SOLICITATION NUMBER: 720BHA22R00067
ISSUANCE DATE: January 31, 2023
CLOSING DATE AND TIME: May 10, 2023, 12:00 P.M. Eastern Time
SUBJECT: Solicitation for U.S. Personal Service Contractor (USPSC)
Dear Prospective Offerors:
The United States Government (USG), 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.
USAID will evaluate all offerors based on stated evaluation criteria. USAID encourages all individuals, including those from disadvantaged and under-represented groups, to respond to the solicitation.
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 Contact specified in Attachment 1.
Sincerely,
Christie Savage
Contracting Officer
I. GENERAL INFORMATION
1. SOLICITATION NO.: 720BHA22R00067
2. ISSUANCE DATE: January 31, 2023
3. CLOSING DATE AND TIME FOR RECEIPT OF OFFERS: May 10, 2023, 12:00 P.M. Eastern Time
This solicitation is open and continuous until May 10, 2023. The following are the closing dates for each review period:
February 2, 2023 , 12:00 P.M. Eastern Time
May 10, 2023 , 12:00 P.M. Eastern Time
Offerors not selected during a previous review period must reapply in order to be considered for positions available in subsequent review periods. A review period may be canceled at the Contracting Officer’s discretion.
4. POINT OF CONTACT: HBMO Recruitment Team, BHA.HBMORecruitment@usaid.gov
5. POSITION TITLE: Senior Risk Management Advisor/Deputy Team Lead
6. MARKET VALUE: $132,368 - $172,075 equivalent to GS-14 includes locality pay
Final compensation will be negotiated within the listed market value and will include Locality Pay for domestic USPSCs based on the location of the Official USAID Worksite, or the approved alternative worksite if approved for remote work. USPSCs performing overseas are not entitled to Locality Pay.
Salaries over and above the top of the pay range will not be entertained or negotiated.
If the position is for a Washington based PSC, offerors who live outside the Washington, D.C. area will be considered for employment, but no relocation expenses will be reimbursed.
7. PLACE OF PERFORMANCE: USAID/Washington
Relocation expenses will not be reimbursed for U.S.-based positions.
8. PERIOD OF PERFORMANCE: Five (5) years, tentatively 145 day estimated start date from closing
9. ELIGIBLE OFFERORS: U.S. Citizens Only
10. SECURITY LEVEL REQUIRED: Secret
(If there is a change in circumstances requiring access to National Security information classified
at the Top-Secret level, the offeror may be asked to obtain and maintain a Secret up to Top Secret/Sensitive Compartmented Information level clearance as provided by USAID.)
11. STATEMENT OF DUTIES
GENERAL STATEMENT OF PURPOSE OF THE CONTRACT
Bureau for Humanitarian Assistance (BHA) is committed to fostering an equitable and inclusive workplace with a diverse workforce. BHA encourages qualified candidates of all races/ethnicities, genders, cultural backgrounds, abilities, and socioeconomic statuses to apply.
Office of Humanitarian Business and Management Operations (HBMO)develops, maintains, and coordinates the Bureau’s critical business functions and processes in areas of acquisition and assistance, administrative management services, talent management, internal training, programmatic risk management, and audit management. The office is organized into five divisions, namely: Acquisition and Assistance; Award, Risk, and Performance Management (ARPM); Human Resources and Administrative Management Services; Budget and Finance; and Information Technology Management.
The ARPM Division leads BHA's strategic approach to risk management, ensures compliance with internal controls, coordinates internal and external audits, and serves as the primary liaison with the USAID Office of Inspector General (OIG). ARPM comprises three teams: Audit Management Team, Internal Controls and Risk Management Team, and the Risk Management Advisory Team (RMAT). The Division is responsible for the oversight, coordination, development of management decisions, and response actions related to OIG audits. ARPM is also responsible for monitoring compliance with USAID policy and USG rules and regulations; finalizing pre-award risk assessments; managing BHA’s response to annual USAID internal control exercises, such as the Enterprise Risk Management risk profile and Federal Managers Financial Integrity Act assessment; performing pre-award surveys; and managing partner-vetting of BHA recipients. Additionally, ARPM strengthens and reinforces internal controls and risk management processes across BHA by developing internal guidance and policies, and participating on intra- and interagency working groups.
The RMAT plays a central role in the USG’s disaster response, humanitarian assistance, and disaster risk reduction programs. Risk Management Advisors (RIMA) and Risk Management Officers (RIMO) comprise the RMAT, and provide assistance to BHA program teams in assessing and mitigating programmatic risk; liaising with OIG and coordinating responses to audits or investigations; and ensuring that USAID-funded humanitarian response programs adhere to policy guidelines and USG regulations. The RMAT further ensures program integrity by advising on USG’s grant regulations and procedures and supporting BHA program staff on monitoring and responding to issues of concern regarding misuse, divergence, fraud, and investigations and audits, as applicable to humanitarian programs.
To assist the BHA RMAT, the ARPM Division is recruiting a Senior Risk Management Advisor/Deputy Team Lead (DTL), reporting to the RMAT Team Leader or designee. Under the leadership of the RMAT Team Leader, the Senior Risk Management Advisor/DTL will ensure that BHA’s programs are in compliance with USG policies, procedures, and standards at headquarters, and in field operations. The Senior Risk Management Advisor/DTL will serve as Acting Team Leader as needed, engaging constructively and collaboratively with the RMAT and ARPM Division. The Senior Risk Management Advisor/DTL is responsible for providing mentorship to RMAT members; supporting recruitment and staffing efforts, including the onboarding and orientation of new team members; and will be responsible for providing risk management and mitigation expertise to a non-response and steady state program portfolio.
The position is based in Washington, D.C., with potential travel to the field to support field-level audit coordination as needed.
The BHA RMAT requires the services of a Senior Risk Management Advisor/DTL, to provide leadership support to RIMA/RIMOs to ensure that USAID’s humanitarian assistance programs incorporate risk assessment and mitigation processes and adhere to policy guidelines and USG regulations.
STATEMENT OF DUTIES TO BE PERFORMED
This position requires an individual to manage and represent the RMAT and ARPM Division. After the RMAT Team Leader, the Senior Risk Management Advisor/DTL will serve as the secondary contact and liaison for BHA's risk management activities. The DTL will be responsible for providing leadership support and mentorship to RMAT members and ensuring that USAID’s humanitarian assistance programs are in compliance with policy guidelines and USG regulations.
At this grade level, the RMAT Senior Risk Management Advisor/DTL will demonstrate expert competence in the duties and responsibilities described below.
Leadership:
Internal Systems:
Portfolio Management:
Agency and USG Liaison and Representation:
General Duties:
SUPERVISORY RELATIONSHIP:
The USPSC will take direction from and will report to the RMAT Team Leader or their designee.
SUPERVISORY CONTROLS:
Supervisor provides administrative directions in terms of broadly defined missions or functions. The USPSC independently plans, designs and carries out programs, projects, studies or other work. Results are considered authoritative and are normally accepted without significant change.
12. PHYSICAL DEMANDS
The work requested does not involve undue physical demands.
II. MINIMUM QUALIFICATIONS REQUIRED FOR THIS POSITION
EDUCATION/EXPERIENCE REQUIRED FOR THIS POSITION
(Determines basic eligibility for the position. Offerors who do not meet all of the education and experience factors are considered NOT qualified for the position.)
Bachelor’s degree with significant study in or pertinent to the specialized field, including but not limited to international relations, political science, business administration, disaster management, public policy, or a related field, plus at least nine (9) years of experience working in government, a large organization, or a business setting, with responsibilities related to international development or emergency relief programming and management, internal control or enterprise risk management, or operations and administration management, including specific knowledge and experience of programming in high-risk operating environments.
OR
Master’s degree with significant study in or pertinent to the specialized field, including but not limited to international relations, political science, business administration, disaster management, public policy, or a related field, plus at least seven (7) years of experience working in government, a large organization, or a business setting, with responsibilities related to international development or emergency relief programming and management, internal control or enterprise risk management, or operations and administration management, including specific knowledge and experience of programming in high-risk operating environments.
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. FAR provisions of this solicitation are available at https://www.acquisition.gov/browse/index/far.
The technical evaluation committee may conduct reference checks, including references from individuals who have not been specifically identified by the offeror, and may do so before or after a candidate is interviewed.
SELECTION FACTORS
(Determines basic eligibility for the position. Offerors who do not meet all of the selection factors are considered NOT qualified for the position.)
OFFEROR RATING SYSTEM
The offeror rating system factors are used to determine the competitive ranking of qualified offerors in comparison to other offerors. Offerors must demonstrate the rating factors outlined below within their resume, as they are evaluated strictly by the information provided. The evaluation of writing tests will also take into consideration the quality of written responses. Aspects of written responses including, but not limited to typos, grammatical errors, spelling errors, and incomplete sentences will be factored into the evaluation process. The rating factors are as follows:
MATRIX (30 points)
Professional Experience (10 points)
Skills and Abilities (7 points)
Leading Teams Experience (13 points)
Interview Performance (40 points)
Timed Writing Test (15 points)
Satisfactory Professional Reference Checks (15 points)
Total Possible Points: 100
BASIS OF RATING: Offerors who meet the Education/Experience requirements and Selection Factors will be further evaluated in accordance with the Offeror Rating System. Those offerors determined to be competitively ranked may also be evaluated on interview performance and satisfactory professional reference checks.
Offerors are required to address each factor of the Offeror Rating System in their resume, describing specifically and accurately what experience, training, education and/or awards they have received as it pertains to each factor. Be sure to include your name and the announcement number at the top of each additional page. Failure to address the selection factors and/or Offeror Rating System factors may result in not receiving credit for all pertinent experience, education, training and/or awards.
The most qualified offerors may be interviewed and required to provide a writing sample. BHA will not pay for any expenses associated with the interviews. 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. BHA reserves the right to select additional offerors if vacancies become available during the future phase of the selection process.
This vacancy is archived.