the contract. 6. Know and the scope and limitations of GTM authority. 7. Notify the COR immediately verbally and in writing if delivered supplies or services should be rejected. 8. Prepare a written reports to the COR setting forth problem(s) encountered and contractor disputes. 9. Notify the COR in writing if unable to perform your designated duties. D. GUIDELINES Guidelines consist of the Federal Acquisition Regulation, the Department of State Acquisition Regulations, the CO's letter of delegation of authority appointing the COR or GTM, the terms and conditions of the CIVPOL contracts, and official INL bureau guidelines. In addition, the incumbent must be able to determine application of basic administrative policy statements concerning the issue or problem being studied, which may include reference to pertinent legislative history, related court decisions, state and local laws, or policy initiatives of agency management. The incumbent must also consider and adhere to various other existing federal regulations, and the interaction between DOS policies, legislation, the Foreign Assistance Act, and other authorization and appropriations in the INL account, applicable National Security and Presidential Decision Directives, OMB Circulars, the Foreign Affairs Handbook (FAH), the Foreign Affairs Manual (FAM) and DOS financial operating procedures and policies. E. COMPLEXITY The programs supported by CIVPOL contracts are generally highly complex multi-year development and capacity-building programs. The programs often require the ability to resolve critical problems and achieve difficult goals that may impact on other programs. Programs are also characterized by large obligations of USG funds, a high-risk security environment, a geographically broad operating platform, demanding program schedules, frequently-changing requirements, politically sensitive outcomes, multiple interagency and international actors, multiple contractor and sub-contractor relationships, and intense audit/oversight scrutiny. Detailed plans, goals, objectives and evaluation criteria are required for the long-range implementation and administration of the programs. Decisions concerning planning and organizing the programs are complicated by the intricacy of the contract and the need to deal with multilayered concepts. F. PHYSICAL DEMANDS The work requires the ability to travel to and from several remote areas. The work requires an above average resistance to fatigue and physical hardships. Successful completion of a State Department Class 1 unrestricted medical exam is required. Extended assignments to remote program sites will be required, necessitating the ability to walk medium to longer distances (hundreds of yards or more) on generally irregular dirt or stone surfaces, in both hilly and flat terrain. Additionally, those undergoing medical treatment or taking certain medicines that limit their physical or mental abilities may find it difficult to adhere to the limitations recommended by their physician(s). Travel on helicopters and/or cargo-oriented fixed wing aircraft will also be required. Those with ear or other problems, who do not easily adapt to pressurized environments or higher but non-pressurized environments, will find the travel requirements of these positions difficult. Climate conditions are also a factor. Work is often done in extremes of cold and heat, in dusty and windy environments, and frequently outdoors. Those with circulation problems or difficulties adapting to climate extremes or extremely dusty environments will find this aspect of the work difficult and may not be capable of passing the State Department required medical exam. G. SUPERVISORY CONTROLS The incumbent will report to the INL Director at Post. The incumbent's actions, decisions and recommendations are reviewed on the basis of demonstrated professional judgment, results achieved and conformance with appropriate laws and regulations. H. PERIOD OF PERFORMANCE. The period of performance will be one year from the date of award with four option years. III. MINIMUM QUALIFICATIONS A. U.S. citizen, holding at least an actual or interim State Department Top Secret security clearance. B. A Bachelor's Degree from an accredited institution or five years of equivalent experience as working contracts or three years' experience as a COR on other U.S. Government contracts. C. Two years' experience in international, post-conflict or emerging state environments. D. Two years' experience managing projects of similar scale, scope and complexity as described in paragraph II.E above. One year of this experience must be equivalent to the GS-13 level in the federal service. E. Training or experience of contract administration principles, policies, regulations and procedures. F. Ability to communicate and interact effectively. G. Deployment is contingent upon successful completion of training to receive the Federal Acquisition Certification for Contracting Officer's Representatives (FAC-COR.) H. Successful completion of a Class 1 physical exam as approved by the State Department. IV. EVALUATION CRITERIA A. Experience in international, post conflict or emerging state environments. (20 points) B. Experience managing complex projects. (30 points) C. Training or experience of contract administration principles, policies, regulations and procedures. (10 points) D. Ability to communicate and interact effectively. (10 points) E. Prior experience as a COR. (30 points) COMPENSATION For award, INL will negotiate for this contract based on the following: • Entry-level salary is at Step 1 of the grade range assigned to solicitation • Consideration given for experience relevant specifically to the solicitation requirements • Level and extent of experience dictates the salary level within the grade range BENEFITS & ALLOWANCES AS A MATTER OF POLICY, INL NORMALLY AUTHORIZES THE FOLLOWING BENEFITS AND ALLOWANCES BENEFITS • Employee's FICA Contribution • Contribution toward Health and Life Insurance • Pay Comparability Adjustment • Annual Increase • Eligibility for Worker's Compensation • Annual & Sick Leave • 401K Plan ALLOWANCES • Temporary Quarters Subsistence Allowance • Living Quarters Allowance • Post Allowance • Supplemental Post Allowance • Separate Maintenance Allowance • Education Allowance • Education Travel • Post Differential • Payments during Evacuation/Authorized Departure • Danger Pay
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/INL/INL-RM-MS/PSC-12-042-INL/listing.html)
 
Place of Performance
Address: US Embassy, Worldwide, United States
 
Record
SN02710564-W 20120401/120330235415-090c9c7a92e1105601955f3bf0a85215 (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.