Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 10, 2020 SAM #6951
SOLICITATION NOTICE

99 -- Aviation Maintenance Advisor

Notice Date
12/8/2020 11:17:12 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
921190 — Other General Government Support
 
Contracting Office
ACQUISITIONS - INL WASHINGTON DC 20520 USA
 
ZIP Code
20520
 
Solicitation Number
PSC-21-021-INL
 
Response Due
12/29/2020 12:00:00 PM
 
Archive Date
01/13/2021
 
Point of Contact
Cecille Washington
 
E-Mail Address
WashingtonCD@state.gov
(WashingtonCD@state.gov)
 
Description
U.S. DEPARTMENT OF STATE BUREAU OF INTERNATIONAL NARCOTICS AND LAW ENFORCEMENT AFFAIRS (INL)�� �� 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. Position Title: Aviation Maintenance Advisor� Location: Baghdad, Iraq�� � Salary Level:�� �FS-02- $88,619-$130,140 (Equivalent GS-14) Period of performance: The period of performance for this contract is twelve (12) months from the date of award with four (4) optional one-year extensions. Issuance Date: December 8, 2020�� ��� � Closing date:�� �December 29, 2020 Closing Time: 3:00 p.m. EST�� ��� � Solicitation Number:�� � PSC-21-021-INL Job description: �See below Dear Prospective Offerors: The Department of State is seeking offers from qualified U.S. citizens to provide personal services for the subject position under a personal services contract, as described in this solicitation. Submittals must 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: 1.�� �Form SF 171 (Completed and signed) 2.�� �Complete resume. In order to fully evaluate your offer your resume must include: a.�� �Paid a non-paid experience, job title, location(s), dates held (month/year), and hours worked per week for each position. Dates (month/year) and locations for any overseas experience must also be detailed. Any experience that does not include dates (month/year), locations, and hours per week will not be counted towards meeting the solicitation requirements.� b.�� �Specific duties performed that fully detail the level and complexity of the work. c.�� �Names and contact information (phone and email) of your current and/or previous supervisor(s).� d.�� �Education and any other qualifications including job-related training courses, job-related skills, or job-related honors, awards or accomplishments.� e.�� �U.S. Citizenship Note: Resume must contain explicit information to make a valid determination that the candidate meets the experience requirements as stated in this solicitation. This information needs to be clearly identified in the resume. Failure to provide explicit information to determine qualifications for the position will result in loss of full consideration.� 3.�� �Evaluation Factor document specifically addressing: �Each of the Evaluation Factors shown in the solicitation below. Responses must be limited to 500 words per Evaluation Factor. Any additional words above the limit will neither be read nor scored.� Note: The Evaluation Factors are worth 70 out of 100 points. Offerors are required to address each of the Evaluation Factors in a separate document describing specifically and accurately what experience, training, education and/or awards they have receive that are relevant to each Factor. � 4.�� �Professional References: �Three (3) names and contact information (phone and email) of current and/or previous supervisors to serve as professional references. � Additional documents submitted will not be accepted. Incomplete or late offers will not be considered. Complete applications must be emailed to: �� �Cecille D. Washington �� �U.S. Department of State �� �INL/A �� �Washingtoncd@state.gov Sincerely, Amy M. Kara Contracting Officer U.S. Department of State 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.� PRE-AWARD ETHICAL RESPONSIBILITIES OF PSC (JUN 2011) This solicitation may result in the award of one or more personal services contracts as defined in FAR 2.101. �Prior to contract award, all offerors or quotes must advise the cognizant Contracting Officer if they have a personal conflict of interest, such as a financial conflict, that would prevent them from either meeting the requirements of the clause entitled, �Post-Award Ethical Responsibilities of Personal Services Contractors,� or otherwise objectively performing their contractual duties upon contract award. � HOW TO APPLY Offerors proposal 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. �The Government is not responsible for any costs incurred by the offeror during the solicitation process. � � NOTE REGARDING GOVERNMENT OBLIGATIONS FOR THIS SOLICITATION� This solicitation in no way obligates the Department of State to award a PSC contract, nor does it commit the Department of State to pay any cost incurred in the preparation and submission of the application. Proposals must include the following and not exceed twenty (20) pages (additional pages will not be accepted or reviewed):� 1.�� �Form SF 171 (Completed and signed) 2.�� �Resume � 3.�� �Evaluation Factor Responses 4.�� �Three (3) names and contact information (phone and email) of current and/or previous supervisors to serve as professional references. � Note: Your resume should contain explicit information to make a valid determination that you fully meet the experience requirements as stated in this solicitation. This information should be clearly identified in your resume. Failure to provide explicit information to determine your qualifications for the position will result in loss of full consideration. Additional documents submitted beyond the requirements will not be accepted or reviewed.� *** ONE PDF ATTACHMENT IS HIGHLY RECOMMENDED VETERAN�S PREFERENCE Veteran�s preference is not applicable to this position therefore do not submit DD-214. ALL QUALIFIED APPLICANTS WILL BE CONSIDERED REGARDLESS OF AGE, RACE, COLOR, SEX, CREED, NATIONAL ORIGIN, LAWFUL POLITICAL AFFILIATION, NONDISQUALIFYING DISABILITY, MARITAL STATUS, SEXUAL ORIENTATION, AFFILIATION WITH AN EMPLOYEE ORGANIZATION, OR OTHER NON-MERIT FACTOR. Submit proposal via e-mail to the attention of: INL/Cecille D. Washington E-mail: Washingtoncd@state.gov Direct questions regarding this solicitation to: INL/Cecille D. Washington E-mail: Washingtoncd@state.gov INL will not accept proposals beyond the closing time/date; unless it can be determined DOS mishandled the proposal. � GENERAL STATEMENT OF THE PURPOSE OF THIS CONTRACT The US Department of State (DOS), Bureau of International Narcotics and Law Enforcement Affairs, Office of Aviation (INL/A) provides aviation support, under Chief of Mission (COM) authority, to meet transportation and/or Foreign Assistance Aviation Program requirements. �Aviation support includes fixed and rotary wing travel in support of COM personnel to multiple domestic and international locations. �Flights operations are conducted through a local entity known as Embassy Air, originating from Baghdad and Amman, Jordan and servicing numerous airfields, and helipads/heliports. � In addition to air transportation missions, Embassy Air may be required to perform rotary wing security operations in support of COM personnel ground movements, reconnaissance missions, Search and Rescue (SAR) missions, Quick Reaction Force transport, interdiction missions, and medical evacuations. � Embassy Air uses a mixed fleet of fixed and rotary wing aircraft to accomplish its mission. �Aircraft perform their missions anytime, day and night, as well as under visual and instrumental meteorological conditions. � Some missions, supporting the US Mission require 24-hour a day aircraft and crew availability. �Additionally, INL/A assumes responsibility for the management of designated Life Support Areas (LSAs), Embassy Landing Zones, and other aviation facilities. � The purpose of this Personal Services Contract is to fill the position of Aviation Maintenance Advisor at the U.S. Embassy Baghdad. The Aviation Maintenance Advisor who serves as the �in-country advisor responsible for providing program implementation, direction and execution oversight in support of aviation transportation services in Iraq for SAR, ME, and QRF to respond to incidents, and where noted, provide air transportation for COM personnel or other personnel required by Government to conduct official business. �The Aviation Maintenance Advisor serves in two broad roles as the 1) Aviation Maintenance Advisor and 2) Government Task Monitor (GTM). �The Aviation Maintenance Advisor monitors and evaluates aviation support services contractor performance in maintenance operations and logistics through performance of oversight duties ensuring contractor compliance with INL/A standards of performance. DUTIES AND RESPONSIBILITIES Under the direct supervision of the Baghdad, Iraq INL/A Senior Aviation Advisor, the Aviation Maintenance Advisor will perform the following duties: 1.�� �Perform oversight and evaluation of contractor aircraft maintenance and maintenance management, to include review of contractor maintenance procedures and monitoring contractor maintenance operations 2.�� �Submit periodic written evaluations of the contractor�s activities and provide a comprehensive award fee input to the SAA regarding contractor activities related to maintenance support for inclusion in the monthly award fee evaluation� 3.�� �Assist the SAA in directing and coordinating both fixed wing and rotary wing maintenance support� 4.�� �Provide program implementation, guidance, and execution oversight in support of aviation maintenance services for SAR and ME, transporting QRF, and where noted, provide AT for Chief of Mission personnel or other personnel required by Government to conduct official business� 5.�� �Develop, coordinate, organize, and implement comprehensive aircraft maintenance support systems and procedures, to include the DOS� Maintenance and Logistics Support Plans, Aircrew Training Program, Aviation Operations Directives, Guide to Aviation Training and Standardization, aircrew training manuals, �Office of International Narcotics and Law Enforcement Affairs/Office of Aviation�s (INL/A) standard operating procedures (SOPs), and deployment procedures� 6.�� �Oversee the Maintenance Test Pilot Standardization Program 7.�� �Provide general guidance to the contractor aviation maintenance activities and personnel, to include planning and coordinating with US Department of Defense, DOS, Bureau of Diplomatic Security, other federal agencies to provide maintenance support� 8.�� �Collect, review, and disseminate data on aviation maintenance management policies/procedures� TRAINING & DISTANCE LEARNING 1.�� �Completes the Contracting Officer Representative (PA 296) distance-learning (DL) course through the Foreign Service Institute (FSI) within 120 days of arriving at Post. 2.�� �Completes the Introduction to Working in an Embassy (PN 113) distance-learning (DL) course through the Foreign Service Institute (FSI) within the first six (6) months of arriving at Post. 3.�� �Completes the mandatory Foreign Affairs Counter-Threat (FACT) Course (OT650) prior to deployment to post. 4.�� �Completes the mandatory Iraq Familiarization Course (FT-610) prior to deployment to post. PLACE OF PERFORMANCE & TRAVEL REQUIREMENTS U.S. Embassy Baghdad, Iraq. �Must obtain a multi-entry Iraq visa. RELATIONSHIPS The Maintenance Advisor works under the direct supervision of the Senior Aviation Advisor (SAA); however, the individual exercises wide latitude for independent action, initiating projects, and executing approved programs under general supervision. �The Advisor will coordinate directly with the INL Maintenance Branch Chief, for purposes of this program. �Completed work is reviewed for timeliness and effectiveness. �This is a field position, and the Advisor performs oversight duties at all Embassy Air contractor locations. COMPLEXITY This position includes analysis of all facets of aviation maintenance management and involves a fleet of fixed wing and rotary wing aircraft, which function within an integrated program of diverse missions. �Missions include secure, safe QRF transport, SAR/ME, route reconnaissance and convoy escort, and AT of personnel and equipment. �Additionally, this position requires the analysis of interrelated issues of effectiveness and efficiency affecting aviation safety program. SCOPE AND EFFECTIVENESS Specialized and professional knowledge to oversee maintenance and aviation maintenance management logistics support for the contractor maintenance/logistics personnel.� Oversee maintenance support programs/plans/policies/procedures. �Coordinate recommendations from staff officers and consults with the INL/A Chief of Maintenance regarding ongoing projects, provide guidance to contractor maintenance managers, and oversee implementation of the maintenance support program. Assignments include analysis of all facets of aviation maintenance management and involves a fleet of fixed and rotary wing tactical and transport aircraft.� PERIOD OF PERFORMANCE The period of performance for this contract is twelve (12) months from the date of award with four (4) optional one-year extensions. MINIMUM QUALIFICATIONS 1.�� �U.S. Citizenship, able to obtain/maintain a DOS Top Secret security clearance, medical clearance, and ethics clearance, if applicable. The contractor shall have a personnel security clearance at the Top Secret level and must also be eligible for access to Sensitive Compartmented Information (SCI). �The individual clearance shall be maintained for the duration of employment under this contract or until access requirements change. �� 2.�� �Demonstrated, in-depth knowledge and experience as an Aviation Maintenance Supervisor in a medium to large aviation organization of the US Armed Forces or US civilian agency/corporation 3.�� �Ten (10) years� experience in aircraft maintenance, of which five (5) years were at a supervisory level either civil or military aviation programs 4.�� �Demonstrated, in-depth knowledge of aviation maintenance, quality control and logistics support programs, to include logistics plans, procedures, and related documents Demonstrated, in-depth knowledge of US Federal Aviation Administration (FAA) regulations as they relate to aircraft maintenance support 5.�� �Basic knowledge of computer-based maintenance and logistical support programs 6.�� �Broad knowledge of and experience as a staff officer in a medium to large aviation organization, related to the formulation of plans and policies pertaining to aircraft maintenance management 7.�� �Basic knowledge of command communications, government intelligence procedures, and aircraft maintenance management procedure 8.�� �Basic knowledge of US FAA regulations, including, but not limited to FAR Part 1, 61, 67, 91, 135, 137, 141, 143, and NTSB 830 9.�� �Basic knowledge of FAA Aviation Safety regulations and procedures, OSHA regulations, and experience as a military/civil aviation safety officer or formal training/education � 10.�� �Basic knowledge of tactical employment of fixed and rotary wing aircraft in a counternarcotics operation, including capabilities, limitations and techniques of employment of aircraft used by the INL/A� EVALUATION FACTORS (Used to determine the competitive ranking of qualified offerors in comparison to other offerors.) Offerors should cite specific illustrative examples for each factor. �Responses must be limited to 500 words per factor. Any additional words above the limit will neither be read nor scored. Evaluation Criteria Factor 1: �� �Contract Oversight: ��� ��� ��� ��� �(25 points) Ability to perform oversight and evaluation of contractor maintenance and logistical activities, to include the preparation and coordination of periodic reports on contractor performance and comprehensive award fee input, both orally and in writing; provision of maintenance and logistical support and guidance to the contractor; ability to coordinate with Federal representatives� Factor 2: ��� �Aircraft Maintenance Support: �� ��� ��� � (25 points) Ability to assist the SAA in guiding and coordinating aircraft maintenance and logistical support, as well as provide instruction, evaluation, and guidance regarding maintenance/logistical support Factor 3: ��� �Aircraft Logistic Support:�� ��� ��� ��� � (20 points)� Ability to develop comprehensive aircraft maintenance and logistical support systems and procedures, to include coordination, organization, and implementation of the systems and procedures BASIS OF RATING: Offerors who clearly meet the Education/Experience Requirements will be further evaluated based on scoring of the Evaluation Factor responses. Offerors are required to address each of the Evaluation Factors in a separate document describing specifically and accurately what experience, training, education and/or awards they have received that are relevant to each factor. Failure to specifically address the Evaluation Factors may result in your not receiving credit for all of your pertinent experience, education, training and/or awards. The Offeror Rating System is as Follows:� Evaluation Factors have been assigned the following points:� Factor #1 � 25 Factor #2 � 25 Factor #3 � 20 Total Possible � 70 Points (if 70 is required total here, factor numbers should remain as is) Interview Performance � 30 points� Satisfactory Professional Reference Checks � Pass/Fail (no points assigned) Past performance evaluation of applicant�s ability to perform under the contract. �In conducting the evaluation, the U.S. government reserves the right to utilize all evaluation information available at the time of evaluation, whether provided by the applicant or obtained from other sources.� Total Possible Points: 100 COMPENSATION (BASE PAY) This position has been designated at the FS-02 equivalent level ($88,619 and $130,140 per annum). Final compensation will be negotiated within the listed market value based upon qualifications, previous relevant experience and work history, salary and educational background. Salaries, including any recruitment supplemental pay that exceeds the listed pay range, will not be entertained or negotiated. For award, INL will negotiate for this contract based on the market value as outlined above and overall experience relevant to the solicitation requirements. � BENEFITS & ALLOWANCES AS A MATTER OF POLICY, INL NORMALLY AUTHORIZES THE FOLLOWING BENEFITS AND ALLOWANCES� BENEFITS - IF APPLICABLE ��� �Employee's FICA/Medicare Contribution ��� �Contribution toward Health and Life Insurance� ��� �Pay Comparability Adjustment� ��� �Annual Increase� ��� �Eligibility for Worker's Compensation� ��� �Annual, Sick and Home Leave� ��� �401K Plan� ��� �MEDVAC (provided by DOS Med) ALLOWANCES IN ACCORDANCE WITH DEPARTMENT OF STATE STANDARDIZED REGULATIONS (DSSR) - IF APPLICABLE� ��� �Temporary Quarters Subsistence Allowance (TQSA) or Per Diem upon arrival at Post ��� �Housing Allowance ��� �Post Allowance ��� �Supplemental Post Allowance� ��� �Maintenance Allowance (SMA) ��� �Education Allowance ��� �Educational Travel (full-time United States based secondary)� ��� �Post Hardship Differential ��� �Danger Pay ��� �Shipment of HHE, UAB, POV and Consumables�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f30090ffba424e0faa920f975a02af61/view)
 
Place of Performance
Address: IRQ
Country: IRQ
 
Record
SN05869318-F 20201210/201208230143 (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.