Download as pdf or txt
Download as pdf or txt
You are on page 1of 9

72062423R10009

SOLICITATION NUMBER: 72062423R10009

ISSUANCE DATE: March 28, 2023

CLOSING DATE/TIME: April 28, 2023, 11:59 p.m. Accra time

SUBJECT: Solicitation for a Cooperating Country National Personal Service


Contractor (CCN PSC) – Financial Analyst (Re-Issued) Candidates who previously
applied for this position must apply again.

(Local Compensation Plan)

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, Sections I through V 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,

James Berscheit
Contracting Officer
72062423R10009

U.S. Agency for International Development Tel: 233-302-741-200


No. 24 Fourth Circular Rd. Fax: 233-302-741-365
P. O. Box 1630, Accra-Ghana www.usaid.gov/west-africa-regional
I. GENERAL INFORMATION

1. SOLICITATION NO: 72062423R10009

2. ISSUANCE DATE: March 28, 2023

3. CLOSING DATE/TIME FOR RECEIPT OF OFFERS: April 28, 2023, 11:59


p.m. Accra time.

4. POINT OF CONTACT: acpersonnel@usaid.gov

5. POSITION TITLE: Financial Analyst

6. MARKET VALUE: USD 30,983.00 – USD 48,023.00 p.a. equivalent to FSN-11 in


accordance with AIDAR Appendix J and the Local Compensation Plan of USAID/Accra. Final
compensation will be negotiated within the market value.

7. PERIOD OF PERFORMANCE: The period of performance is five (5) years, estimated to start
about May 2023. The services provided under this contract 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: Accra, Ghana with possible travel as stated in the


Statement of Work.

9. ELIGIBLE OFFERORS: All interested candidates eligible to work in Ghana. Cooperating


Country National (CCN) is defined as an individual who is a cooperating country 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 Financial Analyst will fully support USAID/West Africa and USAID Ghana. This is one of ten
identical positions located in the Financial Analysis Unit, Regional Financial Management Office
(RFMO), USAID/West Africa. The primary purpose of this position is to perform financial analysis
and provide financial support advice to one or more of the Mission's Technical Offices and
Development Objective (DO) Teams and their Activity Managers. Functions as the Regional
Controller's representative assigned to the DO Teams’ activities and is empowered to conduct
72062423R10009

financial analysis functions in accordance with an approved RFMO delegation of authority.

As a USAID employee, the incumbent carries responsibility to understand and incorporate the
Agency's five core values in all aspects of his/her work. These core values are: 1. Customer focus, 2.
Results orientation, 3. Empowerment and accountability, 4. Teamwork and participation, and 5.
Valuing Diversity.

2. Statement of Duties to be Performed.

A.Participates as a Senior CORE Team Member in all DO Activities and acts as the DO Teams
Business and Financial Management Advisor. 25%

1. Leads or participates in Mission's project implementation review (PIR), Semi-Annual Portfolio


Review (SAPR) and Quarterly Financial Review/(QFR) sessions, Activity Committee (AC) meetings
and other DO Team activities as appropriate.

2. Advises and assists the DO Team with Strategy and Program Development Functions. Identifies and
conducts feasibility studies to leverage monetary and human resources within the DO Team portfolio.
Provides advice to the Mission Senior Management Team including the Regional Controller and
Development Objectives (DO) Team Leader regarding targets of opportunity for DO Teams between
Mission Program sectors, Implementers and Host Government Counterparts, and the Donor
Community at large.

B. Leads, coordinates, and provides technical guidance, including training, on Financial


Management to the DO team to which assigned. 25%

1. Provides technical guidance on general and USAID financial management procedures, accounting
control requirements to the DO Teams project, non-governmental organizations (NGOs), host
government officials. Reviews the financial aspects of project design and implementation documents,
such as budgets and financial plans for Project Implementing Letters (PILs), Grant Agreements, etc.
Assists activity managers in the development of appropriate payment procedures in accordance with
project implementation requirements. Prepares financial accounting, reporting and budget control
policies. Takes the lead in the DO Team's review of implementing agency plans and procedure
manuals.

2. Provide the necessary guidance and training in coordination with key USAID staff to the various
government Ministries, local organizations including NGOs and private sector firms, in the region
to provide direct funding to implement USAID activities. S/he will prepare an action plan to identify
local organizations that need guidance, support, and training, to further develop their local capacity
and strengthen accountability and sustainability systems. This support will be based upon
assessments, performance and monitoring done by the FA and other mission staff. Recommend
outsourcing of guidance, support, and training when necessary.
3. Ensures the accuracy of the computerized accounting database including Phoenix, Phoenix viewer,
MAPPR, through periodic review and update of data elements. performs reviews of funds control and
availability functions. Verifies accuracy of financial data and appropriateness of documentation
present to support accounting entries and to support fulfillment of conditions precedent to
disbursement. Reviews and takes appropriate action regarding accounts receivable.
72062423R10009

4. Performs continuous and specific quarterly Section 1311 reviews for DO Team activities to fully
support outstanding Commitments, Obligations, Sub-Commitments and Sub- Obligations to provide
support for the Regional Controller’s or delegate Section 1311 Certification. Performs the quarterly
project accounting analyses and participates with the DO in the development of accrual estimates.
Identifies and recommends adjusting entries to the accounts to ensure accuracy in the project/program
pipelines levels. Reviews liquidation vouchers. Investigates any variances between projections and
actual disbursements and provides the results to Activity Managers, Agreement/Contracting Officers
Representatives (A/CORS) and the Government Agreement Technical Representatives (GATR).

C. Conducts Risk Assessments 20%

1. Performs financial assessments, and reviews of prospective and existing grantees/contractors and Host
Government administrative and institutional capabilities to implement programs. Determines
appropriateness and effectiveness of recipient’s operations, procedures, and cash management
practices. Provides an opinion on the confidence to be placed on the recipient’s internal controls and
offers advice to management on weaknesses, including any recommendations for improving
performance, accountability, and ability to comply with applicable requirements. Leads all DO Team
program efforts and provides guidance in the areas of transparency, accountability, and anti-corruption
efforts with Host Government Programs.

2. Monitors and reviews activity implementation, budgets, work plans and expenditure plans, and
financial analyses requirements to strengthen financial capabilities, accountability, and performance
of local organizations. Performs financial analysis in close collaboration with the Program Teams and
makes recommendations on utilization of activity funds and pipeline management. Perform site visits
to monitor the financial and accounting performance of recipients and assure that implementation
plans, and procedures are being applied as well as appropriate corrective measures are taken, in a
timely manner.

3. Assists Mission staff in developing specific assessment tools for each type of local/regional
organization (Partner government, NGO, private sector) for various types of fixed costs, cost
reimbursable and cash advances/liquidation). Based upon the tool, assess prospective recipients’
administrative and institutional abilities to implement programs/activities in coordination with
pertinent Mission staff.

4. The FA is required to conduct financial management functions to achieve the goals of the Development
Objectives (DO) and USAID initiative, advise DO teams in the creation of the development objective
and results framework by focusing on strengthening accountability, transparency, and sustainability of
and of the partner governments, local private and public sectors: work closely with other financial
analyst and DO Teams to design new activities supporting this initiative.

D. Audit Management 15%

1. Serves as audit point of contact for designated DOs. Implements and maintains the Audit Management
Program for the DO Teams. Identifies and controls the DO Team related audit inventory. Coordinates
the audit contracting process for the DO Team to include reviewing and clearing of audit scopes of
work. Serves as DO Team audit liaison for ongoing audits. Monitors reports on and closes DO Team’s
related audit recommendations.
72062423R10009

2. Reviews audit report findings and coordinates with other offices to ensure adequacy and
appropriateness of the Mission actions and follow ups on audit reports. Assists DO Teams in carrying
out their audit responsibilities.

E. Coordinates implementation of the Management Control Program 15%

1. Conduct the DO Team's annual Internal Control Assessment and Enterprise Risk Management
(ERM) in the mission. Identifies the appropriate accountability units and operating environment with
the DO Team and other offices in the mission. Conducts or leads in the assessment of risks,
development of control techniques, and review of management controls and ensures compliance with
reporting requirements. Advises and participates in Management Control Review Committee
meetings to provide updates on outstanding recommendations and corrective action plans to ensure
closure.

2. Assists and serves as backup to the other Financial Analysts and performs their DO Team support
duties when they are absent. For this purpose, the financial analyst maintains a continuing awareness
of the status of all projects and activities of all DOs.

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.

1. Supervisory Relationship: Very general guidance is provided directly from the Supervisory Financial
Analyst for the day-to-day activities. Incumbent is expected to present only significant policy level
issues to the Controller for action. The Supervisory Financial Analyst will write his/her PER in
consultation with the appropriate DO Team Leader.

2. Supervisory Controls: None.

12. PHYSICAL DEMANDS: The work requested does not involve undue physical demands.

II. MINIMUM QUALIFICATIONS REQUIRED FOR THIS POSITION

In order to be considered for the position, a candidate must meet the Minimum Qualifications.
Applications will be pre-screened and only those that meet the Minimum Qualifications will be
considered. These are the minimum qualifications necessary to be considered for the position:

A. Education: A University degree in Accounting, Finance or Business Administration and a


professional accounting certification i.e., CA, ACCA. or CPA. is required.

B. Prior Work Experience: A minimum of five years of progressively responsible experience in


professional accounting, auditing, or financially oriented business management.

C. Language Proficiency: Level IV (Fluency) writing and speaking in English is required.


72062423R10009

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.

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.

The evaluation and selection criteria of the selected candidate will be based on a review of his/her
qualifications, work experience, knowledge, skills and abilities, and level of language required. The
applicants who obtain the highest score based on the criteria defined will be interviewed and may also be
required to pass a written test (depending on the TEC Chairperson’s decision). The security clearance
and medical clearance is required for the top- ranking candidate, after conducting and receiving the
positive reference checks.

Prior Work Experience (40 points):


A minimum of five years of progressively responsible experience in professional accounting, auditing,
or financially oriented business management

Job Knowledge (30 points):


A thorough knowledge and understanding of generally accepted accounting principles (GAAP)
and generally accepted auditing standards (GAAS); principles and accepted practices of
Ghanaian governmental and business institutions with regards to finance, accounting,
budgeting, and reporting; as well as governmental and not-for-profit accounting, budgeting
and reporting are required. In-depth professional-level knowledge of development principles,
concepts, and practices is required.

Skills and Abilities (30 points):


Abilities: Excellent skills and abilities in performing audits (financial and programmatic), internal
control assessments, financial reviews, compliance reviews, etc. are required. Ability to perform
sophisticated analysis of management controls and capabilities of partner/beneficiary organizations is
required. Ability to evaluate financial aspects of activities and programs, institutional capacities and
capabilities is required. Ability to present results and recommendations to a broad audience, both orally
and in writing, is also required. Excellent interpersonal skills are required, as incumbent will frequently
be working with the officials and staff of the Host government, Contractors, Grantees, and others who
may be unfamiliar with USAID’s programming and budgeting process. The incumbent must have solid
verbal communication skills, and to negotiate financial management and audit issues with appropriate
organizations and/or USAID implementing partners, technical advisors, counterparts, and peers.
Excellent writing skills are required in order to prepare regular audit reports. The ability to work
72062423R10009

effectively in a Team environment, and to achieve consensus on policy, program/project, and


administrative matters is required. Strong IT skills are required to be able to effectively understand
and process the systems and data that form the heart of the task performed in this position. Computer
proficiency will be tested.

Total Possible Points: 100 points

After the closing date for receipt of applications, all applications will initially be screened for conformity
with minimum requirements and a shortlist of applicants developed. Applications from candidates which
do not meet the required selection criteria will not be scored.

A committee will be convened to review the shortlisted applications and evaluate them in accordance
with the evaluation criteria. 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.

The Agency retains the right to cancel or amend the solicitation and associated actions at any stage of
the recruitment process.

Reference checks will be conducted by Human Resources only for the successful candidate. If a candidate
does not wish USAID to contact a current employer for a reference check, this should be stated in the
application Letter.

IV. SUBMITTING AN OFFER

1. Eligible Offerors are required to complete and sign the offer from AID 309-2 (OFFEROR
INFORMATION FOR PERSONAL SERVICES CONTRACTS WITH INDIVIDUALS) which is
available at the following link: https://www.usaid.gov/documents/offeror-information-personal-
services- contracts-individuals-aid-309-2 or https://www.google.com/search?q=usaid+aid+309-2
and upload it during the application process.

2. Offerors must also submit a resume or CV with referees.

3. Offerors must attach a two-page supplementary document with written responses to the Evaluation
Factors listed under Section III.

4. Submit relevant educational certificate(s) and work permit or residency permit.

5. 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. via email
6. Offeror submissions must clearly reference the Solicitation number on all offeror submitted documents
which must be in English
72062423R10009

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:

1. Medical History and Examination Form (Department of State Forms)


2. Security Clearance
3. Fingerprint Card (FD-258)

VI. BENEFITS/ALLOWANCES

As a matter of policy, and as appropriate, a CCNPSC is normally authorized the


following benefits and allowances:

1. BENEFITS:
a. Health Insurance
b. Annual Salary Increase (if applicable)
c. Annual and Sick leave
d. Annual Bonus
e. Salary Advance (0% interest)
f. Social Security Contributions
g. Local and American Holidays

2. ALLOWANCES (as applicable):


a. Meal Allowance
b. Miscellaneous Allowance

VII. TAXES
The Mission emphasizes to its employees the fact that they are obliged to observe Ghanaian
Laws, including those concerning income and related tax obligations. Payment of such
taxes is a matter between the individual employee and the Ghanaian Government. In the
absence of a specific international agreement, the U.S. Government will not withhold local
taxes from an employee’s salary.

VIII. USAID REGULATIONS, POLICIES AND CONTRACT CLAUSES


PERTAINING TO PSCs

USAID regulations and policies governing CCNPSC awards are available at these
sources:

1. USAID Acquisition Regulation (AIDAR), 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
72062423R10009

2. Contract Cover Page form AID 309-1 available at h ttps://www.usaid.gov/forms.


Pricing by line item is to be determined upon contract award as described below:

LINE ITEMS
ITEM SUPPLIES/SERVICES QUANTITY UNIT UNIT AMOUNT
NO (DESCRIPTION) (C) PRICE (F)
(A) (B) (D) (E)

0001 Compensation, Fringe Benefits 1 LOT $ $_TBD at


and Other Direct Costs (ODCs) _TBD Award after
- Award Type: PSC-CCN negotiations
- Product Service Code: R497 with the
- Accounting Info: Contractor
624M21RHO021

1. Acquisition & Assistance Policy Directives/Contract Information Bulletins (AAPDs/CIBs) for


Personal Services Contracts with Individuals available at http://www.usaid.gov/work-usaid/aapds
cibs;

2. 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

3. 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

You might also like