R -- Ghana ARO Controller

Solicitation Number: ADF-07-C-002
Agency: African Development Foundation
Office: Contracts Office
Location: African Development Foundation, Washington, DC
  • Print
:
ADF-07-C-002
:
Combined Synopsis/Solicitation
:
Added: December 28, 2006
African Development FoundationAfrica Regional Office ? Accra, Ghana

Controller Position



SUBJECT: SOLICITATION # ADF-07-C-001 FOR A PERSONAL SERVICES CONTRACT (PSC) TO SERVE AS CONTROLLER, ADF/ARO.





MARKET VALUE:



The position is classified at the equivalent of a GS 12, with an annual salary range of $54,000 to $69,000, plus annual cost of living adjustments. Salary is not negotiable beyond this range. Final compensation will be based on the individual's salary and work history, experience, and educational background.





SOLICITATION:

This is a combined synopsis/solicitation for a personal service contractor. The African Development Foundation is authorized to enter into personal service contracts under section 506(a)(5) of the African Development Act.



This announcement constitutes the only solicitation; applications are being requested and a written solicitation will not be issued. The United States African Development Foundation (USADF), a U.S. Government Corporation fostering grassroots participatory development in Africa, is recruiting one individual on a personal service contract basis for the position of Controller - Africa Regional Office (ARO). The period of service consists of a one-year base period with four (4) one-year options for a total five (5) years. The contractor will be based in Accra, Ghana.



INTRODUCTION



The USADF Africa Regional Office Controller administers the financial management program of the USADF Africa Regional Office in accordance with USADF financial management policies.





1.0 SCOPE OF WORK



The Controller?s responsibilities and duties shall include, but not be limited to, the following:





1. Financial Management -- Provides the Africa Regional Office and country representative offices with uniform guidance on USADF financial management policies and procedures; assures judicious financial management of all funds available for USADF?s field operations.



2. Budget Formulation and Administration ? With overall guidance from the CFO and under the day-to-day direction of the VP and CEO-Africa Operations, is responsible for the formulation, preparation, oversight and reporting on the annual budget of the Africa Regional Office; in conjunction with the Field Administration Officer at USADF Headquarters, reviews budget submissions of country representative offices and provides guidance to Country Representatives on budget management issues.



3. Accounting Systems -- Working in conjunction with the CFO, oversees the establishment, implementation, and ongoing maintenance of a comprehensive field operations accounting system, and assures the accurate and timely provision of necessary financial and statistical data to ADF/Washington, the Vice President & CEO-Africa Operations and other Africa Regional Office staff.



4. Internal Controls -- Working in conjunction with the CFO and the USADF Auditor, recommends and implements systems of internal controls in the ARO and country representative offices.



5. Procurement Administration and Support -- Participates in all aspects of the procurement process related to the ARO; in conjunction with the Field Administration Officer, provides advice and guidance to field offices and grantees on issues related to local and international procurements.



6. Best Practices Advisory Support ? Ensures that the ARO and country representative offices have up-to-date knowledge of financial management best practices, lessons learned, new USG policies and procedures, as applicable.



7. Compliance Monitoring and Reporting -- Working under the direction and guidance of USADF?s CFO and Auditor, is responsible for the overall conduct and reporting of internal controls in accordance with OMB Circular A-123 and the Federal Manager?s Financial Integrity Act (FMFIA). As requested by ADF/Washington and the VP/CEO-Africa Operations, serves as liaison with the Inspector General (IG) and external auditors. In this capacity the Controller is the focal point for audit activities involving the Africa Regional Office, including reviewing all audit and investigation reports from the IG, and identifying actions to be taken in response to the findings and recommendations and assigning action for compliance and response.



2.0 SUPERVISORY RELATIONSHIP



The Controller reports directly to the CFO of the USADF. The CFO provides overall guidance on budgeting and financial management policies and procedures as they relate to the ARO and the country representative offices.



On a day-to-day basis, the Controller takes guidance and direction from the VP & CEO Africa Operations in overseeing the financial management of the office.





3.0 PERFORMANCE EVALUATION: The Controller is subject to a performance evaluation. A completed Government performance evaluation shall be completed annually by the CFO with substantial input from the VP & CEO of Africa Operations and forwarded to the Contractor. The Contractor may submit written comments, if any, within the time period specified in the evaluation transmittal. The Contractor?s comments shall be considered in the issuance of the final evaluation document. Any disagreement between the parties regarding the evaluation shall be forwarded to the Procurement Officer (PO).





4.0 CONTRACT PRICE:



The contract price is stated in U.S. dollars and will not be adjusted for exchange rate fluctuations.



5.0 EVALUATION OF OFFERS



The evaluation of offers will comprise three phases:

Phase 1: Mandatory qualifications (Initial screening) (section 5.1)

Phase 2: Technical Evaluation Factors (section 5.2)

Phase 3: Interview of Top Candidates (section 5.3)



NOTE TO APPLICANTS: A completed application consists of the following five (5) items:



1. A Resume with offeror?s full mailing address, telephone, facsimile number, and email address. The resume must include the title and description of each position held, dates held, and salary received.

2. A completed ?Template for Responses to the Solicitation? addressing the Mandatory Qualifications and the Technical Evaluation Factors identified below.

3. Three business reference(s) including current e-mail addresses and telephone numbers.

4. A statement from the offeror authorizing a background investigation upon contract award.



FAILURE TO SUBMIT COMPLETE INFORMATION WILL RESULT IN APPLICATION NOT BEING CONSIDERED.



5.1 PHASE 1: MANDATORY QUALIFICATIONS:



1) Work Experience: At least five (5) years experience working as an accountant, auditor or financial manager with a USG agency. At least three (3) years of this experience must have been in Africa.

2) Language skills: Professional/native fluency in English (reading, writing, and speaking) is required.



5.2 PHASE 2: TECHNICAL QUALIFICATIONS: The offeror shall address the

following four (4) technical qualifications:



1) Education: A Master?s degree in accounting, business administration or finance is required. Identify educational institution(s), address of institution, degree earned, and year degree received. Provide copies of degrees received.



2) Work Experience: Seven to ten years of progressively responsible experience in accounting, auditing, financial analysis or related work (five to seven of which were in a supervisory position) with one or more international organizations in which the candidate managed a financial operation.



For each position held meeting the experience requirement, provide the name and location of the entity, period of service, description of the position(s) held, and the management and leadership responsibilities performed that respond to the requirements of the Controller position. Include experience that demonstrates your ability to exercise independent professional judgment.



3) Professional Skills: Knowledge of and experience with governmental accounting and budgeting concepts and practices. Knowledge of and experience with accounting information systems, spreadsheets, and word processing software. Experience with report generating software is highly desired.



4) Teamwork/Interpersonal Skills: Demonstrated ability to provide motivation and leadership to supervisees and co-workers to accomplish goals and objectives set out by the organization?s senior management. Proven ability to develop networks of relationships that facilitate collaboration among colleagues.





5.3 PHASE 3: INTERVIEW OF TOP CANDIDATES

Based on Phase 1 and Phase 2 results, the top candidates will be contacted for interviews. The interview will be evaluated on the basis of the candidate?s ability to clearly articulate his/her working experience as it relates to the requirements of this position.



6.0 TIME OF DELIVERY

The government intends to begin performance at contract award.



7.0 REPORTING REQUIREMENTS



ADF?s required reports and due dates are as stipulated in the policies and procedures outlined in ADF?s manuals or as otherwise required to implement the duties of the Controller. The Government will provide ADF?s policies and procedures to the Controller.



8.0 HEALTH INSURANCE:

The Contractor shall provide his/her own health insurance and health insurance of dependents during the performance period of the contract. The Government will pay 50% of the health insurance premium up to $2,500 annually for each year in the base period and each option period. The Contractor shall provide proof of health insurance coverage and premium costs thirty days in advance of the option renewal for the following option period. Upon request, the successful Offeror shall submit proof of heath insurance prior to the award of the contract





9.0 CONTRACTOR?S TAX AND OTHER LEGAL OBLIGATIONS



The Contractor shall be responsible for his/her taxes and other legal obligations associated with performance under this contract.





10.0 PERFORMANCE OF CONTRACT AND RELOCATION



Performed in Accra, Ghana



A relocation allowance is not provided.



11.0 GOVERNMENT-FURNISHED PROPERTY AND STAFF



The Government shall provide the Contractor with office space and necessary supplies.



12.0 HOLIDAYS



The Contractor is entitled to a maximum of twelve (12) paid local and/or U.S. holidays. Unused holidays will not be carried over from one year to the next. No additional payment will be made for services rendered on a holiday. The Contractor will submit a request for the holidays in advance to the VP & CEO for Africa Operations.



13.0 VACATION AND SICK LEAVE



a. Vacation Leave. The Contractor will earn four (4) hours of sick leave every two (2) weeks for the duration of the contract. The Contractor will earn four (4) hours of vacation leave every two (2) weeks during the base period and, if exercised, the first and second option periods of this contract. During the third and subsequent option periods, the Contractor will earn six (6) hours of vacation leave every two (2) weeks. Vacation time shall be taken during the period under the contract based upon approval of the COTR. No additional funding is provided for vacation or sick leave. Unused vacation or sick leave may be carried over from the base year to the option periods of the contract, but the Contractor will not be compensated for unused vacation leave at the end of this contract.



b. Sick Leave. The Contractor shall earn four (4) hours of sick leave every two (2) weeks for the duration of the contract. Unused sick leave may be carried over from the base year to the option periods of the contract, but the Contractor will not be compensated for unused sick leave at the end of this contract.





14.0 PAYMENT CONDITIONS



The Contractor shall be paid every two weeks upon presentation of a timesheet, invoice and activity report reflecting timely submission of all deliverables.







15.0 SUBMISSION OF OFFERS



The Offeror assumes the full responsibility for ensuring that offers are received. Electronic proposals shall be submitted to ghanajob@usadf.gov.



When the proposals are hand-carried, or sent via U.S. Mail, FedEx, courier service or similar methods, the address for offers is the African Development Foundation, 1400 Eye Street, N.W., Suite 1000, 10th Floor, Washington, D.C. 20005.



All offers shall be closed and sealed and shall be fully identified on the sealed envelope if delivered via third party carrier or hand delivered. The DUE DATE for applications is January 12, 2007 and will not be extended. Please email your questions to the following email address: ghanajob@usadf.gov.



In cases where the offers are in the form of electronic materials, the offeror assumes full responsibility for ensuring such materials and attachments are formatted in accordance with ADF security requirements. The following file extensions are not allowable and application materials/data submitted with these extensions cannot be considered: .bat, .cmd, .com, .exe, .pif, .rar.,scr, .vbs, .hta, .cpl, and .zip files.



Microsoft Office compatible documents are acceptable. If the Offeror determines that other formats are necessary, it is the Offerors responsibility to verify with ADF that those formats are acceptable. Submissions that are in unacceptable or unreadable formats may be found nonresponsive. The Offeror shall identify solicitation number and position title on their proposal.



Interested offerors may register at http://www.fedbizopps.gov to receive notification when any amendments are issued and available for downloading. Please note that the General Services Administration provides the notification service as a convenience and does not guarantee that notifications will be received by all persons on the mailing list. Therefore, we recommend that you monitor the FedBizOpps site for all information relevant to this solicitation.

:
African Development Foundation, African Development Foundation, African Development Foundation, Washington, DC, 1400 Eye Street, N.W. Suite 1000, 10th Floor, Washington, DC, 20005, UNITED STATES
:
Accra, Ghana
:
Ellen Teel, Procurement Officer, Phone 202-673-3916, Fax 202-673-3939, Email eteel@adf.gov - Phyllis Volin, Field Administration Officer, Phone 202-673-3916 ext 131, Fax 202-673-3939, Email pvolin@adf.gov