Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 23, 2008 FBO #2554
DOCUMENT

R -- USPSC - Regional Team Leader - M/OAA/DCHA/OTI-09-178 - Solicitation and Application Forms

Notice Date
11/21/2008
 
Notice Type
Solicitation and Application Forms
 
NAICS
921190 — Other General Government Support
 
Contracting Office
Agency for International Development, Washington D.C., USAID/Washington, 1300 Pennsylvania Avenue, NW, Room 7.10-006, Washington, District of Columbia, 20523
 
ZIP Code
20523
 
Solicitation Number
M-OAA-DCHA-OTI-09-178
 
Archive Date
12/23/2008
 
Point of Contact
Leigh P. Carlson, Phone: 202-661-9369, Lindsey Johnson, Phone: (202) 661-9366
 
E-Mail Address
lcarlson@ofda.gov, ljohnson@ofda.gov
 
Small Business Set-Aside
N/A
 
Description
SOLICITATION NUMBER: M/OAA/DCHA/OTI-09-178 ISSUANCE DATE: November 21, 2008 CLOSING DATE: December 8, 2008, 5:00 p.m. EST SUBJECT: Solicitation for U.S. Personal Service Contractor for a Regional Team Leader in Washington, DC. Ladies/Gentlemen: The United States Government (USG), represented by the U.S. Agency for International Development (USAID), is seeking applications (Optional Form 612 only) from qualified U.S. citizens to provide personal services as a Regional Team Leader under a personal services contract, as described in the attached solicitation. Submittals shall be in accordance with the attached information at the place and time specified. Applicants interested in applying for this position MUST submit the following materials: •Complete and hand-signed federal form OF-612 (including OF-612 continuation sheets as needed). NOTE: Submission of a resume in addition to the required forms is encouraged, but submission of a resume alone or in lieu of the OF-612 form IS NOT a complete application. All information to be evaluated must be contained in the OF-612 form and must not depend on references to your resume. Failure to provide the required information and/or materials will result in your not being considered for employment. •Supplemental document specifically addressing: Each of the Education/Experience requirements shown in the solicitation. Each of the six (6) Evaluation Factors shown in the solicitation. Incomplete or unsigned applications shall not be considered. These signed forms must be mailed, delivered, faxed, or emailed (email applications must be signed) to: GlobalCorps 529 14th Street, NW, Suite 700 Washington, DC 20045 E-Mail Address: RTL@globalcorps.com Facsímile: (202) 403-3911 or (202) 403-3941 Applicants should retain for their records copies of all enclosures which accompany their applications. Any questions on this solicitation may be directed to: Leigh Carlson or Lindsey Johnson Telephone Number: (202) 661-9369 or (202) 661-9366 E-Mail Address: RTL@globalcorps.com Website: www.globalcorps.com Facsímile: (202) 403-3911 or (202) 403-3941 Sincerely, Amanda Downing, Contracting Officer Solicitation for U.S. Personal Service Contractor (PSC) Regional Team Leader 1. SOLICITATION NO.: M/OAA/DCHA/OTI-09-178 2. ISSUANCE DATE: November 21, 2008 3. CLOSING DATE/TIME FOR RECEIPT OF APPLICATIONS: December 8, 2008, 5:00 pm EST 4. POSITION TITLE: Regional Team Leader 5. MARKET VALUE: GS-14 ($98,033 - $127,442). Final compensation will be negotiated within the listed market value based upon the candidate’s past salary, work history and educational background. Candidates who live outside the Washington, D.C. area will be considered for employment but no relocation expenses will be reimbursed. 6. PERIOD OF PERFORMANCE: 2 years, renewable up to 5 years 7. PLACE OF PERFORMANCE: Washington, DC with anticipated travel as stated in the position description. 8. STATEMENT OF WORK 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, indigenous partners advance peace and democracy in priority conflict-prone countries by providing fast, flexible, short-term assistance targeted at key transition needs. 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 local partners such as civil society groups (non-governmental organizations or informal community groups), local governments, private businesses, media groups, and others, through identification of quick-impact community self-help projects to meet urgent economic needs; development of initiatives to promote national reconciliation; re-integration of ex-combatants into civilian society; and aid to independent media outlets and community-based organizations to help promote informed debate and broaden public understanding and participation in their country’s political process. OTI country programs are designed and managed in Washington, with substantial input and oversight from field-based staff. OTI annually operates ten to twelve country programs on three continents with an average budget of $100 million and 90 staff in Washington and in the field. For more information about OTI and its country programs please see: http://www.usaid.gov/our_work/cross-cutting_programs/transition_initiatives/ To respond quickly and effectively and meet its program objectives and mandate OTI retains a group of high level professionals and experts under personal services contracts (PSCs). 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. OTI’s Field Programs Division (FPD) develops, oversees, and manages OTI country programs and field staff, to include all programming responsibilities and authorities, and start-up and close out of OTI country programs. FPD staff regularly engage with counterparts in USAID Missions overseas, USAID Regional Bureaus in Washington, the Department of State, other bilateral donors, international governmental and non-governmental organizations, and other entities engaged in post-conflict and political transition issues. The FPD provides expertise and technical support for OTI country programs, USAID Missions, and other USG offices abroad and represents OTI in intra/inter-agency sector-specific dialogue and debate. INTRODUCTION The purpose of this contract is to hire a Regional Team Leader to lead one of USAID's Office of Transition Initiatives (DCHA/OTI) regional teams in the management of existing country programs and conduct new country program assessments as the need arises. OTI currently has three regional teams within the Field Programs Division: Africa (AFR), Asia and Middle East (AME), and Latin America and Caribbean (LAC). Under this solicitation, the Regional Team Leader is initially expected to manage the AFR team. This is a program-funded USPSC position, which OTI anticipates will focus the vast majority of time on country program implementation. OBJECTIVE The objectives for this position are to (1) ensure the designated USAID/DCHA/OTI regional team is managed effectively in Washington and the field (effectively manage and supervise OTI Program Manager staff in Washington, and OTI Country Representatives in the field), and (2) ensure US government funds are spent wisely, in coordination with other key actors, and in a manner that reflects OTI standard practice, and USG policy. 9. CORE FUNCTIONAL AREAS OF RESPONSIBILITY The Regional Team Leader will be based in Washington and will report to the OTI’s Chief of Field Programs Division or his/her designee. The Regional Team Leader's principal responsibility will be the oversight and management of specific DCHA/OTI country programs in one of OTI's three geographic regions. The initial assignment for this position will be with the Africa (AFR) Regional Team. Currently OTI/AFR is overseeing four Country Programs in Africa (see OTI website for more specific detail). The Regional Team Leader must be an individual with sound judgment, excellent communication, interpersonal and analytical skills, and a well-developed understanding of USG policy interests. The successful candidate must have a strong interest in assisting countries undergoing political transition and be able to accomplish a wide range of assignments on short notice. Since work may require continual changes in program direction and implementation, including frequent coordination, the individual will be someone who is highly flexible and willing to work under conditions of continual change. Further, the Regional Team Leader must be experienced in managing different aspects of transition program operations in order to mentor program staff, and ensure that all processes and procedures are being followed so that program implementation is effective and efficient. The incumbent must demonstrate creativity, excellent communications, leadership and analytical skills, and the ability to operate with high levels of autonomy, responsibility, and authority, while exercising sound judgment in politically charged situations. The candidate must be mature, self-reliant, a team player as well as a leader, and a problem-solver. S/he will have management experience, and understand budgeting and financial management. The successful candidate will be able to communicate effectively with grassroots organizations and their constituencies, national and local government officials, USG agencies, other donor entities, the United Nations, and other international organizations, and have experience working for, or closely with, USAID or another USG office in the field. S/he must also be able to work efficiently and effectively in a bureaucracy where frequent changes may occur. DUTIES AND RESPONSIBILITIES The incumbent serves as OTI’s principal expert on country program issues related to the region of assignment. A majority of the duties listed below are related to management and supervision of program funded personal, and the development, oversight, and management of OTI’s country programs. It is important that the Regional Team Leader quickly familiarize her/himself in the key tasks of the country team members in order to ensure that primary tasks are carried out appropriately and efficiently. The Regional Team Leader’s duties will include but not be limited to: •Lead and manage the Regional Team, including the management and supervision of Program Manager staff in Washington and Country Representatives in the field, as well as Implementing Partner contracts and grants at the headquarter level. (Note that OTI Country Representatives in the field directly supervise additional field staff, and responsibility for managing implementing partners at the headquarter level may be delegated to trained Program Manager staff in Washington.); •Oversee the design and implementation of new country program operations to include complex country analysis and program design to develop existing and future programs and strategies in high priority countries, including the effective oversight of management, logistical, budget, administrative, human resources, and contractual issues; •Conceptualize and design, in close coordination with lower and higher-ranking USAID and other USG officials, OTI country program strategies and determine appropriate USAID funding levels and requirements; •Supervise the implementation of OTI-financed activities designed to achieve OTI strategic objectives, including overseeing and/or managing the selection of program implementers, such as grantees, contractors, and Personal Service Contract employees; •Design staffing plans to meet overall program objectives, ensure staff work objectives and tasks are well defined, and ensure recruitment is initiated immediately when staffing needs arise. Ensure staff are highly qualified and trained and mentored in all critical aspects of OTI operations and programming. Ensure employee performance evaluations are completed in a timely manner in accordance with OTI office policy; •Negotiate, oversee and manage the overall Regional Team country budgets and ensure the Regional Team procurement plan is kept up to date. It is critical to ensure that country programs are appropriately budgeted for. Additional responsibilities include working to secure additional funding from other USG sources if required, and ensuring that the team is trained on all the appropriate systems and tools for budgeting, finance and procurement; •Coordinate and communicate with other DCHA, USAID, State Department, Department of Defense and other USG agency personnel in Washington and the field; cooperating country Government officials; United Nations organizations; the World Bank; and host country and international NGOs; •Develop and maintain collaborative relationships with INGOs, international donors and other international organizations, Department of State and other USG agencies, and others interested in particular OTI country programs; •Oversee and ensure the development of documentation for any required program contracts, grants or cooperative agreements; •Monitor and evaluate OTI country programs through regular communication with the OTI program staff and implementing partner headquarter staff, the regular review of reports from the field and Washington, liaising with the OTI Program Office team, and regular field site visits; •Ensure that field programs are provided support, when needed, as an auxiliary team member in the field; •Oversee, develop and/or manage, in conjunction with the OTI Washington staff and OTI country representative in the field, an OTI close-out strategy that will, wherever appropriate and possible, ensure reasonable and effective hand-over to follow-on USAID and/or other donor programs; •Serve as a central participant on inter- and intra-agency policy and crisis task forces when required; •Disseminate regular DCHA/OTI reports to U.S. Government and non-U.S. Government agencies and organizations as deemed appropriate; •When required, assume higher representational responsibilities, potentially serving as acting Chief of Field Programs Division, or Country Representative in the field in his/her absence, for example; •Mentor other OTI Team Leaders as appropriate, and mentor and train Country Representatives and Program Managers as required; and, •Perform other duties and activities as required for the successful completion of country programs. SUPERVISORY RELATIONSHIP: The Regional Team Leader will take direction from and will report to the Chief of Field Programs or his/her designee. SUPERVISORY CONTROLS: The Supervisor will set overall objectives. The employee and the supervisor together will develop deadlines, projects, and work to be accomplished. The incumbent is expected to take initiative, act independently, and manage his/her tasks with minimal supervision. 10. PHYSICAL DEMANDS The work is generally sedentary and does not pose undue physical demands. During deployment on Assessment teams, Disaster Assistance Response Teams (DARTs) (if required), and during site visits, there may be some additional physical exertion including long periods of standing, walking over rough terrain, or carrying of moderately heavy items (less than 50 pounds). 11. WORK ENVIRONMENT Work is primarily performed in an office setting. During deployment on Assessments, Disaster Assistance Response Teams (DARTs) (if required), and during site visits, the work may additionally involve special safety and/or security precautions, wearing of protective equipment, and exposure to severe weather conditions. 12. START DATE: Immediately, once necessary clearances are obtained. 13. POINT OF CONTACT: See Cover Letter. EDUCATION/EXPERIENCE REQUIRED FOR THIS POSITION (Determines basic eligibility for the position. Applicants who do not meet all of education and experience factors are considered NOT qualified for the position. See detailed instructions for demonstrating Education/Experience under "Applying") Bachelor’s degree and a minimum of nine (9) years of progressively responsible work experience in the field of international relations, international development, conflict resolution, or a related field in the social sciences, of which a minimum of seven (7) years must include recent project management experience with a USG foreign affairs agency, international assistance organization, or large non-governmental organization in community development, economic development, mediation/arbitration, conflict resolution, democracy and governance, international law, humanitarian assistance and/or human rights activities, of which three (3) years must include overseas field experience in humanitarian assistance, transition programs or democracy building. OR Master's degree with significant study in or pertinent to the specialized field, including International Relations, International Development, Conflict Resolution or a related field, and a minimum of seven (7) years must include recent project management experience with a USG foreign affairs agency, international assistance organization, or large non-governmental organization in community development, economic development, mediation/arbitration, conflict resolution, democracy and governance, international law, humanitarian assistance, and/or human rights activities, of which three (3) years must include overseas field experience in humanitarian assistance, transition programs or democracy building. AND •Minimum of two (2) years of overseas relevant field experience in conflict-prone countries. •Minimum of five (5) years prior supervisory experience, of which two (2) years must include supervising at a management level (defined as supervising supervisors). SELECTION FACTORS (Determines basic eligibility for the position. Applicants who do not meet all of the selection factors are considered NOT qualified for the position.) •Applicant is a U.S. Citizen; •Complete and hand-signed federal form OF-612 submitted (see detailed instructions under "Applying"); •Supplemental document specifically addressing how the candidate meets each of the Education/Experience requirements, AND each of the Evaluation Factors submitted; •Ability to obtain a SECRET level security clearance; NOTE: The applicant shall state in the "Other Qualifications" section of the OF612 whether they now have or have ever had an active U.S. Government security clearance •Satisfactory verification of academic credentials. EVALUATION FACTORS (Used to determine the competitive ranking of qualified applicants in comparison to other applicants. The factors are listed in priority order from highest to least.) Factor #1Demonstrated team building skills, with an ability to lead, supervise, motivate, guide, and train diverse professional staff, contractors and/or grantees in challenging operating environments. Factor #2Demonstrated professional experience in the conceptualization, design, management, and evaluation of project activities relevant to political transition and/or post-conflict programs. Factor #3 Demonstrated experience in contract and/or grant management with demonstrated ability to motivate, guide and manage contractors and grantees in difficult, complex circumstances. Factor #4Demonstrated interpersonal, cross-cultural, negotiating, and program representation skills illustrated by the ability to interact in a team setting, or with counterparts, on both the lowest and highest political, social, and economic levels. Factor #5Demonstrated ability to consistently and independently perform in a complex, high visibility, and high-pressure environment. Factor #6 Demonstrated oral and written communication, and analytical skills illustrated through the preparation and presentation of narrative reports, briefing papers, and other official documents. BASIS OF RATING: Applicants who clearly meet the Education/Experience Requirements and Selection Factors will be further evaluated based on scoring of the Evaluation Factor responses. Those applicants determined to be competitively ranked may also be evaluated on interview performance and satisfactory professional reference checks. Applicants are required to address each of the Evaluation Factors on a separate sheet 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 Applicant Rating System is as Follows: Evaluation Factors have been assigned the following points: Factor #1 – 20 points Factor #2 – 20 points Factor #3 – 10 points Factor #4 – 10 points Factor #5 – 10 points Factor #6 – 10 points Total Possible - 80 Points Interview Performance – 20 points Satisfactory Professional Reference Checks – Pass/Fail (no points assigned) Total Possible Points: 100 APPLYING: Applications must be received by the closing date and time at the address specified in the cover letter. Qualified individuals are required to submit: 1.A complete U.S. Government Optional Form 612 with hand-written signature (including OF-612 continuation sheets as needed) (downloadable forms are available on the USAID website, http://www.usaid.gov/procurement_bus_opp/procurement/forms or internet http://www.gsa.gov/Portal/gsa/ep/formslibrary.do, or www.globalcorps.com). NOTE: Submission of a resume in addition to the required forms is encouraged, but submission of a resume alone or in lieu of the OF-612 form IS NOT a complete application. All information to be evaluated must be contained in the OF-612 form and must not depend on references to your resume. Failure to provide the required information and/or materials will result in your not being considered for employment. All applicants must submit complete dates (months/years) and hours per week for all positions listed on the OF-612 or on supplemental OF-612 continuation sheets to allow for adequate evaluation of your direct and related experience. Experience that cannot be quantified will not be counted towards meeting the solicitation requirements. Dates (months/years) and locations for all field experience must also be detailed. 2.A supplemental document specifically addressing: Each of the Education/Experience requirements shown in the solicitation. Each of the six (6) Evaluation Factors shown in the solicitation. To ensure consideration of applications for the intended position, please reference the solicitation number on your application, and as the subject line in any cover letter. DOCUMENT SUBMITTALS Via mail: GlobalCorps, 529 14th Street, NW, Suite 700, Washington, DC 20045 Via facsímile: (202) 403-3911 or (202) 403-3941 Via email: RTL@globalcorps.com The most qualified candidates may be interviewed and required to provide a writing sample. OTI will not pay for any expenses associated with the interviews. Professional references and academic credentials will be evaluated for applicants being considered for selection. NOTE: If a temporary or full secret security clearance is not obtained within four months, the offer may be rescinded. 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 application. NOTE REGARDING DATA UNIVERSAL NUMBERING SYSTEM (DUNS) NUMBERS All individuals contracted as US PSCs are required to have a DUNS Number. USAID will provide a generic DUNS Number and PSCs are not required to register with CCR. For general information about DUNS Numbers, please refer to FAR Clause 52.204-6, Data Universal Numbering System (DUNS) Number (10/2003) http://acquisition.gov/comp/far/current/html/52_200_206.html#wp1137568 LIST OF REQUIRED FORMS FOR PSCs Forms outlined below can found at: http://www.usaid.gov/forms/ or at http://www.forms.gov/bgfPortal/citizen.portal 1. Optional Form 612. 2. Medical History and Examination Form (DS-1843). ** 3. Questionnaire for Sensitive Positions (for National Security) (SF-86), or ** 4. Questionnaire for Non-Sensitive Positions (SF-85). ** 5. Finger Print Card (FD-258). ** 6. Employment Eligibility Verification (I-9 Form). ** ** Forms 2 through 6 shall be completed ONLY upon the advice of the Contracting Officer that an applicant is the successful candidate for the job. CONTRACT INFORMATION BULLETINS (CIBs) and ACQUISITION & ASSISTANCE POLICY DIRECTIVES (AAPDs) PERTAINING TO PSCs CIBs and AAPDs contain changes to USAID policy and General Provisions in USAID regulations and contracts. Please refer to http://www.usaid.gov/business/business_opportunities/cib/subject.html#psc to determine which CIBs and AAPDs apply to this contract. AAPD 06-10 – PSC MEDICAL PAYMENT RESPONSIBILITY AAPD No. 06-10 is hereby incorporated as Attachment 1 to the solicitation. BENEFITS/ALLOWANCES: As a matter of policy, and as appropriate, a PSC is normally authorized the following benefits and allowances: BENEFITS: Employer's FICA Contribution Contribution toward Health & Life Insurance Pay Comparability Adjustment Annual Increase (pending a satisfactory performance evaluation) Eligibility for Worker's Compensation Annual & Sick Leave ALLOWANCES (if Applicable).* (A) Temporary Lodging Allowance (Section 120). (B) Living Quarters Allowance (Section 130). (C) Post Allowance (Section 220). (D) Supplemental Post Allowance (Section 230). (E) Separate Maintenance Allowance (Section 260). (F) Education Allowance (Section 270). (G) Education Travel (Section 280). (H) Post Differential (Chapter 500). (I) Payments during Evacuation/Authorized Departure (Section 600), and (J) Danger Pay (Section 650). * Standardized Regulations (Government Civilians Foreign Areas). FEDERAL TAXES: USPSCs are required to pay Federal Income Taxes, FICA, and Medicare ALL QUALIFIED APPLICANTS WILL BE CONSIDERED REGARDLESS OF AGE, RACE, COLOR, SEX, CREED, NATIONAL ORIGIN, LAWFUL POLITICAL AFFILIATION, NON-DISQUALIFYING HANDICAP, MARITAL STATUS, SEXUAL ORIENTATION, AFFILIATION WITH AN EMPLOYEE ORGANIZATION, OR OTHER NON-MERIT FACTOR. ATTACHMENT 1 ACQUISITION & ASSISTANCE POLICY DIRECTIVE (AAPD) NO. 06-10 PSC MEDICAL EXPENSE PAYMENT RESPONSIBILITY General Provision 22, MEDICAL EXPENSE PAYMENT RESPONSIBILITY (OCTOBER 2006) (a) Definitions. Terms used in this General Provision are defined in 16 FAM 116 available at http://www.foia.state.gov/REGS/fams.asp?level=2&id=59&fam=0. Note: Personal services contractors are not eligible to participate in the Federal Employees Health Programs. (b) The regulations in the Foreign Affairs Manual, Volume 16, Chapter 520 (16 FAM 520), Responsibility for Payment of Medical Expenses, apply to this contract, except as stated below. The contractor and each eligible family member are strongly encouraged to obtain health insurance that covers this assignment. Nothing in this provision supersedes or contradicts any other term or provision in this contract that pertains to insurance or medical costs, except that section (e) supplements General Provision 25. “MEDICAL EVACUATION (MEDEVAC) SERVICES.” (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).
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=84476a085b55449df05225c33155debc&tab=core&_cview=1)
 
Document(s)
Solicitation and Application Forms
 
File Name: Solicitation for USPSC - Regional Team Leader - M/OAA/DCHA/OTI-09-178 (GS-14 Regional Team Leader AFR Solicitation FINAL.doc)
Link: https://www.fbo.gov//utils/view?id=01be0c273d1df5a6425b348faf2c62bc
Bytes: 120.50 Kb
 
File Name: OF-612 Form (OF612 form.doc)
Link: https://www.fbo.gov//utils/view?id=b56e50e35c1f1608c2ddf2f372074b8f
Bytes: 202.00 Kb
 
File Name: OF-612 Continuation Sheet (OF612 Continuation Sheet.doc)
Link: https://www.fbo.gov//utils/view?id=22136407bf0a0cc107b1dd3ab3d33dd0
Bytes: 423.00 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Washington, District of Columbia, 20523, United States
Zip Code: 20523
 
Record
SN01708819-W 20081123/081121215557-84476a085b55449df05225c33155debc (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.