Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 17, 2011 FBO #3522
SOLICITATION NOTICE

R -- USPSC Procurement Analyst - OF-612 Continuation Sheet - Solicitation - OF-612 Form

Notice Date
7/15/2011
 
Notice Type
Combined Synopsis/Solicitation
 
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, United States
 
ZIP Code
20523
 
Solicitation Number
SOL-OTI-11-000034
 
Archive Date
8/16/2011
 
Point of Contact
Michael Aguilar, Phone: 202-706-6108, Timothy Gonya, Phone: 202-706-6109
 
E-Mail Address
maguilar@usaid.gov, tgonya@usaid.gov
(maguilar@usaid.gov, tgonya@usaid.gov)
 
Small Business Set-Aside
N/A
 
Description
OF-612 Form Solicitation for SOL-OTI-11-000034 OF-612 Continuation Sheet SOLICITATION NUMBER: SOL-OTI-11-000034 ISSUANCE DATE: July 15, 2011 CLOSING DATE: August 1, 2011, 5:00 p.m. EDT SUBJECT: Solicitation for U.S. Personal Service Contractor for a Procurement Analyst in Washington, D.C. 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 Procurement Analyst 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: 1. 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. A submitted resume, however, is considered supplemental application material. 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. 2. Supplemental document specifically addressing: Each of the Education/Experience requirements shown in the solicitation. Each of the five (5) Evaluation Factors shown in the solicitation. NOTE: The Evaluation Factors are worth 70 out of 100 points. 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. 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: procureanalyst@globalcorps.com Facsímile: (202) 403-3911 or (202) 403-3941 Applicants can expect to receive a confirmation email when application materials have been received. Applicants should retain for their records copies of all enclosures which accompany their applications. Any questions on this solicitation may be directed to: Timothy Gonya or Caitlyn Shelley Telephone Number: (202) 706-6109 or (202) 706-6114 E-Mail Address:procureanalyst@globalcorps.com Website: www.globalcorps.com Facsímile: (202) 403-3911 or (202) 403-3941 Sincerely, Cristina Sylvia, Contracting Officer Solicitation for U.S. Personal Service Contractor (PSC) Procurement Analyst 1. SOLICITATION NO.: SOL-OTI-11-000034 2. ISSUANCE DATE: July 15, 2011 3. CLOSING DATE/TIME FOR RECEIPT OF APPLICATIONS: August 1, 2011, 5:00 pm EDT 4. POSITION TITLE: Procurement Analyst 5. MARKET VALUE: The grade level of this position will be the equivalent of GS-11 or GS-12 based on the qualifications of the applicants. The salary range of the GS-11 is $62,467 to $81,204, per annum, while the salary range of the GS-12 is $74,872 to $97,333, per annum. 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. The position is a tandem/ladder position. Applicants may submit applications for more than one position/grade level, but must submit a separate application for each. If hired at the GS-11 equivalent level, the selected employee may be eligible for promotion to the GS-12 equivalent level. Promotion to the GS-12 level is not guaranteed, and may only occur after working a minimum of 24 months at the GS-11 level, and after receiving a recommendation for promotion by the supervisor as part of an excellent performance evaluation. NOTE: Applicants who submit an application for the GS-12 grade level, but do not meet the minimum qualifications as outlined in this solicitation and as reviewed by the Technical Evaluation Committee (TEC) will not be considered for the GS-11 position if they have not submitted separate application for them. Similarly, applicants who apply for only the GS-11 position even though they might meet the minimum qualifications for the GS-12 position will not be considered for the higher graded positions if they have not submitted separate applications for each of them. Applicants who are unsure of which grade level they meet the minimum qualifications should submit a separate application for each grade level. 6. PERIOD OF PERFORMANCE: 1 year, with four one-year option periods. 7. PLACE OF PERFORMANCE: Washington, D.C. with possible 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. 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. For more information about OTI and its country programs please see: http://www.usaid.gov/our_work/cross-cutting_programs/transition_initiatives/ INTRODUCTION The Democracy Conflict and Humanitarian Assistance (DCHA) Office of Transition Initiatives (OTI) Procurement Analyst will provide advice and assistance to program managers, technical and financial specialists, co-workers, and/or others on contract procurement policies, problems, or issues. This person will support OTI country program staff through advice, guidance, and assistance on new and ongoing contractual and financial issues to ensure effective implementation of political transition programming overseas. While based in Washington, this position will focus on supporting OTI field-based program implementation by ensuring that OTI staff, implementing partner staff, and other key players have the procurement-related information and training they need to start up, manage and close out field-based activities effectively and efficiently. The vast majority of the workload for this position will be in direct support of program implementation. OBJECTIVE To hire qualified Procurement Analyst to provide service to OTI's Program Office to ensure effective implementation of political transition and programming areas. 9. CORE FUNCTIONAL AREAS OF RESPONSIBILITY DUTIES AND RESPONSIBILITIES The work of the Procurement Analyst requires teamwork, the exercise of discretion, judgment, and personal responsibility. As a member of a highly operational office, the Procurement Analyst is willing and able to perform a wide range of administrative functions to help ensure programmatic success. The Procurement Analyst is highly 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 positive relationships with his/her respective team, with the rest of OTI and with key stakeholders both in and outside of USAID. The Procurement Analyst is a team player, able to prioritize and follow up on their own actions without prompting, while also assisting a busy supervisor and fellow colleagues to track and respond to incoming requests and routine tasks, filling in gaps as needed to ensure the responsiveness of the team. The Procurement Analyst has a strong sense of responsibility, service-oriented, highly organized, pays close attention to detail, is able to complete administrative tasks with minimal guidance, and is able to receive and respond to constructive criticism in a professional manner. The Procurement Analyst is a strategic thinker, articulates innovative ideas, presents solutions, and is a positive role model for colleagues both in and outside of OTI. The incumbent serving as Procurement Analyst will support OTI procurement and contracting actions, new initiatives, and management processes, and will support planning for new or complex programs, including drafting and reviewing new procurement initiatives. The incumbent will assist in the office's efforts to effectively manage and execute procurement operations and analysis, while also providing support for new country contracting mechanisms and training for OTI personnel in Washington and the field. S/he will serve on program review committees and serve as advisor to program officials in project planning meetings, promoting procurement instrument options, and assisting in preparation of statements of work and estimated budgets. Under the direct supervision of the Washington-based OTI/Program Office Team Leader or his/her designee, the OTI Procurement Analyst: GS-11 EQUIVALENT Level Provides contract/procurement advice and assistance to program managers, technical and financial specialists, co-workers, and/or others on contract or procurement policies, problems, or issues; • Performs work related to the review, analysis, and/or interpretation of procurement statutes, regulations, policy, concepts, guidance, or procedures for use in the solution of procurement or contracting problems or the accomplishment of projects or programs; • Conducts studies, analyzes data and identifies internal operating procedural areas requiring improvement; • Reviews procurement documents, including scopes of work and draft contracts and agreements, to ensure policy and procedures are being followed and bottlenecks eliminated; • Provides training to new country program/technical staff on USAID regulations and Federal Acquisition Regulations (FAR) requirements; • Provides backstopping to country program staff through support for resolution of special procurement problems associated with waiver requests, budget modifications, local procurement issues, program startup, implementation, and closeout; • Conducts periodic site visits to support in-country procurement and financial operations; • Performs work associated with the analysis of contracting systems, or with providing advice and guidance on contracting and procurement issues including procurement using small/disadvantaged businesses; • Analyzes sources for new or innovative acquisition and reviews source selection plans. Assists in developing contract terms, conditions, or financial arrangements that serve as models for future acquisitions. Prepares solicitation documents. Explores new or innovative contracting approaches to arrive at an equitable contract arrangement; and • Perform other duties as assigned in support of OTI's program implementation. GS-12 EQUIVALENT Level Includes all of the above duties for a GS-11 level, but with greater independence. In addition, specific duties and responsibilities will include: • Monitor procurement developments for OTI, analyzing and providing regular reporting on any changes or updates to current procurement and contracting policies and procedures as they affect OTI field programs; • Provide training and guidance for OTI staff to improve management of field-based procurement policies and procedures; help to liaise with OTI staff and implementing partner staff as needed to ensure uniform understanding and field-based application of policies and procedures when needed; • Advise OTI staff in Washington and field offices in developing new and ongoing OTI programs, including the design and development of large or complex grant activities or subcontracts to be implemented in the field; • Provide ad hoc surge support for new OTI country programs or expansion of existing country programs as needed; • Liaise with the Office of Acquisition and Assistance (OAA) and others as necessary (e.g. mission contracting officers, implementing partner procurement officers) to ensure that current procurement policies and procedures are being appropriately applied throughout the start-up, implementation, and close-out phases of OTI country programs. SUPERVISORY RELATIONSHIP: The OTI Procurement Analyst will be supervised by the OTI Program Office Team Leader 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. Work plans, timesheets, travel, and funding associated with support costs will be approved through OTI Washington. 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 or 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 or 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") This position calls for experience in U.S. federal government acquisition and assistance, with experience in applying this knowledge and experience toward the successful implementation of political transition programming overseas. The Procurement Analyst must work or collaborate with OTI staff, implementing partner staff, Office of Acquisition and Assistance staff, and others in order to effectively perform the tasks related to this position. At a minimum, the applicant must have: At the GS-11 Equivalent Level: Bachelor's degree with a minimum of three (3) years of increased responsibility performing a range of duties similar to those outlined above. Minimum of two (2) total years of experience in one or more of the following area: procurement planning and design, program design, program implementation, or program budgeting. At the GS-12 Equivalent Level: Bachelor's degree with a minimum of four (4) years of increased responsibility performing a range of duties similar to those outlined above. Minimum of three (3) total years of experience in one or more of the following area: procurement planning and design, program design, program implementation, or program budgeting. 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: Dual citizens may be asked to renounce second-country citizenship); • 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 #1 Demonstrated experience with Federal acquisition and assistance policies, practices and procedures, preferably in contracts and grants relating to implementation of foreign assistance activities; Factor #2 Demonstrated problem-solving abilities and use of analytical skills, including conducting complex analyses to address procurement issues. Experience with directly working with or managing contracts and/or cooperative agreements, particularly those incorporating grants under contract, in support of crisis or political transition programs overseas; Factor #3 Demonstrated ability to apply sound, independent judgment in identifying solutions to procurement issues or problems. Demonstrated experience providing training or instruction in procurement-related issues to programming staff; Factor #4 Demonstrated communications, writing, and analytical skills; and Factor #5 Demonstrated ability to consistently and independently perform in a complex and high-pressure environment. 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. In the event that a candidate has fully demonstrated his/her qualifications and there are no other competitive applicants, OTI reserves the right to forego the interview process. 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 Factor #2 - 15 Factor #3 - 15 Factor #4 - 10 Factor #5 - 10 Total Possible - 70 Points Interview Performance - 30 points Satisfactory Professional Reference Checks - Pass/Fail (no points assigned) Total Possible Points: 100 The Evaluation Factors are worth 70 out of 100 points. Be sure to fully respond to each of the Evaluation Factors and include all relevant experience, training, and/or education in your responses. Sample Evaluation Factors are provided on the GlobalCorps website at www.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. In the event that a candidate has fully demonstrated his/her qualifications and there are no other competitive applicants, OTI reserves the right to forego the interview process. Professional references and academic credentials will be evaluated for applicants being considered for selection. 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/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. A submitted resume, however, is considered supplemental application material. 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 five (5) Evaluation Factors shown in the solicitation. NOTE: The Evaluation Factors are worth 70 out of 100 points. 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. 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: procureanalyst@globalcorps.com Please note in your document submittal where you heard about this position. NOTE: If a temporary or full secret security clearance is not obtained within four months after offer acceptance, 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) https://www.acquisition.gov/far/current/html/52_200_206.html LIST OF REQUIRED FORMS FOR PSCs Forms outlined below can found at: http://www.usaid.gov/forms/ or at http://www.forms.gov/bgfPortal/main.do 1. Optional Form 612. 2. Medical History and Examination Form (DS-6561). ** 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.state.gov/m/a/dir/regs/fam/c23002.htm. 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
FBO.gov Permalink
(https://www.fbo.gov/spg/AID/OP/WashingtonDC/SOL-OTI-11-000034/listing.html)
 
Place of Performance
Address: Washington, District of Columbia, United States
 
Record
SN02500745-W 20110717/110715235620-b9b8f8f83bdb09b3ad055aa63aedd06e (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.