SOLICITATION NUMBER: AID-22-03 ISSUANCE DATE: February 21, 2022 CLOSING .

Transcription

USAID MISSION/IRAQSOLICITATION NUMBER: AID-22-03ISSUANCE DATE:February 21, 2022CLOSING DATE/TIME:March 13, 2022 (11:59 pm Baghdad time)SUBJECT: Solicitation for the FSN-10, Accountant - Cooperating Country National Personal ServiceContractor (CCNPSC) - Local Compensation PlanDear 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 thissolicitation.Offers must be in accordance with Attachment 1 of this solicitation. Incomplete or unsigned offers willnot 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 payany 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,Victor Diaz de LeonContracting OfficerDigitally signed by Victor Diaz deVictor Diaz de Leon LeonDate: 2022.02.18 15:50:26 01'00'USAID/IraqUS Embassy CompoundInternational ZoneBaghdad-Iraq

ATTACHMENT 1I.AID 22-03GENERAL INFORMATION1. SOLICITATION NUMBER:AID 22-032. ISSUING DATE:February 21, 20223. CLOSING DATE/TIME FOR RECEIPT OF OFFERS: March 13, 2022 (11:59 pm Baghdad time)4. POINT OF CONTACT:For specific inquiries only contact Human Resources, Executive Office,USAID/Iraq, Email: iraq-jobs@usaid.gov.5. POSITION TITLE:Accountant6. MARKET VALUE:USD 51,398 – USD 77,102 basic salary p.a. equivalent to FSN-10 inaccordance with AIDAR Appendix J and Local Compensation Plan ofUSAID/Iraq. Final compensation will be negotiated within the listedmarket value. In addition to the basic salary, the selected applicant willreceive 35% differential and 15% other allowance.7. PERIOD OF PERFORMANCE:One-year period, the base period will be One-year period, estimated tostart on June 01, 2022. Based on Agency need, the Contracting Officermay exercise an additional option period for five years for the datesestimated as follows:Base Period:Option Period 1:Option Period 2:Option Period 3:Option Period 4:June 01, 2022 – May 31, 2023June 01, 2023 – May 31, 2024June 01, 2024 – May 31, 2025June 01, 2025 – May 31, 2026June 01, 2026 – May 31, 20278. PLACE OF PERFORMANCE:Baghdad, Iraq. with possible travel as stated in the Statement of Duties.9. ELIGIBLE OFFERORS:Cooperating Country Nationals / Ordinarily Resident (OR): A citizen ofIraq or a citizen of another country who has the required work and/orresidency permit for employment in Iraq.10. SECURITY LEVEL REQUIRED: A Security Certification granted by U.S. Embassy Baghdad RegionalSecurity Office is required.11. STATEMENT OF DUTIES:The duties and responsibilities of the accountant will include as follows:a) General Statement of Purpose of the Contract:Basic Function of Position:This position is located in the Financial Management Office (FMO), USAID/Iraq and reports directly to the DeputyController. The FMO provides the full range of financial management services normally required by USAIDmissions overseas. The USAID program in Iraq consists of stabilization, economic growth and democracy andgovernance activities currently valued at 1.0 billion, implemented through large, complex contracts and grants. TheUSAID/Iraq Operating Expenses budget for FY 2021 and outyears is 15.0 million.As Accountant, the Job Holder is the recognized expert FSN professional responsible for the complete managementof the full range of operational support functions provided by FMO to the Mission, including budget developmentII

ATTACHMENT 1AID 22-03and administration, financial planning, formulation, forecasting. Job Holder is also responsible for the accountingand execution the operational recourses, including the recording of all accounting transactions in Phoenix,maintaining the integrity of the automated accounting system and producing and presenting financial reports tosenior management. S/he proposes opportunities for cost savings and alternate methods of covering budget shortfalls.Additionally, the Job Holder ensures that the funds are efficiently managed in accordance with USAID andapplicable U.S. Government directives, regulations, policies and procedures.Major Duties and Responsibilities:The duties and responsibilities of the accountant will include:1.ACCOUNTING: 50%Responsible for the oversight, maintenance and transaction recording (inputs and outputs) of the Mission’saccounting operations in Phoenix, the Agency’s accounting system. Ensures full compliance with funds controlsprocedures and enforcing high standards of data accuracy, including when providing fiscal (funding) data and issuingmission generated financial reports. Ensures that all transaction documents are processed in a timely manner andsupported by source document files. Performs professional accounting functions providing expert review andclearance of all documents (commitments and obligations) supporting the Mission’s operations, including all fundedtransactions processed via the Department of State (DOS) Integrated Logistics Management System (ILMS). Ensuresfull compliance with USAID accounting regulations, policies and procedures and verifies that the proper fundingsource is applied to all funding requests. Reviews and provides clearance to GLAAS and non-GLAAS Contracts andPurchase Orders, Travel Authorization, Leases, etc. Establishes and maintains formal accounting records related tothe execution of all operational support transactions through Phoenix. Responsible for assigning the correspondingExpanded Object Class Codes (EOCCs) to these transactions and for the accuracy and integrity of financial dataentered in Phoenix. Verifies the accuracy of financial and accounting data for document validity and sufficiency toensure that accounting entries accurately communicate any conditions precedent to disbursement. After review ofdocuments for compliance with regulations and mathematical accuracy, the Job Holder enters contract and purchaseorder commitments and obligations into Phoenix for employee allowances, leases, recurring obligations, and travelauthorizations. Analyzes new financial requirements, prepares and submits relevant reports to Senior Management.Responds to requests for research on difficult accounting issues and questions. Job Holder develops and creates newaccounting and budgeting reporting formats as needed. Routinely monitors internal operations to ensure greaterefficiencies and improve internal controls of the Mission’s accounting and budgeting operations. Develops anddocuments new procedures to improve the performance of the accounting functions.On a quarterly basis, prepares and records Miscellaneous Obligating Documents (MODs) to fund the Mission’srecurring costs. In accordance with guidance provided in AAPD 06-08, and in close coordination with the EXO,reviews and updates the Master PSC Funding Document tool which provides cost estimations for FSNs (locally hiredemployees) and to incrementally fund the Payroll MOD. Ensures full compliance with Agency forwardfunding guidance.Guides and verifies the computation of quarterly accruals for all operational expenditures and inputs data inPhoenix ensuring that supporting documentation complies with applicable USAID policies and procedures.Performs quarterly Section 1311 reviews of obligations, and commitments. Initiates de-obligation JournalVouchers or upward adjustment funding, as appropriate. Obtains necessary approvals, takes required actions toupdate the accounting system and maintains files for audit purposes. Monitors status of expired obligations andobligations nearing expiration. Coordinates with EXO and HRO on contract closeouts. Reviews the expenditurerecords in Phoenix. In case of discrepancies, takes the necessary corrective action, and advises affected partiesaccordingly. Executes the de-obligation of funds in Phoenix during the contracts/purchase orders closeoutprocess. Coordinates these actions with the respective CORs and/or EXO.Distributes financial reports to Mission officials, with additional explanatory notes on highlights of these reports,where necessary. Contact vendors to update banking and other required information in the system.III

ATTACHMENT 1AID 22-032. BUDGETING: 30%Following USAID/W directives, participates in the development and monitoring of the Mission’s budget informationfor operating expense operations. Collects appropriate financial and staffing data for preparation of the budgetestimates, consolidates the data and prepares draft budgets in accordance with USAID policy, including the useof proper Expanded Object Class Codes (EOCCs). Works in close coordination with the Deputy Controller andEXO staff to identify proper funding sources to support Mission’s operations and to quantify all operational supportcosts that should be included during the budget formulation process.Analyzes and advises on the financial and budgetary aspects of the Mission’s operating costs. Monitors andcontrols funds usage to ensure that approved budget levels are not exceeded. Performs analysis of pastexpenditure rates, current and projected pipelines and future burn rates to ensure that adequate funding isalways maintained. As required, the Job Holder in coordination with the Deputy Controller and Executive Officeperiodically modifies budgets in order to meet emerging requirements. Tracks and monitors budget once it isapproved. Identify areas of improvement in budgeting, accruals, accounting processes and other reporting andrecommend reducing costs and expenses.3. ANALYSIS: 20%Assists the Deputy Controller in gathering data needed to respond to AID/Washington data calls and/or other adhocrequests for financial information. These include quarterly reporting on Property, Plant and Equipment, OperatingLeases; Expendable Property; Payroll-related accruals (Unfunded Annual Leave for PSCs, Foreign Service NationalSeparation Pay); etc. On a monthly basis performs comprehensive analysis of the Mission’s disbursements with USGovernment authorized disbursing Offices – Cash Reconciliation. This involves the reconciliation of amounts postedwith amounts reported by appropriation and relevant obligation, the identification of non-posted amounts andverification of appropriation charged, and the initiation of steps to correct appropriation errors and ensure correct entriesare posted to Phoenix. Also analyses new and revised procedures as they affect workloads.12. PHYSICAL DEMANDS: The work requested does not involve undue physical demands.II.MINIMUM QUALIFICATIONS REQUIRED FOR THIS POSITIONEDUCATION: Completion of a bachelor’s degree from an accredited University in accounting, finance,business or a closely related field is required.EXPERIENCE: A minimum of five years of progressively responsible experience in accounting, accountsmaintenance, budgeting, financial reporting and/or a closely related work with international organizations orU.S. grantee/contractor.LANGUAGE: Level IV (fluent) English and Arabic written and spoken is required. Language proficiencywill be tested.POST ENTRY TRAINING: Specialized training courses in USG accounting, USAID financial practices anddata processing desirable if not already knowledgeable; OJT in USAID accounting policies and procedures,financing methods, cash management procedures, and Phoenix operations (procedures, requirements andconventions) and report generation required.CCN PSCs may participate in temporary duty (TDY) travel to USAID/Washington and otherMissions in order to participate in the Foreign Service National Fellowship Program described in ADS495maa.IV

ATTACHMENT 1AID 22-03JOB KNOWLEDGEA thorough knowledge and understanding of professional budgeting and accountingprinciples, theories, practices and terminology as well as the related principles and accepted procedures ofU.S. governmental accounting, budgeting, and reporting. A thorough knowledge of laws, regulations, andprocedures associated with USAID financial management needed to reach maximum level of the position.SKILLS AND ABILITIES: Must have the ability to analyze numerous accounting records and determine theneed for various types of entries and adjustments; to record, reconcile and balance accounts; and to relate thepurpose and objectives of their costs and fiscal requirements. Excellent skills in using MS Excel, Word &other spreadsheets in a Windows environment are required. Ability to utilize data processing techniques (MSOffice applications; spreadsheets, Internet) is also required. Must be able to compile and present financialand related information in a concise and fully professional manner. A high level of analytical skills,professional expertise, and sound independent judgment is required. Must be able to communicate conciselyand accurately complicated USG financial management rules, policies, and regulations. Must be able to workas part of a team. Ability to work under high pressure and conflicting/emergency work demands is required.III.EVALUATION AND SELECTION FACTORSBasis of Evaluation:The Government may award a contract without discussions with offerors in accordance with FAR 52.215-1. The COreserves the right at any point in the evaluation process to establish a competitive range of offerors with whomnegotiations will be conducted pursuant to FAR 15.306(c). In accordance with FAR 52.215-1, if the CO determines thatthe number of offers that would otherwise be in the competitive range exceeds the number at which an efficientcompetition can be conducted, the CO may limit the number of offerors in the competitive range to the greatest numberthat will permit an efficient competition among the most highly rated offers. The FAR provisions referenced above areavailable at https://www.acquisition.gov/browse/index/far .Offerors who clearly meet the minimum/required education, experience, and language requirements may be furtherevaluated and ranked based on the below evaluation and selection factors and through review of the offeror’s submittedwritten application materials (see section IV below). Those highest-ranked offerors will be considered within thecompetitive range, and may be further evaluated through language, technical tests and interviews to determine the mostqualified/highest-ranked offeror. Reference checks will be conducted with the highest-ranked offeror at the conclusionof evaluations and as part of the responsibility determination process. Any offeror not receiving satisfactory referencechecks will no longer be considered for the position. Negotiations will be conducted with the most qualified/ highestranked offeror who has successfully passed the responsibility determination process.1. Education (10 points)2. Prior Work Experience (25 points)3. Language Proficiency (20 points)4. Job Knowledge (20 points)5. Skills and Abilities (25 points)Total points 100IV.SUBMITTING AN OFFER1. Eligible Offerors are required to submit all of the following documents in order to be considered for theposition:a) AID 309-2 (Offeror Information for Personal Services Contracts with Individuals) Form, which is availableon USAID website (AID 309-2). Application MUST be signed, or it will not be accepted.b) Most current Curriculum vitae or resume describing all your current and previous experience.c) Copy of your Local Jinsiyah (must) and passport (if available).V

ATTACHMENT 1AID 22-03d) Three professional references, which could be your current and former supervisors and be able to commenton your suitability for employment, with telephones and e-mail contacts to be provided on a separate sheet.References may not be relatives, friends or members of your household.Applications must be forwarded only via email on the email: iraq-jobs@usaid.gov address. Only signedapplications submitted on the prescribed application form (AID 309-2) and on the given email address will beconsidered. When submitting an application, the solicitation number and the title of the position MUST bementioned in the subject line. Incomplete applications, unsigned form and/or applications received after the closingdate will not be considered.USAID/Iraq reserves the right to obtain from previous employer(s) relevant information concerning the applicant'spast performance and may consider such information in its evaluation. Only short-listed candidates will becontacted for the test/interview.Applicants should retain for their records copies of all enclosures which may accompany their applications. Do notattach original documents to your application as they will not be returned. The applicants should be able to produceoriginal documents when required that include educational certificates, experience certificates and Jinsiyah (a proofof nationality).2. Offers must be received by the closing date and time specified in Section I, item 3, and submitted to thePoint of Contact in Section I, item 4.3. Offeror submissions must clearly reference the Solicitation number on all offeror submitted documents.4. Ensuring Adequate COVID-19 Safety Protocols for Federal Contractors - The Offeror will berequired to show proof that the Offeror is fully vaccinated against COVID-19 on or before the firstdate of onboarding, or submit an approved reasonable accommodation to the CO. If the contractordoes not meet this requirement the contract may be terminated. *V.LIST OF REQUIRED FORMS FOR PSC HIRESOnce the Contracting Officer (CO) informs the successful Offeror about being selected for a contract award, the COwill provide the successful Offeror instructions about how to complete and submit the forms.VI.BENEFITS/ALLOWANCESThe Local Compensation Plan (LCP) is the basis for all compensation payments to locally employed staff/CCNPSCs. The LCP consists of the local salary schedule, which includes salary rates, authorized fringe benefits,and other pertinent facets of compensation such as health and life insurance, and retirement allowance.VII.VIII.TAXESThe selected offeror will be responsible for calculating and paying local income taxes required by local law.USAID REGULATIONS, POLICIES AND CONTRACT CLAUSES PERTAINING TO PSCsUSAID regulations and policies governing CCN PSC awards are available at these sources:1. USAID Acquisition Regulation (AIDAR), Appendix J, “Direct USAID Contracts with a Cooperating CountryNational and with a Third Country National for Personal Services Abroad,” including contract clause “GeneralProvisions,” available at s/1868/aidar 0.pdf.VI

ATTACHMENT 1AID 22-032. AAPD 21-04 EXECUTIVE ORDER 14042 ON ENSURING ADEQUATE COVID-19 SAFETYPROTOCOLS FOR FEDERAL AWARDS (OCT 2021) (DEVIATION) / (FAR Deviation No. M-OAA-DEVFAR-22-01c) 52.223-99 Ensuring Adequate COVID-19 Safety Protocols for Federal Contractors, Alternate70.Notice Regarding Any Court Order Affecting the Implementation of E.O. 14042USAID will take no action to enforce the clause (FAR 52.223-99) implementing the requirements of ExecutiveOrder 14042, absent further written notice from USAID, where the place of performance identified in the contract isin a U.S. state or outlying area subject to a court order prohibiting the application of requirements pursuant to theExecutive Order (hereinafter, “Excluded State or Outlying Area”). In all other circumstances, USAID will enforcethe clause, except for contractor employees who perform substantial work on or in connection with a coveredcontract in an Excluded State or Outlying Area, or in a covered contractor workplace located in an Excluded Stateor Outlying Area. A current list of such Excluded States and Outlying Areas is maintained s/3. Contract Cover Page form AID 309-1 available at https://www.usaid.gov/forms. Pricing by line item is to bedetermined upon contract award as described below:LINE ITEMSITEM NO(A)SUPPLIES/SERVICES NT(F)0001Base Period – Compensation, Fringe Benefits and OtherDirect Costs (ODCs)-Award Type: Cost-Product Service Code: R497-Accounting Info:Appropriation: 72221000-Funds code: OE/20221LOT TBD TBD at awardafter negotiationswith contractor1001Option Period 1 – Compensation, Fringe Benefits andOther Direct Costs (ODCs)-Award Type: Cost-Product Service Code: R497-Accounting Info: TBD1LOT TBD TBD at awardafter negotiationswith contractor2001Option Period 2 – Compensation, Fringe Benefits andOther Direct Costs (ODCs)-Award Type: Cost-Product Service Code: R497-Accounting Info: TBD1LOT TBD TBD at awardafter negotiationswith contractor3001Option Period 3 – Compensation, Fringe Benefits andOther Direct Costs (ODCs)-Award Type: Cost-Product Service Code: R497-Accounting Info: TBD1LOT TBD TBD at awardafter negotiationswith contractor4001Option Period 1 – Compensation, Fringe Benefits andOther Direct Costs (ODCs)1LOT TBD TBD at awardVII

ATTACHMENT 1AID 22-03after negotiationswith contractor-Award Type: Cost-Product Service Code: R497-Accounting Info: TBD5. Acquisition & Assistance Policy Directives/Contract Information Bulletins (AAPDs/CIBs) for PersonalServices Contracts with Individuals available at http://www.usaid.gov/work-usaid/aapds-cibs.6. Ethical Conduct. By the acceptance of a USAID personal services contract as an individual, the contractorwill be acknowledging receipt of the “Standards of Ethical Conduct for Employees of the ExecutiveBranch,” available from the U.S. Office of Government Ethics, in accordance with General Provision 2and 5 CFR 2635. See 7. PSC Ombudsman8. The PSC Ombudsman serves as a resource for any Personal Services Contractor who has entered into acontract with the United States Agency for International Development and is available to provide clarity ontheir specific contract with the agency. Please visit our page for additional nal-service-contracts-ombudsman.The PSC Ombudsman may be contacted via: PSCOmbudsman@usaid.gov.USAID/IRAQ is an equal opportunity employer committed to a staff composition that reflects the social and ethnicdiversity of Iraqi society. Applicants from disadvantaged and under-represented ethnic groups, women, and peopleliving with disabilities are encouraged to apply.VIII

reviews and updates the Master PSC Funding Document tool which provides cost estimations for FSNs (locally hired employees) and to incrementally fund the Payroll MOD. Ensures full compliance with Agency forward funding guidance. Guides and verifies the computation of quarterly accruals for all operational expenditures and inputs data in