United States - USPSC OTI Program Specialist (Program Office) - Washington, D. C. (GS-10/11) (Tandem)

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
24 June 2019
Opportunity publication date
08 June 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: Jun 07, 2019 9:59 am

Request for Personal Services Contractor

USAID Office of Transition Initiatives
Position Title: OTI Program Specialist (Program Office) - Washington, D.C. (Tandem)
Solicitation Number: 72D0T119R00030
Salary Level: GS-10 Equivalent: $63,332 - $82,326
GS-11 Equivalent: $69,581 - $90,461
Issuance Date: June 7, 2019
Closing Date: June 24, 2019
Closing Time: 1:00 P.M. Eastern Time
Dear Prospective Offerors:
The United States Government (USG), represented by the U.S. Agency for International Development (USAID), is seeking offers from qualified U.S. citizens to provide personal services as a Program Specialist under a personal services contract, as described in the attached solicitation.
Submittals must be in accordance with the attached information at the place and time specified. Offerors interested in applying for this position MUST submit the following materials:
1. Complete resume. In order to fully evaluate your offer your resume must include:
(a) Paid and non-paid experience, job title, location(s), dates held (month/year), and hours worked per week for each position. Dates (month/year) and locations for all overseas field experience must also be detailed. Any experience that does not include dates (month/year), locations, and hours per week will not be counted towards meeting the solicitation requirements.
(b) Specific duties performed that fully detail the level and complexity of the work.
(c) Names and contact information (phone and email) of your current and/or previous supervisor(s).
(d) Education and any other qualifications including job-related training courses, job-related skills, or job-related honors, awards or accomplishments.
(e) U.S. Citizenship.
Note: Your resume should contain explicit information to make a valid determination that you fully meet the experience requirements as stated in this solicitation for each grade level(s) for which you are applying. Offerors must specify in their offer materials whether they would like to be considered for the GS-10 or GS-11. Offerors who would like to be considered for both the GS-10 and GS-11 positions should submit separate offers specifying which grade level in the submission. Offerors will only be considered for the grade level specified in the submission. The offer will be considered for the lower grade level if the offeror does not specify the grade level in the submission. Offerors who are unsure of which grade level they meet the minimum qualifications for should submit separate offers for the GS-10 and the GS-11 positions. This information should be clearly identified in your resume. Failure to provide explicit information to determine your qualifications for the position will result in loss of full consideration.

2. Supplemental document specifically addressing:
Each of the four (4) Evaluation Factors shown in the solicitation. Responses must be limited to 500 words per factor. Any additional words above the limit will neither be read nor scored.
NOTE: The Evaluation Factors are worth 70 out of 100 points. Offerors are required to address each of the Evaluation Factors in a separate document describing specifically and accurately what experience, training, education and/or awards they have received that are relevant to each factor.
3. USPSC Offeror Information for Personal Services Contracts form AID 309-2. Offerors are required to complete and sign the form. This form must be physically signed. Electronic signatures will not be accepted.
NOTE ABOUT THE DATA UNIVERSAL NUMBERING SYSTEM AND SYSTEM FOR AWARD MANAGEMENT REQUIREMENTS All USPSCs with a place of performance in the United States are required to have a Data Universal Numbering System (DUNS) number and be registered in the System for Award Management (SAM) database prior to receiving an offer. You will be disqualified if you either fail to comply with this requirement or if your name appears on the excluded parties list. The selectee will be provided with guidance regarding this registration.
Additional documents submitted will not be accepted. Incomplete or late offers will not be considered. Your complete resume and the supplemental document addressing the EFs must be mailed or emailed to:
Office of Transition Initiatives
529 14th Street, NW, Suite 300
Washington, DC 20045
E-Mail Address: OTIjobs@usaid.gov
Offerors can expect to receive a confirmation email when offer materials have been received. Offerors should retain for their records copies of all enclosures which accompany their offers. Offeror resources are available at www.otijobs.net/#!guidance-for-applying/c1ggu. Any questions on this solicitation may be directed to:
OTI Recruitment Team
Telephone Number: (202) 836-7487
E-Mail Address: OTIjobs@usaid.gov
Website: www.OTIjobs.net

Sincerely,

Cristina Sylvia
Contracting Officer

ATTACHMENT 1
Solicitation for U.S. Personal Services Contractor (PSC) Program Specialist (Program Office) - Washington, D.C. (Tandem)
I. GENERAL INFORMATION
1. SOLICITATION NO.: 72D0T119R00030
2. ISSUANCE DATE: June 7, 2019
3. CLOSING DATE/TIME FOR RECEIPT OF OFFERS: June 24, 2019, 1:00 pm Eastern Time
4. POSITION TITLE: Program Specialist
5. MARKET VALUE: This position has been designated as a "tandem" position that, depending on the qualifications of the offeror, can be filled at either the GS-10 ($63,332 - $82,326 per annum) or GS-11 ($69,581 - $90,461 per annum) equivalent level. The highest level of this position is a GS-11. Final compensation will be negotiated within the listed market value of the GS-10 or GS-11 level depending on qualifications, previous relevant experience and work history, salary and educational background. Salaries over and above the pay range will not be entertained or negotiated. Offerors who live outside the Washington, D.C. area will be considered for employment but no relocation expenses will be reimbursed.
Note: Offerors who submit an offer for the GS-11 grade level, but do not meet the minimum qualifications as outlined in this solicitation and as reviewed by the Technical Evaluation Committee, will not be considered for the GS-10 position if they have not submitted a separate offer for each. Similarly, offerors who apply for the GS-10 position even though they might meet the minimum qualifications for the GS-11 position will not be considered for the higher graded positions if they have not submitted a separate offer for each. Offerors who are unsure of which grade level they meet the minimum qualifications for should submit separate offer for the GS-10 and GS-11 positions.
6. PERIOD OF PERFORMANCE: Two years, with three one-year option periods.
START DATE: Within 45 days of receiving notification that required security clearance has been obtained.
7. PLACE OF PERFORMANCE: Washington, D.C.
8. SECURITY LEVEL REQUIRED: Secret

9. STATEMENT OF DUTIES
POSITION DESCRIPTION
BACKGROUND
USAID's Office of Transition Initiatives (OTI) is seeking highly motivated, highly qualified individuals who want the opportunity to help support rapid international transition programs for priority conflict-prone countries. Created in 1994 as a distinct operating unit within USAID, OTI helps local partners advance peace and democracy in politically-transitioning countries. In support of U.S. foreign policy, OTI seizes emerging windows of opportunity in the political landscape to promote stability, peace, and democracy by catalyzing local initiatives through adaptive and agile programming.
Countries experiencing a significant political transition in the midst of a disaster or emerging from civil conflict have unique needs that cannot be fully addressed by traditional disaster relief. Timely and effective assistance to promote and consolidate peaceful, democratic advances can make the difference between a successful or a failed transition. OTI assists in securing peace by aiding indigenous, mostly non-governmental, civil society and media organizations. OTI uses such mechanisms as support for re-integration of ex-combatants into civilian society; development of initiatives to promote national reconciliation; identification of quick-impact community self-help projects to meet urgent economic needs; and aid to independent media outlets and community-based organizations to help promote informed debate and broaden public participation.
To respond quickly and effectively and meet its program objectives and mandate OTI retains a group of high level professionals and experts under U.S. Personal Services Contracts (USPSCs). These knowledgeable and skilled professionals make up the vast majority of the OTI work force and are at its forefront implementing and achieving the office's programmatic goals and objectives. There are several benefits that USPSCs may participate in, such as partial reimbursement for health and life insurance costs, as well as full coverage of workers' compensation, among other benefits. For more complete information on USPSC benefits, please see Section VI of this solicitation.
For more information about OTI and its country programs please see:
http://www.usaid.gov/political-transition-initiatives
INTRODUCTION
The Program Office provides OTI with strategic guidance on country-level and office-level budgeting, strategy, and program performance issues, and increases key stakeholder awareness of and support for OTI as a key instrument in carrying out U.S. foreign policy objectives. The Program Office maintains technical oversight of non-personnel procurement awards including the Support Which Implements Fast Transitions (SWIFT) Indefinite Delivery/Indefinite Quantity Contract (IDIQC) and the Program Development Quickly III (PDQ) IDIQC, the Support That Augments Rapid Transitions (START) IDIQC, and manages coordination of programming within the Foreign Assistance framework. The Program Office plays a key role in the initial country assessment process, periodic country program and management reviews, and final evaluations. The Program Office also provides support to OTI's Senior Leadership Team on office-level budget needs and management as well as to ongoing country programs through managing budgeting decisions and allocation of resources, and setting standards and providing guidance on strategic planning, decision making, and implementation. In addition, the Program Office provides reports on country activities for USAID's DCHA Bureau, the Office of Management and Budget (OMB), the Department of State, and Congress.
The Program Specialist will assist the Program Office in performing key Program Office actions including: budget planning, tracking, accruals and reconciliation; new country program planning; reporting and strategic outreach; and program performance review and monitoring. The Program Specialist will also provide country program assistant support for OTI program-funded staff.
CORE FUNCTIONAL AREAS OF RESPONSIBILITY
DUTIES AND RESPONSIBILITIES
The work of the Program Specialist requires teamwork, the exercise of discretion, judgment, and personal responsibility. As a member of an operational office, the incumbent is willing and able to perform a wide range of administrative functions to help ensure programmatic success. The incumbent has a high level of integrity and attention to detail to ensure the use of OTI systems and procedures to maintain effective and efficient management of funds, programming, and monitoring and evaluation. The incumbent is flexible and willing to work under conditions of ongoing change, and remains professional and respectful of colleagues and authority in a diverse workforce. She or he places a premium on the building of positive relationships with his or her respective team both in the field and in Washington, and with key stakeholders both in and outside of USAID. The incumbent is able to prioritize and complete tasks without follow-up by the supervisor, while also filling in gaps as needed to ensure the responsiveness of the team. The Program Specialist is a strategic thinker, articulates innovative ideas, presents solutions, and is a positive role model for colleagues both in and outside of OTI.
Under the direct supervision of the OTI Program Office Team Leader or his/her designee, the Program Specialist will perform the following duties:
At the GS-10 Level:

● Provide daily administrative and operational support for the OTI Program Office;
● Contribute in responding to requests for information regarding OTI programs from within and outside of the Agency;
● Assist with the monitoring and coordination of the receipt, obligation, management, and reporting of program funds;
● Prepare accurate reports and planning documents for budgeting decisions and allocation of resources at the office and country program level;
● Participate in implementation of new country program operations to include management, logistical, budget, administrative and contractual support;
● Contribute to posting, managing and facilitating the usage of OTI web-based communication tools, including OTI/Anywhere;
● Provide advice to OTI Senior Leadership and other staff on budgeting issues;
● After an initial learning period to be specified by the supervisor, provide orientation, training, and mentoring for incoming staff as delegated by supervisor; liaise with supervisor to recognize good performance of new staff and communicate where performance needs to be improved;
● Serve as Contracting Officer's Representative (COR) with one or more contractors for Program Office services, ensuring that OTI requirements are met;
● Assist in the drafting of OTI contributions to USAID internal and external reports, the Annual Report, Congressional Budget Justification, and other OTI Office, bureau and agency documents;
● Assist the Program Office and country teams with monitoring and evaluation, including assisting in final evaluations, program performance reviews, and reporting;
● Coordinate closely with OTI's three divisions (Operations and Management Division (OMD); Field Programs Division (FPD); and Program, Learning and Innovation Division) (PLI) and the Program Office on all pre and post award procurement rules and regulations or related issues. Attend the respective team meetings, report out to the supervisor, and ensure that the supervisor's priorities are shared with other divisions and teams. Backstop other teams;
● Coordinate Program Office records management and information technology needs with the OTI Operations and Management Division;
● Serve as budget point of contact for design, development and maintenance of budget management systems.
● Travel to countries where OTI does business to support field operations;
● Assist in the preparation of Acquisition and Assistance requests and other supporting documentation for the management and administration of procurement, including the Support Which Implements Fast Transition (SWIFT) Indefinite Delivery/Indefinite Quantity Contract (IDIQC), the Program Development Quickly IDIQC, Support That Augments Rapid Transitions (START) IDIQC, other procurement mechanisms such as but not limited to awards to POIs, Program Office Personal Services Contracts (PSCs), Purchase Orders (PO), and General Services Administration (GSA) Contracts. Assist in reporting on Program Office accruals and country team quarterly budget reconciliations. Assist in short-term and long-term procurement planning.
● Serve on short-term assignments with other USAID offices or bureaus in direct support of OTI programs. These placements shall not exceed three months.
At the GS-11 Level:

● Provide daily administrative and operational support for the OTI Program Office;
● Respond to requests for information regarding OTI programs from within and outside of the Agency;
● Prepare accurate reports and planning documents for budgeting decisions and allocation of resources at the office and country program level;
● Participate in implementation of new country program operations to include management, logistical, budget, administrative and contractual support;
● Post, manage and facilitate the usage of OTI web-based communication tools, including OTI/Anywhere;
● Provide advice to OTI Senior Leadership and other staff on budgeting issues;
● Provide orientation, training, and mentoring for incoming staff as delegated by supervisor; liaise with supervisor to recognize good performance of new staff and communicate where performance needs to be improved;
● Serve as Contracting Officer's Representative (COR) with one or more contractors for Program Office services, ensuring that OTI requirements are met;
● Monitor and coordinate the receipt, obligation, management, and reporting of program funds;
● Draft OTI contributions to USAID internal and external reports, the Annual Report, Congressional Budget Justification, and other OTI Office, bureau and agency documents;
● Assist the Program Office and country teams with monitoring and evaluation, including assisting in final evaluations, program performance reviews, and reporting;
● Coordinate closely with OTI's three divisions (Operations and Management Division (OMD); Field Programs Division (FPD); and Program, Learning and Innovation Division) (PLI) and the Program Office on all pre and post award procurement rules and regulations or related issues. Attend the respective team meetings, report out to the supervisor, and ensure that the supervisor's priorities are shared with other divisions and teams. Backstop other teams;
● Coordinate Program Office records management and information technology needs with the OTI Operations and Management Division;
● Serve as budget point of contact for design, development and maintenance of budget management systems.
● Travel to countries where OTI does business to support field operations;
● Prepare Acquisition and Assistance requests and other supporting documentation for the management and administration of procurement, including the Support Which Implements Fast Transitions (SWIFT) Indefinite Delivery / Indefinite Quantity Contract (IDIQC), the Program Development Quickly IDIQC, Support That Augments Rapid Transitions (START) IDIQC, other procurement mechanisms such as but not limited to awards to POIs, Program Office Personal Services Contracts (PSCs), Purchase Orders (PO), and General Services Administration (GSA) Contracts. Assist in reporting on Program Office accruals and country team quarterly budget reconciliations. Assist in short-term and long-term procurement planning.
● Serve on short-term assignments with other USAID offices or bureaus in direct support of OTI programs. These placements shall not exceed three months.
SUPERVISORY RELATIONSHIP:
The Program Specialist will be supervised by the OTI Program Office Team Leader or his/her designee, as a member of the Program Office within the Program, Learning and Innovation (PLI) Division.
SUPERVISORY CONTROLS:
At the GS-10 and GS-11 levels, the supervisor will set overall objectives and resources available, and work with the incumbent to develop deadlines, methodology, and work to be accomplished. The employee will be responsible for carrying out assignments and consulting with the supervisor on policy interpretations. The supervisor will evaluate work for technical soundness and effectiveness in meeting work objectives.
10. AREA OF CONSIDERATION: U.S. Citizenship

11. PHYSICAL DEMANDS
PHYSICAL DEMANDS:
The work is generally sedentary and does not pose undue physical demands. If traveling overseas, the incumbent may be subject to some additional physical exertion including long periods of standing, walking over rough terrain, or carrying of moderately heavy items (less than 50 pounds).
WORK ENVIRONMENT:
Work is primarily performed in an office setting. If the incumbent travels overseas, the work may additionally involve safety and/or security precautions, wearing of protective equipment, and exposure to severe weather conditions.
12. POINT OF CONTACT:
OTI Recruitment Team
529 14th Street, NW, Suite 300
Washington, DC 20045
Telephone Number: (202) 836-7487
E-Mail Address: OTIjobs@usaid.gov
II. MINIMUM QUALIFICATIONS 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. See detailed instructions for demonstrating Education/Experience under "Applying")
At a minimum, the offeror must have:
At the GS-10 "Program Specialist" level:
(1) A Master's Degree with one (1) year of work experience;
OR
A Bachelor's Degree with three (3) years of work experience;

AND
(2) Demonstrated experience in budget planning, tracking, accruals and reconciliation.
 
At the GS-11 "Program Specialist" level:
(1) A Master's Degree with two (2) years of work experience;
OR
A Bachelor's Degree with four (4) years of work experience;

AND
(2) One (1) year of experience in budget planning, tracking, accruals and reconciliation.
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 is a U.S. Citizen;
• Complete resume submitted. See cover page for resume requirements. Experience that cannot be quantified will not be counted towards meeting the solicitation requirements;
• Ability to obtain a SECRET level security clearance (NOTE: Dual citizens may be asked to renounce second-country citizenship);
• Satisfactory verification of academic credentials.
A USAID Secret level security clearance required prior to issuance of the contract for this position.
NOTE: If a full security investigation package is not submitted by the selected within 30 days after it is requested, the offer may be rescinded. If a security clearance is not able to be obtained within four months after the selected submits the initial security clearance documentation, the offer may be rescinded.
III. EVALUATION FACTORS
EVALUATION FACTORS:
(Used to determine the competitive ranking of qualified offerors in comparison to other offerors. The factors are listed in priority order from highest to least.)
Offerors should cite specific, illustrative examples for each factor. Responses must be limited to 500 words per factor. Any additional words above the limit will neither be read nor scored.
Factor #1 Demonstrated experience conducting complex analyses involving program data and information, and experience developing unique solutions to program management problems.
Factor #2 Demonstrated experience with financial and budget management, such as annual budget cycle and processes, budget analysis, planning, tracking, and scheduling.
Factor #3 Demonstrated experience researching and interpreting policies, rules, or regulations and knowledge and experience with federal and/or USAID procurement policies and regulations.
Factor #4 Demonstrated experience working independently under short deadlines, while maintaining a high-level of detail, and balancing competing demands and priorities.
BASIS OF RATING: Offerors who clearly meet the Education/Experience Requirements and Selection Factors will be further evaluated based on scoring of the Evaluation Factor responses. Offerors are required to address each of the Evaluation Factors in a separate document describing specifically and accurately what experience, training, education and/or awards they have received that are relevant to each factor. Be sure to include your name and the announcement number at the top of each additional page. Failure to specifically address the Selection and/or Evaluation Factors may result in your not receiving credit for all of your pertinent experience, education, training and/or awards.
The Offeror Rating System is as Follows:
Evaluation Factors have been assigned the following points:
Factor #1 - 20
Factor #2 - 20
Factor #3 - 20
Factor #4 - 10
Total Possible - 70 Points
Interview Performance - 30 points
Satisfactory Professional Reference Checks - Pass/Fail (no points assigned)
Total Possible Points: 100
The most qualified offeror may be interviewed, required to provide a writing sample, and demonstrate an ability to operate commonly used office offers. OTI will not pay for any expenses associated with the interviews. In addition, offers (written materials and interviews) will be evaluated based on content as well as on the offerors writing, presentation, and communication skills. In the event that an offeror has fully demonstrated his/her qualifications and there are no other competitive offerors OTI reserves the right to forego the interview process. Professional references and academic credentials will be evaluated for offerors being considered for selection. OTI reserves the right to contact previous employers to verify employment history.

IV. APPLYING
Offerors must be received by the closing date and time at the address specified in Section I, item 3, and submitted to the Point of Contact in Section I, item 12.
Qualified offerors are required to submit:
1. Complete resume. In order to fully evaluate your offer, your resume must include:
(a) Paid and non-paid experience, job title, location(s), dates held (month/year), and hours worked per week for each position. Dates (month/year) and locations for all overseas field experience must also be detailed. Any experience that does not include dates (month/year), locations, and hours per week will not be counted towards meeting the solicitation requirements.
(b) Specific duties performed that fully detail the level and complexity of the work.
(c) Names and contact information (phone and email) of your current and/or previous supervisor(s).
(d) Education and any other qualifications including job-related training courses, job-related skills, or job-related honors, awards or accomplishments.
(e) U.S. Citizenship.
Your resume should contain explicit information to make a valid determination that you fully meet the minimum qualification requirements as stated in this solicitation for each grade level(s) for which you are applying. If you do not specify which grade level(s), your offer will be considered at the lower grade level. This information should be clearly identified in your resume. Failure to provide explicit information to determine your qualifications for the position will result in loss of full consideration.
2. Supplemental document specifically addressing:
Each of the four (4) Evaluation Factors shown in the solicitation. Responses must be limited to 500 words per factor. Any additional words above the limit will neither be read nor scored.
NOTE: The Evaluation Factors are worth 70 out of 100 points. Offerors are required to address each of the Evaluation Factors in a separate document describing specifically and accurately what experience, training, education and/or awards they have received that are relevant to each factor.
3. USPSC Offeror Information for Personal Services Contracts AID 309-2. Offerors are required to complete and sign the form. This form must be physically signed. Electronic signatures will not be accepted.
Additional documents submitted will not be accepted.
To ensure consideration of offers for the intended position, offerors must prominently reference the solicitation number in the offer submission.
Offerors resources are available at www.otijobs.net/#!guidance-for-applying/c1ggu.
DOCUMENT SUBMITTALS
Via mail: Office of Transition Initiatives, 529 14th Street, NW, Suite 300, Washington, D.C. 20045
Via email: OTIjobs@usaid.gov
Please note in your document submittal where you heard about this position.
NOTE REGARDING GOVERNMENT OBLIGATIONS FOR THIS 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.
NOTE REGARDING DATA UNIVERSAL NUMBERING SYSTEM (DUNS) NUMBERS AND THE SYSTEM FOR AWARD MANAGEMENT
All individuals contracted as US PSCs are required to have a DUNS Number. USAID will provide a generic DUNS Number. (insert for field and worldwide positions)
All individuals contracted as US PSCs in the United States are required to have a DUNS Number and be registered in the SAM database. The selected offeror will be provided with guidance regarding this registration. (insert for DC positions - fulltime and bullpen)
For general information about DUNS Numbers and SAM, please refer to Federal Acquisition Regulation (FAR) Clause 52.204-6, Data Universal Numbering System (DUNS) Number and FAR 52.204-7, System for Award Management.
https:/acquisition.gov/far/current/html/52_200_206.html or www.sam.gov.

ALL QUALIFIED OFFERORS WILL BE CONSIDERED REGARDLESS OF AGE, RACE, COLOR, SEX, CREED, NATIONAL ORIGIN, LAWFUL POLITICAL AFFILIATION, NON-DISQUALIFYING DISABILITY, MARITAL STATUS, SEXUAL ORIENTATION, AFFILIATION WITH AN EMPLOYEE ORGANIZATION, OR OTHER NON-MERIT FACTOR.
V. LIST OF REQUIRED FORMS FOR PSC HIRES
Once the CO informs the successful offeror about being selected for a contract award, the CO will provide the successful offeror instructions about how to complete and submit the following forms. Forms outlined below can found at http://www.usaid.gov/forms/
1. Declaration for Federal Employment (OF-306).
2. Medical History and Examination Form (DS-6561).
3. Questionnaire for Sensitive Positions (for National Security) (SF-86), or Questionnaire for Non-Sensitive Positions (SF-85).
4. Finger Print Card (FD-258).
VI. BENEFITS/ALLOWANCES
As a matter of policy, and as appropriate, a PSC is normally authorized the following benefits and allowances:
1. BENEFITS:
(a) Employer's FICA Contribution
(b) Contribution toward Health & Life Insurance
(c) Pay Comparability Adjustment
(d) Annual Increase (pending a satisfactory performance evaluation)
(e) Eligibility for Worker's Compensation
(f) Annual & Sick Leave
2. ALLOWANCES:
Section numbers refer to rules from the Department of State Standardized Regulations (Government Civilians Foreign Areas)
(a) Post Differential Chapter 500 and Tables in Chapter 900.
(b) Living Quarters Allowance Section 130.
(c) Temporary Lodging Allowance Section 120.
(d) Post Allowance Section 220.
(e) Supplemental Post Allowance Section 230.
(f) Payments During Evacuation Section 600.
(g) Education Allowance Section 270.
(h) Separate Maintenance Allowance Section 260.
(i) Danger Pay Allowance Section 650.
(j) Education Travel Section 280.
VII. TAXES
USPSCs are required to pay Federal Income Taxes, FICA, and Medicare
VIII. ACQUISITION & ASSISTANCE POLICY DIRECTIVES (AAPDS) AND CONTRACT INFORMATION BULLETINS (CIBS) PERTAINING TO PSCs
AAPDs and CIBs contain changes to USAID policy and General Provisions in USAID regulations and contracts. Please refer to http://www.usaid.gov/work-usaid/aapds-cibs#psc to determine which AAPDs and CIBs apply to this contract.
AAPD 06-10 - PSC MEDICAL EXPENSE PAYMENT RESPONSIBILITY
General Provision 28, MEDICAL EXPENSE PAYMENT RESPONSIBILITY
(OCTOBER 2006)
(a) Definitions. Terms used in this General Provision are defined in 16 FAM 116 available at http://www.state.gov/m/a/dir/regs/fam/16fam/index.htm. Note: Personal services contractors are not eligible to participate in the Federal Employees Health Programs.
(b) MEDICAL EVACUATION (MEDEVAC) SERVICES - Please see Attachment 2 to this solicitation for information on AAPD No. 18-02.
(c) When the contractor or eligible family member is covered by health insurance, that insurance is the primary payer for medical services provided to that contractor or eligible family member(s) both in the United States and abroad. The primary insurer's liability is determined by the terms, conditions, limitations, and exclusions of the insurance policy. When the contractor or eligible family member is not covered by health insurance, the contractor is the primary payer for the total amount of medical costs incurred and the U.S. Government has no payment obligation (see paragraph (f) of this provision).
(d) USAID serves as a secondary payer for medical expenses of the contractor and eligible family members who are covered by health insurance, where the following conditions are met:
(1) The illness, injury, or medical condition giving rise to the expense is incurred, caused, or materially aggravated while the eligible individual is stationed or assigned abroad;
(2) The illness, injury, or medical condition giving rise to the expense required or requires hospitalization and the expense is directly related to the treatment of such illness, injury, or medical condition, including obstetrical care; and
(3) The Office of Medical Services (M/MED) or a Foreign Service medical provider (FSMP) determines that the treatment is appropriate for, and directly related to, the illness, injury, or medical condition.
(e) The Mission Director may, on the advice of M/MED or an FSMP at post, authorize medical travel for the contractor or an eligible family member in accordance with the General Provision 10, Travel and Transportation Expenses (July 1993), section (i) entitled "Emergency and Irregular Travel and Transportation." In the event of a medical emergency, when time does not permit consultation, the Mission Director may issue a Travel Authorization Form or Medical Services Authorization Form DS-3067, provided that the FSMP or Post Medical Advisor (PMA) is notified as soon as possible following such an issuance. The contractor must promptly file a claim with his or her medevac insurance provider and repay to USAID any amount the medevac insurer pays for medical travel, up to the amount USAID paid under this section. The contractor must repay USAID for medical costs paid by the medevac insurer in accordance with sections (f) and (g) below. In order for medical travel to be an allowable cost under General Provision 10, the contractor must provide USAID written evidence that medevac insurance does not cover these medical travel costs.
(f) If the contractor or eligible family member is not covered by primary health insurance, the contractor is the primary payer for the total amount of medical costs incurred. In the event of a medical emergency, the Medical and Health Program may authorize issuance of Form DS-3067, Authorization for Medical Services for Employees and/or Dependents, to secure admission to a hospital located abroad for the uninsured contractor or eligible family member. In that case, the contractor will be required to reimburse USAID in full for funds advanced by USAID pursuant to the issuance of the authorization. The contractor may reimburse USAID directly or USAID may offset the cost from the contractor's invoice payments under this contract, any other contract the individual has with the U.S. Government, or through any other available debt collection mechanism.
(g) When USAID pays medical expenses (e.g., pursuant to Form DS-3067, Authorization for Medical Services for Employees and/or Dependents), repayment must be made to USAID either by insurance payment or directly by the contractor, except for the amount of such expenses USAID is obligated to pay under this provision. The Contracting Officer will determine the repayment amount in accordance with the terms of this provision and the policies and procedures for employees contained in 16 FAM 521. When USAID pays the medical expenses, including medical travel costs (see section (e) above), of an individual (either the contractor or an eligible family member) who is covered by insurance, that individual promptly must claim his or her benefits under any applicable insurance policy or policies. As soon as the individual receives the insurance payment, the contractor must reimburse USAID for the full amount that USAID paid on the individual's behalf or the repayment amount determined by the Contracting Officer in accordance with this paragraph, whichever is less. If an individual is not covered by insurance, the contractor must reimburse USAID for the entire amount of all medical expenses and any travel costs the contractor receives from his/her medevac provider.
(h) In the event that the contractor or eligible family member fails to recover insurance payments or transfer the amount of such payments to USAID within 90 days, USAID will take appropriate action to collect the payments due, unless such failure is for reasons beyond the control of the USPSC/dependent.
(i) Before departing post or terminating the contract, the contractor must settle all medical expense and medical travel costs. If the contractor is insured, he or she must provide proof to the Contracting Officer that those insurance claims have been submitted to the insurance carrier(s) and sign a repayment agreement to repay to USAID any amounts paid by the insurance carrier(s).

ATTACHMENT 2
Title 48 of the Code of Federal Regulations (CFR) Chapter 7.
USAID Acquisition Regulation (AIDAR)
APPENDIX D - DIRECT USAID CONTRACTS WITH A U.S. CITIZEN OR A U.S. RESIDENT ALIEN FOR PERSONAL SERVICES ABROAD
GP 25. MEDICAL EVACUATION (MEDEVAC) SERVICES (MAY 2018) (Pursuant to class deviation #M/OAA-DEV-AIDAR-18-3c)
USAID will provide Medevac services to the contractor and authorized dependents, through the Department of State's Bureau for Medical Services (MED), similar to those provided to U.S. Government employees in accordance with 16 FAM 300 Medical Travel. Medevac costs include travel and per diem, but do not include medical care costs. To be covered by the Medevac program, the contractor and authorized dependents must obtain and maintain international health insurance coverage that includes overseas hospitalization, and must provide proof of such insurance to the contracting officer prior to relocation abroad.
[END OF PROVISION]

Opportunity closing date
24 June 2019
Value of contract
to be confirmed

About the buyer

Address
Agency for International Development USAID/Washington United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?