Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 29, 2017 FBO #5850
SOLICITATION NOTICE

R -- USPSC - OTI Contract Specialist - Washington, D.C. (Ladder) - Solicitation

Notice Date
11/27/2017
 
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
72DoT118R00007
 
Archive Date
12/30/2017
 
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 72DoT118R00007 Request for Personal Services Contractor USAID Office of Transition Initiatives Position Title:Contract Specialist - Washington, D.C. (Ladder) Solicitation Number:72DoT118R00007 Salary Level:GS-11 Equivalent: $66,510 - $86,460 GS-12 Equivalent: $79,720 - $103,639 Issuance Date:November 27, 2017 Closing Date: December 15, 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 Contract Specialist under a personal services contract, as described in the attached solicitation. Submittals must be in accordance with the attached information at the place and time specified. 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 five (5) 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. NOTE ABOUT THE DATA UNIVERSAL NUMBERING SYSTEM/SYSTEM FOR AWARD MANAGEMENT REQUIREMENTS All USPSCs with a place of performance in the United States are required to have a Data Universal Numbering System (DUNS) number and be registered in the System for Award Management (SAM) database prior to receiving an offer. You will be disqualified if you either fail to comply with this requirement or if your name appears on the excluded parties list. The selectee will be provided with guidance regarding this registration. Additional documents submitted will not be accepted. Incomplete or late 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) Contract Specialist - Washington, D.C. I.GENERAL INFORMATION 1.SOLICITATION NO.: 72DoT118R00007 2.ISSUANCE DATE: November 27, 2017 3.CLOSING DATE/TIME FOR RECEIPT OF APPLICATIONS: December 15, 2017, 1:00 pm Eastern Time 4.POSITION TITLE: Contract Specialist - Washington, D.C. 5.MARKET VALUE: The entry grade level of this position will be the equivalent of a GS-11, with locality pay. The actual salary of the successful candidate will be negotiated within the daily pay range depending on qualifications, salary and work history, experience and educational background. Salaries over and above the top of the pay range will not be entertained or negotiated. Candidates who live outside the Washington, D.C. area will be considered for employment but no relocation expenses will be reimbursed. The highest level of this position is GS-12. This position, for a U.S. Personal Services Contractor (PSC) Contract Specialist has been designated as a "ladder" position, starting at the entry level GS-11 salary range level (salary range: $66,510 - $86,460), depending on the qualifications of the applicant. After 12 months of performance at the GS-11 equivalent level, the PSC may be considered for promotion to the GS-12 level subject to completion of the annual performance evaluation by the supervisor. To be eligible for promotion to this level, the PSC must receive at least an "Excellent" performance rating in the annual performance evaluation. The employee must also meet the minimum qualifications requirements for the higher grade. The supervisor must provide a copy of the annual performance evaluation to the Contracting Officer before the end of each contract year, which will be included in the official award file. The Contracting Officer will award a modification to formalize any change in position/statement of work and salary increase, as well as to provide any incremental funding required. 6.PERIOD OF PERFORMANCE: 1 year, with four one-year option periods. The Office reserves the right to offer a contract for a period of fewer than five years, where deemed appropriate. There will be an initial probationary period of three months. START DATE: Immediately, once necessary clearances are obtained. 7.PLACE OF PERFORMANCE: Washington, D.C. 8.SECURITY LEVEL REQUIRED: Secret 9.STATEMENT OF DUTIES POSITION DESCRIPTION BACKGROUND The U. S. Agency for International Development (USAID) is an independent Federal agency which manages the U.S. Government's foreign assistance program, providing assistance for developing countries around the world in the areas of economic growth and trade, agriculture and the environment, education and training, democracy and governance, reconstruction and stabilization, global health, global partnerships and humanitarian assistance. Within USAID, the Office of Acquisition and Assistance (OAA) oversees the solicitation, selection, award and administration of contracts, grants and cooperative agreements in support of the agency's development assistance objectives. Procurement actions may involve the private or the public sectors, international organizations, non-government and private voluntary organizations, educational institutions, and host country organizations (both private and public sector). Because of the unique aspect of implementing procurement actions in an overseas context, USAID has implemented a supplement to the Federal Acquisition Regulations (FAR), the AID Acquisition Regulations (AIDAR). In the course of a year, total procurement actions (both acquisition and assistance) may exceed $11 billion. The Washington headquarters Office of Acquisition and Assistance deals with both domestic and non-domestic (foreign and international) procurement actions, requiring the ability to recognize and understand a broad spectrum of very different cultures, and to accommodate contractual requirements to very different implementing environments, reconciling Federal procurement policies and procedures with host country policies and procedures, usually in highly visible and complex countries, and often involving coordination among numerous donor countries and organizations. The Office of Transition Initiatives (OTI) was created in 1994 as a distinct operating unit within USAID to help local partners advance peace and democracy in priority conflict-prone countries. Seizing critical windows of opportunity, OTI works on the ground to provide 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, 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 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 organization's programmatic goals and objectives. INTRODUCTION The incumbent serves as a Contract Specialist working on actions for the Office of Transition Initiatives, Bureau of Democracy, Conflict, and Humanitarian Assistance (DCHA/OTI), working in the in the Management Bureau, Office of Acquisition Assistance (M/OAA). The employee is responsible for functions involving highly complex negotiated procurements of significant importance to the Agency. Requirements of the contracts, grants, cooperative agreements, inter-agency agreements are typically highly specialized and involve complex systems or sensitive international programs. The Contract Specialist is expected to demonstrate significant knowledge of the basic principles of procurement, an ability to conduct research and analysis of a broad spectrum of assistance activities, and an ability to communicate well with a wide variety of potential and actual bidders in the procurement process. This is a key position in a busy office which responds rapidly to crisis situations. For M/OAA to support DCHA/OTI in implementing its rapid response strategy, it is essential that DCHA prompt procurement support is provided. The incumbent must have a strong sense of responsibility, a high customer service standard, be highly organized, pay close attention to detail, and be able to complete tasks with minimal guidance. CORE FUNCTIONAL AREAS OF RESPONSIBILITY DUTIES AND RESPONSIBILITIES Duties and Responsibilities - GS-11 Under the direct supervision of the Washington-based M/OAA/DCHA/OTI Team Leader or his/her designee, the Contract Specialist will: •Advise program officials on acquisition and assistance instruments available for use in implementation of development assistance activities, assisting in the identification of the instrument most appropriate to the specific program objective being addressed; •Assist technical offices in the drafting of solicitation language, to ensure compliance with agency acquisition and assistance policies, regulations and procedures, reviewing draft scopes or work to ensure that performance requirements are clearly stated and contractible; •Assist OAA staff with the preparation and publication of solicitation documents, ensuring that Federal requirements for competition have been adequately addressed; schedule publication/dissemination of solicitation announcements as needed; monitor receipt of bids submitted in response to solicitations; assist in the preparation of documents associated with the technical evaluation of proposals received; •Upon selection of the successful bidder, assist OAA staff in the conduct of the research and analysis needed to initiate negotiations, including detailed analysis of cost proposals, evaluation of proposed key personnel, and assessment of the viability of proposed schedules and milestones; •Assist OAA staff in the preparation of the total procurement package, ensuring that all relevant documentation is completely properly and in a timely manner; •Following award of the procurement action, develop schedules for oversight and administration of the award; identify reporting requirements and monitor compliance with reporting requirements; advise OAA staff of issues stemming from noncompliance with contract terms and/or deadlines; •Establish close coordination with the COTR/AOTR/supervisor on assigned actions; respond to questions from these officials as needed, conferring with the CO/AO as needed; •Draft procurement documents as requested, including contracts, grants and cooperative agreements, and amendments or terminations thereto; •Support negotiations of the OAA principle officer (contracting officer, grants officer, etc.), resolving issues independently to the maximum extent possible; •Review administrative requests from contractors and draft approval correspondence for the CO or AO approval; •Perform other contract specialist duties as required. Duties and Responsibilities - GS-12 At the GS-12 level, the incumbent will perform all of the duties of the GS-11 level, with less supervision: •Advise program officials on acquisition and assistance instruments available for use in implementation of development assistance activities, assisting in the identification of the instrument most appropriate to the specific program objective being addressed; •Assist technical offices in the drafting of solicitation language, to ensure compliance with agency acquisition and assistance policies, regulations and procedures, reviewing draft scopes or work to ensure that performance requirements are clearly stated and contractible; •Assist OAA staff with the preparation and publication of solicitation documents, ensuring that Federal requirements for competition have been adequately addressed; schedules publication/dissemination of solicitation announcements as needed; monitor receipt of bids submitted in response to solicitations; assist in the preparation of documents associated with the technical evaluation of proposals received; •Upon selection of the successful bidder, assist OAA staff in the conduct of the research and analysis needed to initiate negotiations, including detailed analysis of cost proposals, evaluation of proposed key personnel, and assessment of the viability of proposed schedules and milestones; •Assist OAA staff in the preparation of the total procurement package, ensuring that all relevant documentation is completely properly and in a timely manner; •Following award of the procurement action, develop schedules for oversight and administration of the award; identify reporting requirements and monitors compliance with reporting requirements; advise OAA staff of issues stemming from noncompliance with contract terms and/or deadlines; •Establish close coordination with the COTR/AOTR/supervisor on assigned actions; respond to questions from these officials as needed, conferring with the CO/AO as needed; •Review administrative requests from contractors and draft approval correspondence for the CO or AO approval; •Draft procurement documents as requested, including contracts, grants and cooperative agreements, and amendments or terminations thereto; •Support negotiations on behalf of the OAA principle officer (contracting officer, grants officer, etc.), resolving issues independently to the maximum extent possible; •Perform other contract specialist duties as required. SUPERVISORY RELATIONSHIP: The Contract Specialist will be supervised by the Team Leader, M/OAA/DCHA/OTI or his/her designee. SUPERVISORY CONTROLS: The Supervisor will establish both general and specific work 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 levels and extent of supervision required decreasing over time. 10.PHYSICAL DEMANDS PHYSICAL DEMANDS: The work is generally sedentary and does not pose undue physical demands. WORK ENVIRONMENT: The work is generally performed in an office environment, with no special safety and/or security precautions required. 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") In order to be considered for the position a candidate must meet the Minimum Qualifications listed below. Applicants are encouraged to write a brief appendix to their resume and the AID 302-3 form to demonstrate how prior experience and/or training address each of these factors. (Note that this position starts at the GS-11 level, and may progress to the GS-12 level after 12 months upon receiving an excellent performance review): At the GS-11 level, the applicant must, at a minimum, have (1)Bachelor's degree; OR Successful completion of at least 24 semester (36 quarter) hours in any combination of the following fields: accounting, business, finance, law, contracts, purchasing, economics, industrial management, marketing, quantitative methods, or organization and management; AND (2)At least one (1) year previous work experience directly related to contracting work, such as issuing or responding to solicitations for cost reimbursement or time and materials contracts, negotiating cost/price, terms or other elements of such contracts; (3)Demonstrated organizational skills showing attention to detail; (4)Demonstrated experience using Microsoft Office applications including Excel, Word, Outlook. At the GS-12 level, the applicant must, at a minimum, have (1)Bachelor's degree OR Successful completion of at least 24 semester (36 quarter) hours in any combination of the following fields: accounting, business, finance, law, contracts, purchasing, economics, industrial management, marketing, quantitative methods, or organization and management; AND (2)At least Two (2) years previous work experience directly related to contracting work, such as issuing or responding to solicitations for cost reimbursement or time and materials contracts, negotiating cost/price, terms or other elements of such contracts; (3)Demonstrated organizational skills showing attention to detail; (4)Demonstrated experience using Microsoft Office applications including Excel, Word, Outlook. 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); •Satisfactory verification of academic credentials. A USAID Secret level security clearance is required prior to issuance of the contract for this position. NOTE: If a full security investigation package is not submitted by the selected within 30 days after it is requested, the offer may be rescinded. If a security clearance is not able to be obtained within four months after the selected submits the initial security clearance documentation, the offer may be rescinded. III.EVALUATION FACTORS EVALUATION FACTORS: (Used to determine the competitive ranking of qualified applicants in comparison to other applicants. The factors are listed in priority order from highest to least.) Factor #1Demonstrated customer service ethic in more than one office/job, and skill in establishing and maintaining effective relationships with a variety of groups and individuals; Factor #2Excellent communication skills: including writing, speaking and organizational skills; Factor #3Demonstrated ability to work well under pressure, while still paying great attention to detail, often with extremely short deadlines; Factor #4Demonstrated ability/willingness to take on new tasks, often last minute, with minimal instruction - researching solutions independently if necessary to complete tasks on time; Factor #5Current U.S. Government security clearance 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 - 15 Factor #2 - 15 Factor #3 - 10 Factor #4 - 10 Factor #5 - 10 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 five (5) Evaluation Factors shown in the solicitation. 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 in the United States are required to have a DUNS Number and be registered in the SAM database. The selected candidate will be provided with guidance regarding this registration. 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 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/72DoT118R00007/listing.html)
 
Place of Performance
Address: Washington, D.C., District of Columbia, United States
 
Record
SN04749035-W 20171129/171127230806-b67bd365c794ab4d0dc5710f175051b9 (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.