Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 17, 2024 SAM #8391
SOLICITATION NOTICE

R -- Solicitation for U.S. Personal Service Contractor (USPSC) Deputy Controller (Short Term) - USAID/Nigeria.

Notice Date
11/15/2024 4:45:05 AM
 
Notice Type
Solicitation
 
NAICS
8129 —
 
Contracting Office
USAID/NIGERIA ABUJA NGA
 
ZIP Code
00000
 
Solicitation Number
72062025R00002
 
Response Due
11/15/2024 1:30:00 PM
 
Archive Date
12/03/2024
 
Point of Contact
Michael Teske, Phone: 2340946129445, Clementina Edereka, Phone: 2340946129319
 
E-Mail Address
mteske@usaid.gov, cedereka@usaid.gov
(mteske@usaid.gov, cedereka@usaid.gov)
 
Description
SOLICITATION NUMBER: 72062025R00002 ISSUANCE DATE: November 15, 2024 CLOSING DATE/TIME: December 3, 2024 4:30pm (Nigeria time) SUBJECT: Solicitation for U.S. Personal Service Contractor (USPSC) Deputy Controller (Short Term) - USAID/Nigeria. Dear Prospective Offerors: The United States Government, represented by the U.S. Agency for International Development (USAID), is seeking offers from qualified persons to provide personal services under contract as described in this solicitation. Offers must be in accordance with Attachment 1 of this solicitation. Incomplete or unsigned offers will not be considered. Offerors should retain copies of all offer materials for their records. USAID will evaluate all offerors based on the stated evaluation criteria. USAID encourages all individuals, including those from disadvantaged and under-represented groups, to respond to the 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 offer. Any questions must be directed in writing to the Point of Contact specified in the Attachment 1. Sincerely, ___________________________________ Michael Teske Supervisory Executive Officer ATTACHMENT 1 I. GENERAL INFORMATION 1. SOLICITATION NUMBER: 72062025R00002 2. ISSUANCE DATE: November 15, 2024 3. CLOSING DATE AND TIME FOR RECEIPT OF OFFERS: December 3, 2024 (4:30pm Nigeria time) 4. POINT OF CONTACT: AbujaEXO-HR, E-mail: abujahr@usaid.gov 5. POSITION TITLE: Deputy Controller (Short Term) 6. MARKET VALUE: $104,604 to $135,987 equivalent to GS-14 Final compensation will be negotiated within the listed market value and will include Locality Pay for domestic USPSCs based on the location of the official USAID Worksite, or the approved worksite if approved for remote work. USPSCs performing overseas are not entitled to Locality Pay. 7. PLACE OF PERFORMANCE: USAID/Nigeria, Abuja, Federal Republic of Nigeria. Overseas USPSCs may be authorized to telework or remote work only from a location within the country of performance, in accordance with Mission policy. Telework or remote work from outside the country of performance may only be authorized in certain situations in accordance with the terms and conditions of the contract. 8. PERIOD OF PERFORMANCE: Nine months, estimated to start as soon as clearances are received. 9. ELIGIBLE OFFERORS: U.S. Citizens. 10. SECURITY LEVEL REQUIRED: Facility Access. 11. STATEMENT OF DUTIES: 1. General Statement of Purpose of the Contract: USAID/Nigeria requests the services of a Supervisory Financial Management Specialist/ Deputy Controller to temporarily fill the position of Deputy Controller. The incumbent will provide support to the Office of Financial Management (OFM) and the Controller. The period of performance is up to nine months depending on if/ when a permanent officer is assigned to the position. The start date is o\a January 11, 2024, through October 10, 2025. Actual dates will be determined once a successful candidate receives all needed medical and security clearances. USAID Nigeria OFM is responsible for the financial management of an annual program budget of approximately $732.6 million and a total active portfolio of $1.4 billion. Its Operating Expense budget is approximately $13.5 million. Working with the Mission Controller and the technical and program offices, the incumbent ensures funds accountability and mitigates fiduciary risks, especially for potential activities through public financial management systems of the Government of Nigeria. This position requires an experienced contractor with demonstrated skills in financial management, staff development, operational planning, implementation, as well as an in-depth knowledge of the financial management techniques and methods utilized by USAID. Prior experience in assessments of Partner Government systems (G2G) is highly desired. The incumbent will provide leadership and oversight of the Mission's day-to-day financial operations in order to ensure continuous high quality financial management and operational support to the Mission's programs. The incumbent serves as the focal point for all financial management functions including budgeting, funds control, accounts receivable, accounting, payments, OE and program-funded budget preparation, E2 travel authorization, and financial advisory services to the Mission Controller and staff. The incumbent will also serve as the alternate to the resident hire USPSC Certifying Officer. Additionally, the incumbent is responsible for mentoring, coaching, and guiding FMO staff to perform at their highest levels. In the absence of the Controller, the incumbent will be called upon to fill this role. In the Acting Controller role, s/he will provide leadership, direction, and coordination of all financial management functions of USAID/Nigeria, including, in addition to functions mentioned above, the financial analysis and audit management. 2. Statement of Duties to be Performed: 1. Reporting to the Mission Controller, the Deputy Controller supports and manages the budget, accounting, financial management, and payment functions in OFM. The incumbent plays a key role in OFM�s efforts to improve service quality and customer satisfaction. As such, the Deputy Controller will be responsible for planning, directing, and administering a comprehensive accounting, reporting and budgeting system designed to provide senior Management with timely financial information for making operational decisions. 2. Provides support to the resident hire USPSC Authorized Certifying Officer, certifying payment vouchers as needed if/ when ACO is away from post or otherwise requires assistance. 3. USAID/Nigeria is preparing for possible Government to Government (G2G) activities. As appropriate, the Deputy Controller will provide oversight, guidance and support to OFM staff for Partner Government Systems risk assessments to ensure that they possess all the necessary skills and that they function effectively in carrying out their required duties. Reviews and provides edits and comments of draft risk assessment reports and risk management plans before final approvals. 4. Provides oversight, guidance and support to OFM staff for conducting pre-award assessments of proposed local entity award recipients using the NUPAS framework. Provides leadership to enhance the financial management capacity of local partner organizations. 5. Reviews pre-obligation checklists, action memos, FAA checklists, and other types of program documentation prior to the Controller�s review and approval. 6. Participates in the planning, implementation, and monitoring of an adequate system of internal control for processing, accounting, reporting, and safeguarding of all funds and assets available to USAID/Nigeria. 7. Supervises the analysis and reconciliation of all program and administrative accounts with State and USAID/W, including 1221 management and timely liquidation of program and travel advances. 8. Plans, organizes, and monitors all financial operations, including accounting, budgeting, accounts payables, account receivables, advances (OE & project), reconciliations with the U.S. Treasury and U.S. Disbursing Office, and financial reporting to USAID/Washington. Responds to requests for financial information and resolves accounting and payment problems. 9. Evaluates the Controller�s Office operating procedures and assists in developing and improving internal procedures governing the formulation, preparation, and review of requests for funds. Assesses the impact and determines how to best implement guidance from USAID/Washington relating to accounting and reporting systems management. Coordinates the installation, implementation, and revision of financial management and accounting systems and controls and provides formal and informal training to FSN employees on all budgeting and accounting functions. 10. Manages the quarterly accruals and 1311 reviews and ensures that Mission funds are properly de-obligated and de-committed. 11. Supervises Mission accounting and accounts payable/receivable functions to ensure that all financial transactions for USAID/Nigeria are correctly coded and posted into the Agency�s accounting system (Phoenix). 12. Provides oversight, guidance and support to the OFM staff to ensure that they possess all the necessary skills, and that they function effectively in carrying out their required duties. 13. Reviews OFM processes to identify strengths and weaknesses, including bottlenecks, and to the extent required, modify processes to streamline workflow and maximize efficiency. 14. Provides the Mission staff with expert assistance and advice relative to USAID financial management regulations and procedures. Takes the lead in resolving methods of payment, cash management, cost reasonableness and disbursement issues for projects. 15. Serves as Acting Mission Controller in the absence of the Mission Controller. 3. USAID Consultations or Orientation (if applicable): The selected candidate will be required to complete the one-week mandatory Foreign Affairs Counter Threat (FACT) course prior to proceeding to USAID/Nigeria. FACT is a mandatory course for service in Nigeria. 4. Supervisory Relationship: The incumbent will be supervised by the Mission Controller. During the absence of the Controller, the incumbent will assume the duties of Acting Controller and shall report to the Deputy Mission Director. 5. Supervisory Controls: Incumbent will directly supervise staff performing accounting and vouchering activities. POSITION ELEMENTS Available Guidelines: The USAID Automated Directives System (ADS), Department of State Standardized Regulations (DSSR), Foreign Affairs Manuals, USAID Inspector General Audit Guidance, Agency Policy Determinations, Foreign Assistance Act, Government Auditing Standards, Comptroller General Decisions and pertinent project documentation provide the guidelines that must be applied to specific situations. U.S. Government handbooks, guidelines, regulations and laws, OMB Circulars, Generally Accepted Accounting Principles, the Yellow Book, Guidelines for Financial Audits Contracted by Foreign Recipients, and Mission Orders. Exercise of Judgment: Exercises a high degree of independent judgment. Heavy reliance is placed on the independent judgment of the incumbent in analyzing, evaluating and formulating conclusions and recommendations for all financial matters related to USAID/Nigeria. Authority to Make Commitments: The incumbent does not have the authority to make legal commitments but is responsible for approving and ensuring the recording all financial obligations. Nature, Level and Purpose of Contacts: Frequent and direct contact and meetings with senior management of USAID/Nigeria, as well as senior level contacts of the interagency team. Contact with implementing partners, public accounting firms, USAID's Program Area/Technical Teams, mostly regarding issues of financial management and audits, will be at the highest levels. Interpersonal skills: The incumbent must exercise discretion and tact in a variety of stressful situations and when dealing with personnel to resolve challenges that arise during the course of duty, for which there often is not a clear solution. Reports: Upon request or as scheduled, the incumbent will submit periodic status reports of major activities or projects that fall under the incumbent�s responsibility. 12. PHYSICAL DEMANDS: The work requested does not pose undue physical demands. II. MINIMUM QUALIFICATIONS REQUIRED FOR THIS POSITION A. Education: A bachelor�s degree or equivalent level of a four-year U.S. university degree (equivalency accreditation if a non-U.S. institution) in accounting, finance, or business administration is required. (5 points) B. Prior Work Experience: At least ten years of progressively responsible experience performing and supervising USAID financial management operations, including accounting, budget formulation and execution, financial analysis, and management controls is required. Experience as a USAID Controller, Deputy Controller, Acting Controller or Acting Deputy Controller is a plus. Strong working knowledge of USAID systems such as Phoenix, E2, ASIST, GLASS and other Agency systems is required. An understanding of how USAID projects are designed, developed, implemented, and evaluated is essential. (20 points) C. Job Knowledge: Thorough knowledge and understanding of professional accounting principles, theories, practices and terminology as well as the principles and accepted practices of governmental and business financial accounting, budgeting and reporting is required. A thorough knowledge of applicable laws, regulations and procedures associated with USAID financial management and a high level of independent judgment with regard to USAID�s financial management policies and procedures, is also required. Must have a strong understanding of USAID project planning and implementation procedures and of USAID organization and operation in general. Must have a demonstrated ability to perform work within a team environment. (20 points) D. Skills and Abilities: A high level of analytical skills and sound judgment is required. Must be able to complete and present a great deal of detailed information in a concise and fully professional manner. Must be capable of motivating a team to effectively supervise OFM staff and direct the various elements of a complex financial management operation. The position also requires excellent interpersonal and training skills, and the candidate must have a genuine interest in developing the abilities of OFM staff. Must be able to maintain cordial and professional relationships with USAID staff, other USG agencies at post, Host Country officials, NGO, Contractor personnel, and Local Banks. (20 points) E. Language Proficiency: Must have excellent English Language (Level IV) communication skills, both orally and written. (5 points) III. EVALUATION AND SELECTION FACTORS The Government may award a contract without discussions with offerors in accordance with FAR 52.215-1. The CO reserves the right at any point in the evaluation process to establish a competitive range of offerors with whom negotiations will be conducted pursuant to FAR 15.306(c). In accordance with FAR 52.215-1, if the CO determines that the number of offers that would otherwise be in the competitive range exceeds the number at which an efficient competition can be conducted, the CO may limit the number of offerors in the competitive range to the greatest number that will permit an efficient competition among the most highly rated offers. The FAR provisions referenced above are available at https://www.acquisition.gov/browse/index/far. The technical evaluation committee may conduct reference checks, including references from individuals who have not been specifically identified by the offeror, and may do so before or after a candidate is interviewed. Candidates will be evaluated based on the following selection criteria: 1. Education (5 points) (As stated above) 2. Prior work Experience (20 points) (As stated above) 3. Job Knowledge (20 points) (As stated above) 4. Skills and Abilities (20 points) (As stated above) 5. Language Proficiency (5 points) (As stated above) Interview Performance (30 points) Total Possible Points: 100 points IV. SUBMITTING AN OFFER 1. Eligible offerors are required to complete and submit the offer form AID 309-2, �Offeror Information for Personal Services Contracts with Individuals,� available at http://www.usaid.gov/forms. 2. USAID�S ZERO TOLERANCE FOR SEXUAL MISCONDUCT USAID has a zero-tolerance policy for sexual misconduct with the goal of fostering a respectful, safe, healthy and inclusive work environment. USAID maintains policies and procedures to establish a workplace free of sexual misconduct as described in Agency policy at ADS Chapter 113, Preventing and Addressing Sexual Misconduct. SELF CERTIFICATION Offerors must sign a Sexual Misconduct Self-Certification form [see hyperlink] related to sexual misconduct when submitting the offer. The signed form will be filed in the award file. If the offeror fails to submit a signed-certification, the offeror will be determined to be non-compliant to submission requirements and will not be considered for award. ? For the Apparently Successful Offeror: ? If Self-Certification response is �Yes�: In consultation with the Resident Legal Advisor (RLO) or General Counsel Acquisition and Assistance (GC/AA), the CO will request further details from the offeror. ? Event of False Certification: If the certification provided is found to be false, the offeror may be eliminated from consideration for the award. If the contract has been awarded, the false certification may be grounds for termination of the contract. The action may be punishable to the full extent of the law. USE OF THE AGENCY�S MISCONDUCT PORTAL AND INQUIRIES MADE TO PREVIOUS COs FOR APPARENTLY SUCCESSFUL OFFEROR The Office of Employee and Labor Relations (ELR) operates USAID�s Misconduct Reporting Portal. Prior to award, the CO will email ELR at HCTM.ELR@usaid.gov to identify whether Agency records include any prior disciplinary action related to sexual misconduct taken against the apparently successful offeror. If the apparently successful offeror has previously held a Personal Services Contract at USAID, the CO will attempt to contact the previous administrating CO to inquire about previous disciplinary actions related to sexual misconduct against the apparently successful offeror. NEW ENTRANT ORIENTATION (NEO) For PSCs onboarded in Washington, the contractor must complete the information session on USAID�s zero tolerance policy for sexual misconduct as part of NEO. The CO will include documentation in the award file that the contractor has completed NEO and has been made aware of USAID�s zero tolerance policy for sexual misconduct. For PSCs onboarded overseas, including CCNPSCs and TCNPSCs, the PSC must complete an online module related to USAID�s zero tolerance policy for sexual misconduct as administered by their cognizant CO as part of their onboarding process. The CO will include documentation in the award file that the PSC has completed the online module and has been made aware of USAID�s zero tolerance policy for sexual misconduct. 3. Offers must be received by the closing date and time specified in Section I, item 3, and submitted to the Point of Contact in Section I. 4. Offeror submissions must clearly reference the Solicitation number on all offeror submitted documents. 5. A signed cover letter of no more than three (3) pages that demonstrates how the Offeror�s qualifications meet the evaluation factors of the position. 6. A Curriculum Vitae/Resume which, at a minimum, describes education, latest experience, and career achievements. Electronic copies of diploma, certificates and relevant degrees may be included to corroborate the CV/Resume. 7. Names, current and accurate phone numbers, and email addresses of three (3) professional references that have knowledge of the Offeror�s abilities to perform the duties set forth in the solicitation. USAID reserves the right to contact all references. V. LIST OF REQUIRED FORMS PRIOR TO AWARD The CO will provide instructions about how to complete and submit the following forms after an offeror is selected for the contract award: Forms outlined below can be found at: http:/www.usaid.gov/forms/ 1. DS-1843 Medical History and Examination - for individuals aged 12 and older. 2. DS-1622 Medical History and Examination - for children aged 11 and younger. 3. DS-3057 Medical Clearance Update (MCU). Found at https://www.state.gov/forms-medical-clearances. 4. SF-85, Questionnaire for Non-Sensitive Positions. 5. OF-306, Declaration of Federal Employment. 6. SF-86, Questionnaire for National Security Positions. 7. SF-87, Fingerprint Card. * Forms 2 through 5 shall be completed only upon the advice of the Contracting Officer that an applicant is the successful candidate for the job. VI. BENEFITS AND ALLOWANCES As a matter of policy and as appropriate, a USPSC is normally authorized the following benefits and allowances: 1. BENEFITS: (as applicable): (a) Employer's FICA contribution. (b) Contribution toward Health & Life Insurance. (c) Pay Comparability Adjustment. (d) Annual Increase (pending a satisfactory performance evaluation). (e) Eligibility for Worker�s Compensation. (f) Leave and Holidays. 2. ALLOWANCES: (as applicable): Section numbers refer to rules from the Department of State Standardized Regulations (Government Civilians Foreign Areas), available at https://aoprals.state.gov/content.asp?content_id=282&menu_id=101 (a) Temporary Quarters Subsistence Allowance (Section 120). (b) Cost of Living Allowance (Chapter 210). (c) Post Allowance (Section 220). (d) Post Differential (Chapter 500), (e) Payments during Evacuation/Authorized Departure (Section 600), Note: As of November 03, 2024, Nigeria became a 30% Post Differential, 10% Cost of Living Allowance, 0% Danger Pay post. VII. TAXES USPSCs are required to pay Federal income taxes, FICA, Medicare, and applicable State Income taxes. VIII. USAID REGULATIONS, POLICIES AND CONTRACT CLAUSES PERTAINING TO PSCs USAID regulations and policies governing USPSC awards are available at these sources: 1. USAID Acquisition Regulation (AIDAR), Appendix D, �Direct USAID Contracts with a U.S. Citizen or a U.S. Resident Alien for Personal Services Abroad,� including contract clause �General Provisions,� available at https://www.usaid.gov/ads/policy/300/aidar. 2. Contract Cover Page form AID 309-1 available at https://www.usaid.gov/forms. Pricing by line item is to be determined upon contract award as described below: LINE ITEMS ITEM NO (A) SUPPLIES/SERVICES (DESCRIPTION) (B) QUANTITY (C) UNIT (D) UNIT PRICE (E) AMOUNT (F) 0001 Compensation, Fringe Benefits and Other Direct Costs (ODCs) - Award Type: Cost - Product Service Code: [e.g. R497] - Accounting Info: [insert one or more citation(s) from Phoenix/GLAAS] 9 months LOT $ _TBD__ $_TBD at Award after negotiation with Contractor_ 3. Acquisition and Assistance Policy Directives/Contract Information Bulletins (AAPDs/CIBs) for Personal Services Contracts with Individuals available at http://www.usaid.gov/work-usaid/aapds-cibs. 4. Ethical Conduct. By the acceptance of a USAID personal services contract as an individual, the contractor will be acknowledging receipt of the �Standards of Ethical Conduct for Employees of the Executive Branch,� available from the U.S. Office of Government Ethics, in accordance with General Provision 2 and 5 CFR 2635. See https://www.oge.gov/web/oge.nsf/OGE%20Regulations. 5. PSC Ombudsman The PSC Ombudsman serves as a resource for any Personal Services Contractor who has entered into a contract with the United States Agency for International Development and is available to provide clarity on their specific contract with the agency. Please visit our page for additional information: https://www.usaid.gov/work usaid/personal-service-contracts-ombudsman. The PSC Ombudsman may be contacted via: PSCOmbudsman@usaid.gov. 6. FAR Provisions Incorporated by Reference 52.204-27 PROHIBITION ON A BYTEDANCE COVERED APPLICATION JUN 2023 [END OF SOLICITATION]
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8cdeec6047e5420fab92c0957ccb2379/view)
 
Place of Performance
Address: Abuja, NG-FC 900001, NGA
Zip Code: 900001
Country: NGA
 
Record
SN07266395-F 20241117/241115230102 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.