Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 18, 2022 SAM #7474
SOLICITATION NOTICE

R -- Solicitation for U.S. Personal Service Contractor (USPSC)/Third Country National Personal Service Contractor (TCNPSC) Water Sanitation and Hygiene (WASH) Advisor - USAID/Nigeria.

Notice Date
5/16/2022 4:14:54 AM
 
Notice Type
Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
USAID/NIGERIA ABUJA NGA
 
ZIP Code
00000
 
Solicitation Number
72062022R00011
 
Response Due
6/15/2022 1:30:00 PM
 
Archive Date
06/15/2022
 
Point of Contact
Clementina O. Edereka, Phone: 23494619319, Tonya Jordan, Phone: 23494619325
 
E-Mail Address
cedereka@usaid.gov, tjordan@usaid.gov
(cedereka@usaid.gov, tjordan@usaid.gov)
 
Description
����������������������������������� SOLICITATION NUMBER:����������� 72062022R00011 ISSUANCE DATE: ������������ ����������� May 16, 2022 CLOSING DATE/TIME: �� ����������� June 15, 2022 � � � � � � � � � � � � � � � � � � � � � � � � � � 4:30pm (Nigeria time) ������������ SUBJECT:� Solicitation for U.S. Personal Service Contractor (USPSC)/Third Country National Personal Service Contractor (TCNPSC) Water Sanitation and Hygiene (WASH) Advisor - 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. �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 Contract specified in Attachment 1. Sincerely, ___________________________________ Janine Scott Contracting Officer ATTACHMENT 1 GENERAL INFORMATION 1.� �� SOLICITATION NUMBER: ������� 72062022R00011 2.�� � ISSUANCE DATE:� � � � � � � � � � �May 16, 2022������� 3.���� CLOSING DATE/ TIME for RECEIPT OF OFFERS: �June 15, 2022 (4:30pm Nigeria time) 4.���� POINT OF CONTACT:���������������� Clementina Edereka, e-mail at Abujahr@usaid.gov 5.���� POSITION TITLE: ����������������������� Water Sanitation and Hygiene (WASH) Advisor 6.���� MARKET VALUE:������������������������ $95,973 to $124,764 equivalent to GS-14. � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �Final compensation will be negotiated within the listed market value. 7.���� PERIOD OF PERFORMANCE: Five (5) years period, estimated to start o/a August 2022. �The base period will be two (2) years, estimated to start on/about August 2022.� Based on Agency need, the Contracting Officer may exercise (an) additional option period(s) for three (3) years for the date(s) estimated as follows.� Base Period:� � � � � �o/a 08/2022 to 08/2024 Option Period 1:� � �o/a 08/2024 to 08/2025 Option Period 2:� ��o/a 08/2025 to 08/2026 Option Period 3:� �o/a 08/2026 to 08/2027 8.���� PLACE OF PERFORMANCE: USAID/Nigeria, Abuja, Federal Republic of Nigeria with possible travel as stated in the Statement of duties. 9.���� ELIGIBLE OFFERORS: �Open to U.S. Citizens (including lawful permanent U.S. residents) or Third Country Nationals. � � Hiring Preference: � In order of preference, U.S. Citizens (including lawful permanent U.S. residents) offers will be evaluated first and only when it is determined that there is no qualified U.S. Citizens (including lawful permanent U.S. residents) that offers from Third Country Nationals (TCN) will be considered. �References ADS 309.3.1.4 and 309.3.1.10. 10. � SECURITY LEVEL REQUIRED: �USPSCs � Secret; TCNPSCs � Facility Access. 11.�� STATEMENT OF DUTIES: General Statement of Purpose of the Contract:� � � The Water, Sanitation, and Hygiene (WASH) Advisor is in the Economic Growth and Environment (EGE) office of USAID/Nigeria. The EGE Office is tasked with stimulating broadened and inclusive economic growth, which contributes to the broader Mission goal of Broadened and Inclusive Economic Growth in targeted states. The EGE Office manages the WASH interventions for USAID/Nigeria, which contributes to objectives of the WASH Intermediate Result, Water Resources Management and Services improved. The Office assists the Government of Nigeria (GON) to remove binding constraints to growth. Key programmatic interventions are designed to increase agricultural productivity and trade; improve the enabling environment for development of the private sector and agriculture; promote conditions for trade and investment; increase the ability of the Nigerian power sector to provide electricity to customers; strengthen domestic capacity to manage economic and natural resources, particularly water resources; and support macro-economic policy reforms. EGE manages a diverse portfolio of assistance agreements and contract instruments and provides technical assistance to Nigerian public and private institutions at national, state, and local levels. The EGE Office fosters public-private partnerships to advance the goals of the Mission in support of sustainable economic growth. EGE is comprised of 20 professionals, including five U.S. Direct Hires, two PSCs, one third-country national and 12 Foreign Service Nationals (FSNs). EGE is responsible for implementing several key U.S initiatives, including the President's Feed the Future Initiative, Power Africa, and the Paul Simon Water for the World Act. Statement of Duties to be Performed: The incumbent will fulfill a range of supervisory and oversight responsibilities, including program management and implementation, analytical, evaluative and a broad scope of administrative duties.� Program management duties include technical leadership, as well as effective and efficient oversight and monitoring to ensure program performance, objectives and results are achieved in accordance to work plans and formal agreements.� This includes stewardship over financial and other resources.� The program management responsibility requires continued/regular contact with implementing partners (both contractors and grantees), GON institutions and officials at the national, State, and local levels; civil society organizations; private and corporate sector partners; donors; and most importantly, the beneficiaries.� Will be required to perform work related duties. The responsibilities of the WASH Advisor are prioritized as follows:� a.�������� Technical and strategic support for strengthening WASH systems and WASH-sector governance (40%) Guide the development and implementation of USAID�s ongoing strategies and programs to establish and strengthen sustainable water and sanitation infrastructure and systems in Nigeria, particularly in urban centers.� This will include a significant focus on institutional strengthening of the State Water Boards/Corporation and other Government of Nigeria counterpart institutions to successfully establish and sustainably manage major water infrastructure development activities contracted by USAID, often in areas where such institutional presence and/or capacity is currently lacking. Lead efforts to identify and address policy and institutional constraints that affect access and use of water in Nigeria and develop approaches and strategies to overcome challenges and strengthen national systems / policies related to as utility reform, institutional strengthening and governance, benchmarking, cost recovery and subsidy policies, accountability and transparency, and regulatory reform.���� Provide technical leadership to promote a �systems approach� to WASH that enhances ownership over WASH infrastructure and other interventions by the Government and people of Nigeria, working closely with GON counterparts. Identify and coordinate among the various USG and internal USAID water, sanitation, and hygiene-related activities and players.� Actively engage with government, other donors and organizations involved in the sector within Nigeria to promote collaborative planning toward long-term sustainable solutions. Compile, analyze, and disseminate reports to USAID mission staff and USAID/Washington on WASH issues and accomplishments. Partner Relationships (20%) Advise and collaborate with senior government officials on important implementation and policy issues related to WASH systems, management, and governance. Contribute expertise and guidance to Federal Ministry of Water Resources authorities, and State and local representatives as necessary to strengthen systems to implement USAID-funded activities. Establish and maintain productive collaborative relationships with a wide range of partners and stakeholders, county governments, other donors and development institutions, NGOs, and the private sector to effectively assure that USAID�s activities are collaborative and complementary. Coordinate technical assistance to provide a supportive legal and policy environment that enables public health programs to operate at a high level of service. Participate and contribute to technical and coordination meetings hosted by GON counterparts and other partners.�� Develop and implement strategies to improve networking among partners and share best practices learned while implementing health and WASH activities to accelerate program implementation and impact. Program Management and Oversight (40%) Monitor financial, logistical, and reporting aspects of USAID-supported programs, assuring compliance with USAID legal and reporting requirements. Supervise the design and implementation of water programs and activities to ensure that program design and implementation achieves planned results and USAID goals. This includes preparing statements of work or program descriptions, requests for proposals/applications, Acquisition and Assistance requests, decision memos, Congressional Notifications, inter-agency agreement letters, etc. Complete certification requirements and become an AOR (Agreement Officer�s Representative) or COR (Contract Officer�s Representative) for WASH projects that may be assigned as needed; serve as co-activity manager / technical advisor to any Mission infrastructure construction activities to ensure smooth implementation, and successful completion and transfer to GON ownership in line with a sustainable systems approach to operations and maintenance. Participate in, coordinate, and manage evaluations and assessments that are conducted in conjunction with GON, international organizations, and/or other donors. Ensure program implementation achieves planned results, document developmental impacts and resolve any implementation issues in an efficient and professional manner. This includes reviewing quarterly and annual program and financial reports from program partners, paying particular attention to the data pertaining to: - Activity performance indicators as identified within the Performance Management Plan (PMP) and Operational Plan. - Program objectives achievement, methodology and lessons learned paying particular attention to inputs, output and expected outcomes including economic, social, cultural, and technical factors: - Financial indicators (e.g., expenditures, burn rate/pipeline analysis and congruity of expenditures against activities; and - Incremental funding needs. - Conduct field monitoring and site visits to determine whether the WASH program is meetings its goals and objectives. Work closely with the USAID Nigeria Office of Financial Management to review and assess monthly accruals and disbursements, and track funding pipelines to ensure compliance with ADS guidelines and other USAID policies. USAID Consultation 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. Supervisory Relationship: The Advisor will report to the USDH EGE Office Director and is expected to work independently in carrying out responsibilities. Supervision Controls: The WASH Advisor will be the Team Leader for the WASH Team and oversee, as well as mentor, one CCNPSC WASH Program Management Specialist (FSN-11) and one CCNPSC WASH Program Management Specialist (FSN-10).� �If a third country national (TCN) is selected for award, during the period of this contract, the TCN personal services contractor must provide training to a cooperating country national (CCN) designated by USAID. The PSC Supervisor will establish a training plan with benchmarks to measure the TCNPSC's progress toward achieving this training deliverable.� 12.� PHYSICAL DEMANDS: The work requested does not pose undue physical demands.� MINIMUM QUALIFICATIONS REQUIRED FOR THIS POSITION Education: �Minimum of a master�s degree in a relevant discipline � e.g. public health, public administration, management, or engineering with a concentration of public health, international health, or other area related to WASH is required. Prior work Experience: � Minimum 7 years progressively responsible experience in international development with a focus on WASH, with at least two years gained in a developing country context supporting WASH-related programs.� Preference will be given to candidates with experience in Africa on systems strengthening, institutional or organizational development/governance, or water supply and utility services management. � Demonstrated experience with designing/managing projects related to WASH in developing countries and with an international organization or donor agency. � Demonstrated experience working with developing country policy makers, program managers, and/or health service providers on policy issues in a fluid and sensitive environment. Experience with governance and management issues in the WASH sector, and also experience managing water infrastructure construction projects. 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. FAR provisions of this solicitation are available at https://www.acquisition.gov/browse/index/far. �USAID policy specifies that U.S. citizens or resident aliens (USNs) are preferred over third country nationals (TCNs). Therefore, USN and TCN offers will not be evaluated together. USAID will evaluate USN offers first and if the CO determines that there are no qualified USNs, only then will USAID evaluate TCN offers.� EVALUATION FACTORS Applicants who clearly meet the minimum Education and Prior work Experience requirements and basic eligibility requirements will be further evaluated based on scoring of the Evaluation Factors listed below. The highest-ranking applicants may be selected for an interview. FACTOR #1: Knowledge:� Demonstrated technical expertise in WASH, with preference to areas relevant to systems strengthening, institutional or organizational development/governance, or water supply and utility services management.� Firm grasp of proven WASH methodologies, best practices, and lessons learned. Familiarity with the latest academic and industry research in the WASH sector. Ability to conduct and/or review technical analysis to better understand sector constraints and development impacts. FACTOR #2: Skills and Abilities: Strong interpersonal and communication skills including ability to collaborate with host-country officials in program implementation and interact with partners, contractors, and other stakeholders at senior levels to solve problems. Ability to facilitate meetings and make oral presentations logically and persuasively to senior officials and partners in a multi-cultural context.� Ability to work effectively in a team environment and communicate highly technical information to both health and non-health audiences, and achieve consensus on policy, project, technical, and administrative matters. Strong computer, verbal, and writing skills required. Must be fluent in English and have proven ability to communicate quickly, clearly, and concisely in both speech and writing. FACTOR #3: Communication and Language Skills: Level IV English (fluent) Fluent English speaking, reading, and writing proficiency is required. Evaluation Factors: Factor #1 15 points Factor #2 10 points Factor #3 5 points Interview Performance: 70 points Total Possible Points: 100 points SELECTION PROCESS After the closing date for the receipt of applications, applications will initially be screened for conformity with minimum requirements and a short list of applicants developed.�� Following this initial review and short listing, a Technical Evaluation Committee (TEC) will convene to review applications that meet the minimum requirements and evaluate them in accordance with the evaluation factors.� Applications from candidates which do not meet the minimum requirements will not be scored.� As part of the selection process, finalist candidates will be interviewed. Those applications from qualified applicants meeting the required minimum qualifications will be assessed based on the evaluation factors.� Only shortlisted applicants will be contacted.� No response will be sent to unsuccessful applicants. USAID reserves the right to interview only the highest ranked applicants in person or by phone OR not to interview any candidate.�� Reference checks will be made only for applicants considered as finalists.� The applicant�s references must be able to provide substantive information about his/her past performance and abilities.� If an applicant does not wish USAID to contact a current employer for a reference check, this should be stated in the applicant�s cover letter, USAID will delay such reference checks pending the applicant�s concurrence. IV.��� SUBMITTING AN OFFER For your application to be considered, the following documents must be submitted: 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 https://www.usaid.gov/forms. 2. 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. 3. Offeror submissions must clearly reference the Solicitation number on all offeror submitted documents. 4. A�type-written and signed cover letter of no more than two (2) pages specifically applying for this position and�addressing the minimum requirements and evaluation factors of the position. 5. A current Curriculum Vitae (CV) or Resume which, at a minimum, describes education, latest experience, and career achievements. 6. Offers must provide a minimum of three (3) and a maximum of five (5) references within the last five years from the offeror�s professional life, namely individuals who are not family members or relatives.� Three (3) references must be from direct supervisors who can provide information regarding the applicant�s work knowledge and professional experience. Applicants must provide e-mail addresses and/or working telephone numbers for all references. 7. Hard copies of diploma, certificates and relevant degrees may be included to corroborate the CV/Resume. 8. Limit all electronic (e-mail) submissions to one entry/email not larger than 5MB. Please submit attachments in PDF and Word formats. Application packages must be submitted electronically to� Abujahr@usaid.gov. 9.� Ensuring Adequate COVID-19 Safety Protocols for Federal Contractors - The Offeror will be required to show proof that the Offeror is fully vaccinated against COVID-19 on or before the first date of onboarding, or submit an approved reasonable accommodation to the CO.� If the contractor does not meet this requirement the contract may be terminated. * * See Notice Regarding Any Court Order Affecting the Implementation of E.O. 14042 in Section VIII below. 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: For Medical clearance: - DS-1843 Medical History and Examination - for individuals age 12 and older. - DS-1622 Medical History and Examination - for children age 11 and younger. - DS-3057 Medical Clearance Update (MCU). Forms found at https://www.state.gov/forms-medical-clearances/ (USN and TCN) For Security Clearance: Forms outlined below can be found at: http:/www.usaid.gov/forms/ (1)���� Offeror Information for Personal Services Contracts with Individuals (AID 309-2) (2)���� Contractor Physical Examination Form (AID Form 1420-62) * (3)���� Questionnaire for Sensitive Positions (for National Security) (SF-86) * or (4)���� Questionnaire for Non-Sensitive Positions (SF-85) * (5)���� Fingerprint Cards (FD-258) * *The above listed forms (2 through 5) shall only be completed 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 benefits and allowances: 1.�������� BENEFITS: (If applicable): Employer's FICA contribution Contribution toward Health & Life Insurance Pay Comparability Adjustment Annual Increase (pending a satisfactory performance evaluation) Eligibility for Worker�s Compensation Annual and Sick Leave ALLOWANCES: (If 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 Temporary Lodging Allowance (Section 120) Cost of Living Allowance (Chapter 210) Post Allowance (Section 220) Post Differential (Chapter 500) Separate Maintenance Allowance (Section 260) Education Allowance (Section 270) Educational Travel (Section 280) Payments during Evacuation/Authorized Departure (Section 600) VII. TAXES USPSCs are required to pay Federal income taxes, FICA, Medicare, and applicable State Income taxes. �TCNPSCs are required to pay income taxes of his/her country of origin. VIII. USAID REGULATIONS, POLICIES AND CONTRACT CLAUSES PERTAINING TO PSCs USAID regulations and policies governing PSC awards are available at these sources: 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, and Appendix J, �Direct USAID Contracts With a Cooperating Country National and with a Third Country National for Personal Services Abroad,� including contract clause �General Provisions,� available at https://www.usaid.gov/sites/default/files/documents/1868/aidar_0.pdf PART 52�SOLICITATION PROVISIONS AND CONTRACT CLAUSES Subpart 52.2�Text of Provisions and Clauses 52.223-99 Ensuring Adequate COVID-19 Safety Protocols for Federal Contractors, Alternate 70. ENSURING ADEQUATE COVID-19 SAFETY PROTOCOLS FOR FEDERAL CONTRACTORS (OCT 2021)-Alternate 70 (OCT 2021) (M/OAA-DEV-FAR22-01c) Definition. As used in this clause � United States or its outlying areas means� The fifty States; (2) The District of Columbia; (3) The commonwealths of Puerto Rico and the Northern Mariana Islands; (4) The territories of American Samoa, Guam, and the United States Virgin Islands; and (5) The minor outlying islands of Baker Island, Howland Island, Jarvis Island, Johnston Atoll, Kingman Reef, Midway Islands, Navassa Island, Palmyra Atoll, and Wake Atoll. Authority. This clause implements Executive Order 14042, Ensuring Adequate COVID Safety Protocols for Federal Contractors, dated September 9, 2021 (published in the Federal Register on September 14, 2021, 86 FR 50985). Personal Services Contracts with individuals. As a matter of policy, the contractor must comply with the USAID�s guidance applicable to direct-hire federal employees. (End of clause) Notice Regarding Any Court Order Affecting the Implementation of E.O. 14042 USAID will take no action to enforce the clause (FAR 52.223-99) implementing the requirements of Executive Order 14042, absent further written notice from USAID, where the place of performance identified in the contract is in a U.S. state or outlying area subject to a court order prohibiting the application of requirements pursuant to the Executive Order (hereinafter, �Excluded State or Outlying Area�). In all other circumstances, USAID will enforce the clause, except for contractor employees who perform substantial work on or in connection with a covered contract in an Excluded State or Outlying Area, or in a covered contractor workplace located in an Excluded State or Outlying Area. A current list of such Excluded States and Outlying Areas is maintained at https://www.saferfederalworkforce.gov/contractors/. 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 Base Period - Compensation, Fringe Benefits and Other Direct Costs (ODCs) - Award Type: PSC - Product Service Code: R497 - Accounting Info: TBD 2 LOT $_ TBD $_TBD at Award after negotiations with Contractor 1001 Option 1 - Compensation, Fringe Benefits and Other Direct Costs (ODCs) - Award Type: PSC - Product Service Code: R497 - Accounting Info: TBD 1 LOT $_ TBD $_TBD at Award after negotiations with Contractor 2001 Option 2 - Compensation, Fringe Benefits and Other Direct Costs (ODCs) - Award Type: PSC - Product Service Code: R497 - Accounting Info: TBD 1 LOT $_ TBD $_TBD at Award after negotiations with Contractor 3001 Option 3 - Compensation, Fringe Benefits and Other Direct Costs (ODCs) - Award Type: PSC - Product Service Code: R497 - Accounting Info: TBD 1 LOT $_ TBD $_TBD at Award after negotiations with Contractor 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 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 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. [END OF SOLICITATION]
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c8097f533799428eb9c17a482cdbfdd2/view)
 
Record
SN06328019-F 20220518/220516230100 (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.