Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 24, 2008 FBO #2494
SOLICITATION NOTICE

R -- All Hazards Preparedness and Response Coordinator

Notice Date
9/22/2008
 
Notice Type
Modification/Amendment
 
NAICS
923120 — Administration of Public Health Programs
 
Contracting Office
Department of Health and Human Services, Centers for Disease Control and Prevention, Procurement and Grants Office (Atlanta), 2920 Brandywine Road, Room 3000, Atlanta, Georgia, 30341-4146
 
ZIP Code
30341-4146
 
Solicitation Number
2008-N-10734
 
Response Due
10/3/2008 4:00:00 PM
 
Archive Date
10/18/2008
 
Point of Contact
John M Ebanks,, Phone: 7704882436, Rafael A. Aviles,, Phone: 770-488-2805
 
E-Mail Address
jebanks@cdc.gov, raviles@cdc.gov
 
Small Business Set-Aside
Total Small Business
 
Description
The purpose of this amendment is to change the title of the position and the location of the position found under the first paragraph under "Description" below from "Strategic Information Advisor position located in Dar es Salaam, Tanzania" to "All Hazards Preparedness and Response Coordinator position located inGuatemala City, Guatemala. Description The Department of Health and Human Services, Centers for Disease Control and Prevention, is seeking applications from qualified applicants for an All Hazards Preparedness and Response Coordinator position located in Guatemala City, Guatemala. The resultant contract shall be a Personal Services Contract (PSC). Reference 42 USC 242l(b)(8). SOLICITATION NUMBER: 2008-N-10734 POSITION NUMBER: GT-PSC-02 ISSUANCE DATE: September 18, 2008 CLOSING DATE/TIME: Octobr 3, 2008 at 4:00PM Eastern Standard Time POSITION TITLE: All Hazards Preparedness and Response Coordinator MARKET VALUE: $67,260 to $107,180 per year -- Final compensation will be based on individual salary history, work experience, and educational background. PERIOD OF PERFORMANCE: One Base Year and Four Option Years PLACE OF PERFORMANCE: Guatemala City, Guatemala SECURITY CLEARANCE: NACI AREA OF CONSIDERATION: United States Citizens and residents only. Third country nationals, citizens and permanent residents of the host country are not eligible for this position. INTERESTED APPLICANTS ARE REQUIRED TO READ THE ENTIRE ANNOUNCEMENT AND PROVIDE ALL DOCUMENTATION REQUIRED. FAILURE TO SUBMIT ALL DOCUMENTS SHALL RESULT IN YOUR APPLICATION NOT BEING CONSIDERED FOR AWARD. Duties and Responsibilities: The primary objective is to serve as the lead technical and program regional resident Advisor (hereafter referred to as Incumbent) for the Central America CDC-CAP All Hazards program. This position is responsible for the coordination of All Hazards Preparedness and Response, emergency preparedness, and participating in emergency management activities for the CDC Regional Office for Central America and Panama (CDC-CAP), located in Guatemala City, Guatemala. The position serves in a technical role in emergency (internal and external) operations and preparedness, providing an all hazards approach in public health support, notification and communications, incident management, and support for drills, exercises and actual emergencies. The All Hazards Preparedness and Response Coordinator coordinates interagency activities related to potential health threats; develops guidance material for response and program personnel; manages and directs demonstration and training programs for regional, national, and local health personnel involved in health response to all hazards events, e.g., bioterrorism, technological, radiological, chemical, environmental, and natural disasters. Incumbent also coordinates and oversees the work of contractors and support staff throughout the region on assigned outsourced projects and other related tasks for the emergency response operations center. The All Hazards Preparedness and Response Coordinator is also responsible for developing funding proposals and monitoring the execution of funds totaling over $600,000. • Develops, implements, monitors and facilitates the execution of program activities for any All Hazards related project objectives, including managing personnel and equipment, and Information Technology resources. • Prepares and consolidates project proposals, and coordinates interagency activities and involvement related to All Hazards type events. • Develops internal and external operating procedures with partnering agencies and ministries for any All Hazards type preparedness and response support. • Monitors quality controls and ensures that grantees, partners, contractors meet outlined programmatic objectives. 1 • Keeps current with the region's current state of preparedness for All Hazards type events related to Public Health. Minimum 1. Knowledge of agency program goals and objectives, the sequence and timing of key program events and milestones, and methods of evaluating program accomplishments. 2. Extensive knowledge of the region's counterparts and demographic information. 3. Masters degree or equivalent education in disaster/emergency management/communications. 4. Training certification in Incident Command Systems (ICS), On Incidents, or any other Emergency Management Operations system. Four years experience working with one or more of these systems may be substituted for formal training certification. 5. Over seven years of experience in Incident Management and Incident Response, including wild land fire, hurricane response, relief for populated areas, Avian Influenza eradication and disposal training, rapid response training in Pandemic Influenza preparedness. 6. Federally trained in Incident Command and Red-carded. 7. Trained and experienced in using Geographical Information Systems for Public Health and Disasters. 8. Experience in developing/ establishing an Emergency Operations Center (e.g., base camps, logistics centers, IT infrastructure) and communications networks to support it. 9. Level IV. Fluent (written and spoken) in Spanish and English. Able to use both languages in diverse situations including workshops, drills, simulations, and field exercises. Includes working with non-U.S. personnel. 10. Advanced level of comprehension regarding software installations, IT procedures, ability to trouble shoot software and equipment malfunctions. Desired Qualifications: 1. Previous work experience in Guatemala and Central America - preferably during disasters and major emergencies. 2. Able to work Office Suite and other software packages such as EpiGIS, EPI INFO, Access, ArcINFO, Erdas, Virtual EOC) 3. Skills in diplomacy for dealing directly with MOHs, embassies and international public health entities. 4. Able to train ICS in Spanish to Public Health Professionals. 5. Working knowledge of administrative, budgetary, procurement, and travel issues. 6. Experience in Field Operations and Incident Base Operations. Benefits/Allowances: Overseas allowances and differentials similar to those available to U.S. Government employees assigned abroad may be payable under this PSC, subject to eligibility. Actual benefits may vary from one candidate to the next and/or from one country of assignment to the next. A summary of the overseas allowances and differentials available to U.S. Government employees assigned abroad may be found at the following Internet URL: http://aoprals.state.gov/ Specific benefit, allowance, and differential information will be provided in the "Offer of PSC Employment" letter sent to the successful applicant. Additionally, country specific information useful for U.S. Government employees assigned abroad may be obtained from Department of State available at the following Internet URL: http://www.state.gov/m/fsi/tc/c10391.htm and Travel Warnings concerning certain countries, in many of which CDC conducts its international program activities, may be obtained at the following Internet URL: http://travel.state.gov/travel/cis_pa_tw/tw/tw_1764.html. Federal Taxes: Personal Service Contractors who are either United States citizens or Permanent Resident Aliens (i.e., "green card" holders) of the United States are not exempt from payment of Federal Income and, in some cases State, income taxes on salaries earned abroad while working for the U.S. Government. CONTRACTOR-MISSION RELATIONSHIPS (a) The contractor acknowledges that this contract is an important part of the U.S. Foreign Assistance Program and agrees that his/her duties will be carried out in such a manner as to be fully commensurate with the responsibilities that this entails. (b) While in the Cooperating Country, the contractor is expected to show respect for the conventions, customs, and institutions of the Cooperating Country and not interfere in its political affairs. (c) If the contractor's conduct is not in accordance with paragraph (b) of this provision, the contract may be unilaterally terminated by the Contracting Officer. The Contractor recognizes the right of the U.S. Ambassador to direct his/her immediate removal from any country when, in the discretion of the Ambassador, the interests of the United States so require. (d) The Country Director is the chief representative of CDC in the Cooperating Country. In this capacity, he/she is responsible for the total CDC Program in the Cooperating Country including certain administrative responsibilities set forth in this contract and for advising CDC regarding the performance of the work under the contract and its effect on the U.S. Foreign Assistance Program. The contractor will be responsible for performing his/her duties in accordance with the statement of duties called for by the contract. However, he/she shall be under the general policy guidance of the Country Director, and shall keep the Country Director or his/her designated representative currently informed of the progress of the work under this contract. SOCIAL SECURITY, FEDERAL INCOME TAX AND FOREIGN EARNED INCOME (a) Since the contractor is an employee, F.I.C.A. contributions and U.S. Federal Income Tax withholding shall be deducted in accordance with regulations and rulings of the Social Security Administration and the U.S. Internal Revenue Service, respectively. (b) As an employee, the contractor is not eligible for the 'foreign earned income' exclusion under the IRS Regulations (see 26 CFR 1.911- 3(c)(3)). INSURANCE (a) Worker's Compensation Benefits. The contractor shall be provided worker's compensation benefits in accordance with the Federal Employees' Compensation Act. (b) Health and Life Insurance. (1) The contractor shall be provided a maximum contribution of up to 50% against the actual costs of the contractor's annual health insurance costs, provided that such costs may not exceed the maximum U.S. Government contribution for direct-hire personnel as announced annually by the Office of Personnel Management. (2) The contractor shall be provided a contribution of up to 50% against the actual costs of annual life insurance not to exceed $500.00 per year. (3) Retired U.S. Government employees shall not be paid additional contributions for health or life insurance under their contracts. The Government will normally have already paid its contribution for the retiree unless the employee can prove to the satisfaction of the Contracting Officer that his/her health and life insurance does not provide or specifically excludes coverage overseas. In such case, the contractor would be eligible for contributions under paragraphs (b)(1) or (2) as appropriate. (4) Proof of health and life insurance coverage shall be submitted to the Contracting Officer before any contribution is paid. On assignments of less than one year, costs for health and life insurance shall be prorated and paid accordingly. (5) A contractor who is a spouse of a current or retired Civil Service, Foreign Service, or Military Service member and who is covered by their spouse's Government health or life insurance policy is ineligible for the contribution under paragraphs (b)(1) or (b)(2) of this provision. MEDEVAC INSURANCE (NON U.S. CITIZENS ONLY) Non U.S. citizens will not qualify for health unit access during the period of performance of the resultant contract and, if a contract is offered, will be responsible for obtaining required medical evacuation (medevac) insurance. CDC shall reimburse 100% of the cost of medevac insurance maintained by the contractor. CDC does not require that contractor obtains coverage from any one specific company. The contractor is responsible for and has the discretion to choose a provider. For information purposes only: The Department of State maintains a list of U.S. based providers on the following website: http://travel.state.gov/travel/tips/health/health_1185.html. CDC provides no endorsement, expressly or implied, of any emergency medical service provider. Contractors have full discretion to consider providers not provided in this list, but are expected to verify that the coverage they do obtain will adequately cover an evacuation due to a medical situation that arises in the location of contract performance. CDC shall approve a fair and reasonable amount for obtaining the required coverage as a direct cost to the contract. In order for CDC to reimburse the cost of medevac insurance, CDC shall require the contractor to furnish evidence of obtaining medevac insurance for the employee and all accompanying family members on U.S. Government travel orders and its cost, after issuance of an offer letter. INHERENTLY GOVERNMENTAL FUNCTIONS An individual serving under a CDC PSC may not perform "inherently governmental functions," which include: • Committing the U.S. Government (USG) to a specific course of action or performing Services, which involve discretionary exercise of Government authority; • Exercising signatory authority on behalf of the USG; • Directing policy formulation or making policy decisions; • Approving program plans; • Officially representing the CDC (representation); • Controlling USG-owned property; • Acting as a cashier or sub-cashier; or, • Supervising Government FTE staff. An individual serving under a PSC may: • Provide advice or make recommendations to Government FTE staff; • Perform services (other then the prohibited services listed above) in support of program activities; • Direct projects or teams (as long as supervision of Government FTE staff is not involved); and, • Supervise other PSCs, Personal Services Agreement Employees (PSA), grantees or fellows. See FAR 7.5 for additional information regarding inherently Governmental Functions. How to Apply: A complete application shall consist of a completed Optional Form 612 (Optional Application for Federal Employment) or resume or curriculum vitae that provides the same information required in a OF 612, as well as references, current (or highest recent) salary documentation, and Benefit Eligibility Form. Optional Form 612, Optional Application for Federal Employment: The Optional Form (OF) 612, Optional Application for Federal Employment, can be located at: http://www.opm.gov/Forms/html/of.asp. References: Each applicant shall submit three Professional references other than family members. Two references shall be from a current and previous supervisor. The following information is required: Name, Address, telephone Number, Title, and Email Address. Current (or Highest Recent) Salary Documentation: Each applicant shall submit supporting documentation that reflects their current or highest recent salary. Examples of such supporting documentation are the most recent earning statement, an official letter from current employer signed by the applicant's current supervisor or Human Resources Representative, or the applicant's most recent U.S. Federal tax return. Each applicant shall also include a letter indicating the minimum salary in U.S. dollars the applicant would accept for the position. Benefit Eligibility Form: Each applicant shall complete and submit with the application, the Benefit Eligibility Form located at the end of this solicitation. Submission of Application: A complete application package (OF 612 or equivalent, references, salary documentation, and Benefits Eligibility Form) must be received at the following location no later than the closing date and time identified above: Centers for Disease Control and Prevention Procurement and Grants Office Mailstop K75, Branch 7 Attn: John Ebanks, Contracting Officer Solicitation 2008-N-10734 2920 Brandywine Road Atlanta, GA 30341-5539 Complete application packages may be emailed to the attention of John Ebanks at egz2@cdc.gov. Facsimile copies will not be accepted. Applications received after the closing date and time will not be accepted. Refer to Federal Acquisition Regulation 15.208 regarding submission of late proposals: (http://www.acqnet.gov/far/current/html/Subpart%2015_2.html#wp1125227). All applications must be legible and submitted in the English language. The solicitation number identified above must be included on all documents submitted with the application package, as well as any other correspondence regarding this solicitation. Selection Factors: The applicant that represents the best value to the Government will be considered for award of HIV Counseling and Testing (HCT) Specialist PSC. To determine best value, the following factors will be considered: 1. The extent an applicant meets the minimum and desired qualifications based on information obtained through the application package and interviews. Note that interviews may or may not be conducted; therefore, the application package should clearly identify how well the applicant meets the minimum and desired qualifications of this position. Interviews, if conducted, may be either in-person or via telephone. 2. Information collected from reference checks. References will only be verified for those applicants determined to have a reasonable chance of being selected for award. 3. Results of a cost assessment. The cost assessment will determine the total cost (salary plus benefits and allowances) of the applicant for the complete term of the contract (base period plus any option years). Basis for Award In determining best value, paramount consideration shall be given to technical merit (applicant qualifications and reference checks) rather than to cost. In cases where applicants are determined to be essentially equal, then cost may become the determining factor. BENEFIT ELIGIBILITY FOR PSC CANDIDATE REQUIREMENT PROVIDE ADDITIONAL INFORMATION OR DOCUMENTATION: A. City and State (or Country, if not in U.S.), of Current Residence B. If Already Present in Country of Service, Reason for Current Presence There. N/A/ or reason for current presence in country, e.g., brought there by previous employer [provide name of employer, your status and job title, and whether housing and repatriation was included in employment package]; dependent of someone brought there by employer [provide name of employer and whether housing and repatriation is included in employment package], etc. C. Attach Copy of Front Page of Most Recent Passport, Showing Citizenship, Name, and Date and Place of Birth. See attached. D. Family Members Accompanying You to Location of Contract Performance: Spouse: Children Under Age 18 at Time of Arrival - How Many?: Please list name and date of birth of each E. Annual Education Travel for Children Up to Age 23 at Time of Your Arrival at Location of Contract Performance Who Are Attending a Recognized Post-Secondary Educational Institution on a Full-Time Basis Children Before 23rd Birthday at Time of Arrival Attending a Recognized Post-Secondary Educational Institution on a Full-Time Basis - How Many?: Please list name and date of birth and city and state (or country, if not in U.S.) of location of educational institution for each:
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=7be56e7351a8111a3aa2c3cee9162fff&tab=core&_cview=1)
 
Place of Performance
Address: Guatemala City, Guatemala, Guatemala
 
Record
SN01678498-W 20080924/080922221332-7be56e7351a8111a3aa2c3cee9162fff (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.