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 Logistics Advisor

Notice Date
12/8/2020 11:13:39 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-21-020-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 Logistics 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-21-020-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 Logistics Advisor at the U.S. Embassy Baghdad. The Aviation Logistics Advisor serves as the �in-country advisor and provides program implementation, direction, and execution oversight in support of aviation logistics including property, and procurement for INL/A. The Aviation Logistics Advisor serves in two broad roles as the 1) Aviation Logistics Advisor and 2) Government Task Monitor (GTM). The Aviation Logistics Advisor monitors and evaluates aviation support services contractor performance in, transportation, supply chain management, vehicle maintenance, property inventory, aerial port, logistics planning, materiel procurement and facilities management 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 Logistics Advisor will perform the following duties: 1.�� �Develop, coordinate, and monitor contractor logistics execution; provide input to the development of support planning programs, procedures and methodologies that maximize safeguarding aviation assets.� 2.�� �Oversee contractor purchasing activities and ensure contract material control systems are in place. � 3.�� �Oversee shipping and receiving procedures. � 4.�� �Review and recommend changes to existing supply management and or quality assurance programs. 5.�� �Perform oversight and evaluation of contractor aircraft logistics. �Includes, but is not limited to, reviewing contractor logistics procedures, and monitoring contractor logistics operations. �Submit periodic written evaluations of the contractor�s activities.� 6.�� �Assist SAA in directing and coordinating logistics support and services for varied fixed and rotary wing missions including but not limited to routine transportation of COM personnel, SAR, ME,� 7.�� �Review and identify Integrated Logistics Systems (ILS) specifications on all new logistics programs and tasks. �Interpret current logistics and maintenance directives, policies and procedures. � 8.�� �Provide day-to-day administration and oversight of the ILS program. 9.�� �Prepare logistics estimates and plans for current and anticipated requirements. �Involves identifying and drafting specifications, statements of work, and logistics requirements. �Ensures that US government property is in place where needed, when needed, at the right quantity and quality.� 10.�� �Collect, review, and disseminate data on aviation logistics management policies/procedures in support Embassy mission.� 11.�� �Ensure that contractor is in compliance with International Traffic in Arms and Export Administration Regulations (ITAR/EAR). 12.�� �Temporary Duty (TDY) in Afghanistan is possible.� 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 Aviation Logistics Advisor works under the direct supervision of the SAA; however, the individual exercises wide latitude for independent action, initiating projects and executing approved new programs under general supervision. �The Aviation Logistics Advisor will coordinate directly with the Office of Aviation, Chief, Logistics Branch, for purposes of this program. �Completed work is reviewed for timeliness and effectiveness. � COMPLEXITY This position involves providing aviation support, under Chief of Mission 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 international locations. �The Aviation Logistics Advisor provides program implementation, direction, mission execution, contract oversight, compliance, and evaluation in support of all DOS funded aviation transportation services. SCOPE AND EFFECTIVENESS The Aviation Logistics Advisor performs broad and extensive assignments related to a complex aviation program in Iraq, known as Embassy Air. �Flights originate from the Baghdad Diplomatic Support Center and Amman, Jordan and service 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, Search and Rescue (SAR) missions, Quick Reaction Force transport, and medical evacuations. �Additionally, INL/A assumes responsibility for the management of designated Life Support Areas (LSAs), Embassy Landing Zones, and other aviation facilities.� 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 REQUIREMENTS 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.�� �Ten years� experience in Aviation Logistics of which five of those years were served as a Supervisor in a medium to large Aviation Organization of the U.S. Armed Forces or U.S. Civilian Agency/Corporation. 3.�� �In-depth knowledge of Aviation Logistics Support Programs to include logistics plans, procedures, and related systems. 4.�� �Basic knowledge of computer-based maintenance and logistics support programs. 5.�� �Basic knowledge of US government property, procurement and aircraft logistics management procedures. 6.�� �Broad knowledge of the Federal Acquisition Regulation (FAR) and Project Management practices. 7.�� �Specialized training with military and/or commercial aviation logistics procedures, systems, and organizations for effective coordination in obtaining logistical support via various support agreements and International Standards Organization requirements. 8.�� �Demonstrated knowledge and proficiency in Microsoft Office Suite products using these to create formal project plans, timelines, and data analysis and business cases from abstract concept to finalized proposal stage. 9.�� �Basic knowledge of U.S. Federal Aviation Administration (FAA) regulations. � 10.�� �Basic knowledge of Aviation Life Support Equipment. 11.�� �Broad knowledge and experience as a staff officer in a medium to large aviation organization in the areas of plan and policy formulation in aviation Logistics.� 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. Factor 1: �� �Contract Oversight �� ��� ��� ��� ��� �(25 points) Ability to perform oversight and evaluation of contractor logistics activities. Prepare and coordinate periodic reports on contractor performance, both orally and in writing; prepare comprehensive award fee input. Provide logistics support direction and guidance to the contractor. Factor 2: ��� �Assist the Senior Aviation Advisor ��� ��� �(20 points) Ability to assist SAA in directing and coordinating aircraft logistics support. Provide instruction, evaluation and guidance regarding logistics support. Factor 3: �� �Develop, Coordinate, Organize and Implement Logistical support ��� � � � (25points) Ability to develop, coordinate and organize a comprehensive aircraft logistics support systems and procedures. �Implement Logistics and Property Support Plans and Standard Operating Procedures which provide direction and guidance to both contractor and host nation personnel. 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 � 20 Factor #3 � 25 Total Possible � 70 Points� 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/55d3900bad6d4fd08d71a80039924380/view)
 
Place of Performance
Address: Baghdad, IRQ
Country: IRQ
 
Record
SN05869319-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.