Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 23, 2017 FBO #5721
SOLICITATION NOTICE

R -- OTI Senior Regional Advisor - SOL-OTI-17-000049

Notice Date
7/21/2017
 
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-17-000049
 
Archive Date
8/22/2017
 
Point of Contact
OTIjobs, Phone: 202-836-7455
 
E-Mail Address
otijobs@usaid.gov
(otijobs@usaid.gov)
 
Small Business Set-Aside
N/A
 
Description
Solicitation for SOL-OTI-17-000049 Request for Personal Services Contractor USAID Office of Transition Initiatives Position Title:Senior Regional Advisor - Lake Chad Basin Solicitation Number:SOL-OTI-17-000049 Salary Level:GS-14 Equivalent: $88,136 - $114,578 Issuance Date:July 21, 2017 Closing Date: August 7, 2017 Closing Time:1:00 P.M. Eastern Time Dear Prospective Applicants: The United States Government (USG), represented by the U.S. Agency for International Development (USAID), is seeking applications from qualified U.S. citizens to provide personal services as a Senior Regional Advisor - Lake Chad Basin 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. Applicants interested in applying for this position MUST submit the following materials: 1.Complete resume. In order to fully evaluate your application, 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 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 three (3) 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 60 out of 100 points. Applicants 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 Application form AID 302-3. Applicants 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. Incomplete or late applications 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 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. Applicant 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) Senior Regional Advisor - Lake Chad Basin I.GENERAL INFORMATION 1.SOLICITATION NO.: SOL-OTI-17-000049 2.ISSUANCE DATE: July 21, 2017 3.CLOSING DATE/TIME FOR RECEIPT OF APPLICATIONS: August 7, 2017, 1:00 pm Eastern Time 4.POSITION TITLE: Senior Regional Advisor 5.MARKET VALUE: This position has been designated at the GS-14 equivalent level, non-locality pay ($88,136 - $114,578 per annum). Final compensation will be negotiated within the listed market value based upon qualifications, previous relevant experience and work history, salary and educational background. Salaries over and above the pay range will not be entertained or negotiated. 6.PERIOD OF PERFORMANCE: One year, with four one-year option periods. START DATE: Within 45 days of receiving notification that required security and medical clearances have been obtained. 7.PLACE OF PERFORMANCE: Ghana In the unforeseen event that OTI is required to evacuate its post from Ghana the Senior Regional Specialist will be reassigned to another country within the region and will be subject to all post-specific allowances, per Department of State regulations. 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 OTI Senior Regional Specialist for Lake Chad Basin (LCB) position was developed because: (1) USAID's portfolio of countries in Africa that face various forms of fragility or crisis has increased, making OTI's experience and programming methodology more relevant, timely and sought after; and (2) as USAID's lead operational unit for crisis intervention programming, OTI is evolving to carry out more assessments, provide more experientially-based technical advice and analysis, and explore countries that face possible political crises earlier in order to deepen understanding, identify opportunities and constraints, and to be more prepared to execute programming when necessary. The Senior Regional Specialist/LCB will assist the Senior Regional Specialist/Africa to represent and serve as a liaison between OTI and a wide array of individuals and institutions including USAID Field Missions, other Bureau for Democracy Conflict and Humanitarian Assistance (DCHA) office representatives, regionally based officials from the State Department, the Department of Defense, and other agencies of the U.S. Government, international organizations, and the nongovernment community abroad on political transition, conflict and post-conflict issues in the region. In this capacity, the Senior Regional Specialist/LCB will visit, as necessary, ongoing OTI programs in the region as well as proposed and potential country program sites, and may be called upon to support other regions as needed. This position will be based in the OTI Africa Field office-Accra and include extensive travel, particularly within the Africa region. The Senior Regional Specialist/LCB will serve as OTI's LCB Regional Approach Team Lead, overseeing the coordination and articulation of OTI's approach and impact across the LCB region and guiding research, analysis, learning and cooperation across country programs. She or he will report to the Senior Regional Advisor for Africa. The Senior Regional Specialist/LCB will lead in designing OTI regional tools and platforms and develop procedures, minimum program requirements, and best practices for OTI's regional approach. The Senior Regional Specialist/LCB will mentor and train OTI Country Teams on these tools and procedures and help determine the learning and training needs of in-country staff assigned to OTI's LCB Regional platform. The Senior Regional Specialist/LCB will inform the OTI Africa Field Office's contributions to broader office policy and process discussions and promote state-of-the-art transition programming. As requested, the Senior Regional Specialist/LCB will cultivate and share best practices found in the field with OTI's Applied Best Practices and Coordination (ABC) Team. Through coordination with the ABC team Senior Regional Specialist/LCB will stay abreast of current regional approach thinking, policy determinations and lessons learned, and best regional approach practices from other regions. CORE FUNCTIONAL AREAS OF RESPONSIBILITY DUTIES AND RESPONSIBILITIES The work of the Senior Regional Specialist/LCB requires teamwork, the exercise of discretion, judgment, and personal responsibility. As a member of a highly 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 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 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 highly responsible, service-oriented, organized, pays close attention to detail, and is able to receive and respond to constructive criticism in a professional manner. 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 Senior Regional 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 Senior Regional Specialist/Africa, and as a member of the OTI Africa Field Office the Senior Regional Specialist/LCB will perform the following duties: •Serve as OTI's Lake Chad Basin (LCB) Regional Approach Team Lead, ensuring effective implementation of OTI's LCB Strategy; •Provide support that will include but not be limited to: orientation, training and mentoring for LCB regional staff regarding tools and processes involved in OTI's Regional Approach; collaboration on and coordinate work planning, explain how duties are to be performed to meet expectations and communicate how the successful performance of those duties will be measured; contribute to staff performance evaluation; recognize good performance; communicate where performance needs to be improved to respective managers (i.e. Regional PO to responsible COP); resolve non-movement on implementation of "transnational" activities; •Lead and oversee OTI's regional approach team, including the LCB Field Program Coordinator, providing guidance and input into the development of work plans and tasks for individual country LCB Regional Program Officers as well as contributing to their performance evaluations, and supervising and mentoring OTI Country Representatives (CRs) on matters involving OTI's LCB Regional Approach; •Ensure effective CR and Implementing Partner Chief of Party (CoP) participation and resource allocation for developing, evolving and implementing OTI's Regional Approach; •Provide final field approvals on all documents, reporting and communications regarding OTI's regional approach and collective LCB programs' understanding, analysis and impact; •Oversee and manage the design and management of a LCB regional learning, research and analysis mechanism; •Lead in the development of LCB regional theories of change, objectives, and subsequent structuring of a regional database; •Supervise the development of regional mapping products for cross-program analysis and to better describe OTI's regional approach and impact; •Ensure individual country program participation and compliance with overall regional objectives and database and mapping requirements; •Monitor and evaluate OTI country programs' progress on the OTI regional approach through regular communication with staff, reports from the country programs, USAID/WA and Washington, liaising with the OTI Program Office (PO) and Applied Best Practices and Coordination (ABC) Office teams, and regular site visits; •Design LCB regional staffing plans to meet overall program objectives and ensure dedicated LCB regional staff work objectives and tasks are well defined; •Ensure that LCB regional staff are highly qualified, trained, and mentored in all critical aspects of OTI operations and programming; •Represent OTI LCB field programs' regional efforts in inter- and intra-agency policy and crisis task forces; •Provide management and oversight to the OTI Lake Chad Basin Field Program Coordinator (FPC) as well as direct input into the work plans and performance evaluations of OTI LCB Regional Program officers (RPOs) across OTI's LCB programs. •Lead in the production of reports and documents articulating OTI's LCB regional approach and the collective impact of OTI programs in the region. •Provide insights and perspective to the OTI Senior Regional Advisor for Africa about the needs and implementation of country programs. •Perform other duties as assigned by the Senior Regional Specialist/Africa in support of OTI's Africa field mission, including, if required, other representational duties in support of OTI programs. •When required, participate on and/or contribute to assessments for possible new country startups, and contribute to new country analysis for OTI. •In the absence of the Senior Regional Specialist/Africa, the Senior Regional Specialist/LCB may be asked to serve as OTI's representative, regional focal point, and liaison for new country start-ups, strategic analysis and dialogue with senior U.S. government officials and representatives throughout the region. SUPERVISORY RELATIONSHIP: The Senior Regional Specialist/LCB will be supervised by the OTI Senior Regional Specialist/Africa or his/her designee as part of the Africa Field Office in OTI's Field Programs Division. SUPERVISORY CONTROLS: At the proposed grade level, the supervisor provides administrative directions in terms of broadly defined missions or functions. The employee independently plans, designs and carries out programs, projects, studies or other work, the results of which are considered technically authoritative and are normally accepted without significant change. Work is reviewed in terms of fulfillment of program objectives, influence on overall program, or contribution to the advancement of the objective. 10.PHYSICAL DEMANDS 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). WORK ENVIRONMENT: While at post, the work is generally performed in an office environment. However, the position also requires travel throughout the region, which may additionally involve special safety and/or security precautions, wearing of protective equipment, and exposure to severe weather conditions. The incumbent is expected to be able to travel in support of OTI country programs up to 50% of the time per annum, and for individual periods of up to 30 days. 11.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. Applicants 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 applicant must have: (1)A Master's degree with seven (7) years of project management experience including project design with a U.S. Government foreign affairs agency, international assistance organization, or non-governmental organization, in community development, organizational development, economic development, mediation/arbitration, conflict resolution, democracy and governance, international law, and/or human rights activities; OR A Bachelor's with nine (9) years of project management experience including project design with a U.S. Government foreign affairs agency, international assistance organization, or non-governmental organization, in community development, organizational development, economic development, mediation/arbitration, conflict resolution, democracy and governance, international law, and/or human rights activities; AND (2)A minimum of four (4) years of supervisory experience, of which two (2) years must include supervising in a management capacity (defined as supervising at least one other supervisor within an office, division, or team); (3)A minimum of three (3) years of experience working with political transition programs implemented through a grants-under-contract mechanism with a U.S. Government foreign assistance bureaucracy; (4)A minimum of three (3) years of overseas field experience working in one or more developing countries undergoing political transition. 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 resume submitted. See cover page for resume requirements. Experience that cannot be quantified will not be counted towards meeting the solicitation requirements; •Supplemental document specifically addressing how the candidate meets 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); •Ability to obtain a Department of State medical clearance; •Satisfactory verification of academic credentials. A USAID Secret level security clearance and Department of State medical clearance are 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. NOTE: The selected must obtain Department of State medical clearance within four months after offer acceptance. If medical clearance is not obtained within this period, the offer may be rescinded. Due to anticipated program needs, individuals should be able to travel to post within 60 days after a contract is awarded. III.EVALUATION FACTORS 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.) Applicants 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 #1Demonstrated experience interacting with and representing an organization to U.S. Government agencies, foreign governments, donor and international organizations, and non-governmental organizations frequently involved in political transitions, to achieve U.S. foreign policy objectives. Factor #2Demonstrated experience mentoring and guiding teams on strategy development and program implementation in complex political transition environments. Factor #3Demonstrated experience designing, implementing, monitoring and evaluating political transition activities, especially small grant programs, under time constraints and with minimal oversight. 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. Applicants 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 Applicant Rating System is as Follows: Evaluation Factors have been assigned the following points: Factor #1 - 20 Factor #2 - 20 Factor #3 - 20 Total Possible - 60 Points Interview Performance - 40 points Satisfactory Professional Reference Checks - Pass/Fail (no points assigned) Total Possible Points: 100 The most qualified candidates may be interviewed, required to provide a writing sample, and demonstrate an ability to operate commonly used office applications. OTI will not pay for any expenses associated with the interviews. In addition, applications (written materials and interviews) will be evaluated based on content as well as on the applicant's writing, presentation, and communication skills. 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. OTI reserves the right to contact previous employers to verify employment history. IV.APPLYING Applications 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 11. Qualified applicants are required to submit: 1.Complete resume. In order to fully evaluate your application, 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 experience requirements as stated in this solicitation. 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 three (3) 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 60 out of 100 points. Applicants 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 Application form AID 302-3. Applicants 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 applications for the intended position, applicants must prominently reference the solicitation number in the application submission. Applicant 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 application. 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. 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 APPLICANTS 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 applicant about being selected for a contract award, the CO will provide the successful applicant 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 DifferentialChapter 500 and Tables in Chapter 900. (b) Living Quarters AllowanceSection 130. (c) Temporary Lodging AllowanceSection 120. (d) Post AllowanceSection 220. (e) Supplemental Post AllowanceSection 230. (f) Payments During EvacuationSection 600. (g) Education AllowanceSection 270. (h) Separate Maintenance AllowanceSection 260. (i) Danger Pay AllowanceSection 650. (j) Education TravelSection 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) 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 contradictsany 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-17-000049/listing.html)
 
Record
SN04589685-W 20170723/170721234615-3c2b9a9a47c41e7f7e44d88ea3d12330 (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.