SOLICITATION NUMBER: 72066020R10007
ISSUANCE DATE:
May 22, 2020
CLOSING DATE/TIME: June 19, 2020 at
17:00 (Kinshasa Time)
SUBJECT: Solicitation for a Cooperating Country National Personal Service Contractor (CCNPSC - Local Compensation Plan) – Supervisory Voucher Examiner, based in Kinshasa
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 offers.
Any questions must be directed in writing to the Point of Contact specified in the attached information.
Sincerely,
/S/
Priscilla Sampil
Contracting Officer
1. SOLICITATION NO.: 72066020R10007
2. ISSUANCE DATE: May 22, 2020
3. CLOSING DATE AND TIME FOR RECEIPT OF OFFERS: June 19, 2020, at
4. POINT OF CONTACT: Christiane Lemba atusaidhrkinshasa@usaid.gov
5. POSITION TITLE: Supervisory Voucher Examiner
6. MARKET VALUE: Equivalent to FSN-09. In accordance with AIDAR Appendix J andthe Local Compensation Plan of USAID/Democratic Republic of the Congo. Final compensation will be negotiated within the market values.
7. PERIOD OF PERFORMANCE: The period of performance is five (5) years, estimated tostart October 2020. The services provided under these contracts are expected to be of continuing nature executed by USAID through a series of sequential contracts, subject to availability of funds, satisfactory job performance and need for continued services.
8. PLACE OF PERFORMANCE: Kinshasa, Democratic Republic of the Congo (DRC) withpossible travel as stated in the Statement of Duties.
9. ELIGIBLE OFFERORS: Cooperating Country Nationals as defined in AIDAR
Appendix J: Cooperating Country National (CCN) means an individual who is a cooperatingcountry citizen, or a non-cooperating country citizen lawfully admitted for permanent residence in the cooperating country.
10. SECURITY LEVEL REQUIRED: Regional Security Office Clearance
11. STATEMENT OF DUTIES
1. General Statement of Purpose of the Contract
The Supervisory Voucher Examiner, located in the Office of Financial Management (OFM) at USAID/DROC, serves as the leader of the Accounts Payable (AP) section, consisting of 3 Voucher Examiners and 1 Document Control Clerk. The Supervisory Voucher Examiner reports to the Chief Accountant and is the primary person responsible for all functions, strategic planning and monitoring of the Accounts Payable function. The Supervisory Voucher Examiner is a senior level position and in addition to cutting-edge technical expertise requires advanced skills in team management, planning and creativity. The Supervisory Voucher Examiner works closely with the senior management at the DROC mission, local banks, U.S. Department of the Treasury and the United States Disbursing Office.
USAID/DROC OFM also provides financial management support to 2 USAID non-presence countries, namely the Central Africa Republic and the Republic of Congo. The Supervisory Voucher Examiner manages the assignment requests for the AP team for such services.
2. Statement of Duties to be Performed
Oversight and Strategic Leadership 35%
Unit Supervision and Staff Management 30%
Customer Service 20%
Process Improvement 15%
The contractor is eligible for temporary duty (TDY) travel to the U.S., or to other Missions abroad, to participate in the "Foreign Service National" Fellowship Program, in accordance with USAID policy.
3. Supervisory Relationship:
The incumbent is directly supervised by the Chief Accountant.
4. Supervisory Controls:
The incumbent provides formal supervisory duties and responsibilities directly to 4 employees, which consists of 3 Voucher Examiners (FSN-7) and 1 Administrative Assistant/Document Control Clerk (FSN-7).
12. PHYSICAL DEMANDS: The work requested does not involve undue physical demands.
II.MINIMUM QUALIFICATIONS REQUIRED FOR THIS POSITION
Determines basic eligibility for the position. Offerors who do not meet all of the education, experience and language factors are considered NOT qualified for the position.
a. Education: At least two years of full time, post-secondary study (or equivalent hours spreadacross a part time study period) at college or university in Finance, Accounting, Economics, Commerce, or Business Management Administration is required.
b. Prior Work Experience: Minimum requirement is 5 years of financial managementexperience, including at least 3 years in an accounts payable function.
c. Language Proficiency: Level IV (fluent) in spoken and written English and French isrequired.
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.
After the closing date for receipt of applications, a committee will be convened to review applications and evaluate them in accordance with the evaluation criteria. Applications from candidates who do not meet the minimum required qualifications will not be evaluated and scored. Only shortlisted applicants will be contacted. No response will be sent to unsuccessful applicants.
The evaluation and selection criteria of the selected candidate will be based on a review of Quality Ranking Factors (QRF) listed below. The applicants who obtain the highest score based on the criteria defined will be interviewed either in person or by telephone at USAID’s discretion and may also be required to pass a written test (depending on the TEC Chairperson’s decision).
Professional references and academic credentials will be evaluated for offerors being considered for selection. Note: Please be advised that references may be obtained independently from other sources in addition to the ones provided by an offeror. Any offeror not receiving satisfactory reference checks will no longer be considered for the position.
The security clearance and medical clearance are required for the top ranking candidate, after conducting and receiving the positive reference checks at the conclusion of evaluations.
Quality Ranking Factors (QRFs):
Job Knowledge (60 points)
Knowledge of the features and operations of automated accounts payable systems and software, audit regulations, cashiering, financial reporting, internal controls, principles of accounting and best practices related to accounts payable is required. General knowledge of DROC and U.S. commercial and business law is required.
Skills and Abilities (40 points)
Excellent interpersonal and communication skills to communicate clearly and effectively with team members, external and internal clients and vendors. Excellent supervision skills to manage subordinates with varied skills and knowledge. Outstanding analytical skills to identify and mitigate risks or take advantage of opportunities. Computer skills and knowledge of the Microsoft Office Suite standard software - Word, Excel, and Power Point - is required. Knowledge of other presentation software and Google Applications is required.
Satisfactory Professional Reference Checks-Pass/Fail (no points assigned)
Total Possible Points: 100 points
V. LIST OF REQUIRED FORMS PRIOR TO AWARD
The Contracting Officer (CO) will provide instructions about how to complete and submit the following forms after an offeror is selected for the contract award:
VI. BENEFITS AND ALLOWANCES
As a matter of policy, and as appropriate, a PSC is normally authorized the following benefits and allowances:
VII. TAXES
The employees are responsible for calculating and paying local income taxes. The USAID/DRC does not withhold or make local income tax payments.
VIII. USAID REGULATIONS, POLICIES AND CONTRACT CLAUSES PERTAINING TO PSCs
USAID regulations and policies governing CCN and TCN PSC awards are available at these sources:
1. USAID Acquisition Regulation (AIDAR), Appendix J, “Direct USAID Contracts Witha 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
2. Contract Cover Page form AID 309-1 available athttps://www.usaid.gov/forms.Pricingby line item is to be determined upon contract award as described below:
LINE ITEM
LINE ITEM ITEM NO |
SUPPLIES/SERVICES (DESCRIPTION) |
QUANTITY |
UNIT |
UNIT PRICE |
AMOUNT |
0001 |
Compensation, Fringe Benefits and Other Direct Costs (ODCs) |
1 |
LOT |
$ _TBD__ |
$_TBD at Award after negotiations with Contractor_ |
3. Acquisition & Assistance Policy Directives / Contract Information Bulletins (AAPDs / CIBs) for Personal Services Contracts with Individuals available at https://www.usaid.gov/work-usaid/aapds-cibs
4. Ethical Conduct. By the acceptance of a USAID personal services contract as anindividual, 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
END OF SOLICITATION
OFFRE D'EMPLOI
Ils nous font confiance