Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 21, 2019 SAM #6596
SOLICITATION NOTICE

R -- USPSC OTI Operations Advisor (GS-13)

Notice Date
12/19/2019 7:35:16 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
921190 — Other General Government Support
 
Contracting Office
USAID DCHA/OTI WASHINGTON DC 20523 USA
 
ZIP Code
20523
 
Solicitation Number
72D0T120R00006
 
Response Due
1/2/2020 10:00:00 PM
 
Archive Date
01/18/2020
 
Point of Contact
OTI Recruitment Team
 
E-Mail Address
otijobs@usaid.gov
(otijobs@usaid.gov)
 
Description
**The purpose of this amendment is to extend to closing date of this solicitation. All other information remains the same. ** SOLICITATION NUMBER: 72D0120R00006 ISSUANCE DATE:��������� December 4, 2019 CLOSING DATE AND TIME:��������� January 3, 2020 (Deadline Extended) SUBJECT: Solicitation for U.S. Personal Service Contractor (USPSC) Dear Prospective Offerors: The United States Government (USG), represented by the U.S. Agency for International Development (USAID), is seeking offers from qualified U.S. citizens to provide personal services as an Operations Advisor under a personal services contract, as described in the attached solicitation. Submittals must be in accordance with the attached information at the place and time specified. Offerors interested in applying for this position MUST submit the following materials: Complete resume. In order to fully evaluate your offer, your resume must include: (a)� Paid and non-paid experience, job title, location(s), dates held (month/year), and hours worked per week for each position. Dates (month/year) and locations for all overseas field experience must also be detailed. Any experience that does not include dates (month/year), locations, and hours per week will not be counted towards meeting the solicitation requirements. (b)� Specific duties performed that fully detail the level and complexity of the work. (c)� Names and contact information (phone and email) of your current and/or previous supervisor(s). (d) Education and any other qualifications including job-related training courses, job-related skills, or job-related honors, awards or accomplishments. (e)� U.S. Citizenship. Note: �Your resume should contain explicit information to make a valid determination that you fully meet the experience requirements as stated in this solicitation. 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.� Supplemental document specifically addressing: Each of the four (4) Evaluation Factors shown in the solicitation. Responses must be limited to 500 words per factor. Any additional words above the limit will neither be read nor scored. NOTE: The Evaluation Factors are worth 70 out of 100 points. Offerors are required to address each of the Evaluation Factors in a separate document describing specifically and accurately what experience, training, education and/or awards they have received that are relevant to each factor. USPSC Offeror Information for Personal Services Contracts form AID 309-2. Offerors are required to complete and sign the form. This form must be physically signed. Electronic signatures will not be accepted. NOTE ABOUT THE DATA UNIVERSAL NUMBERING SYSTEM AND SYSTEM FOR AWARD MANAGEMENT REQUIREMENTS All USPSCs with a place of performance in the United States are required to have a Data Universal Numbering System (DUNS) number and be registered in the System for Award Management (SAM) database prior to receiving an offer. You will be disqualified if you either fail to comply with this requirement or if your name appears on the excluded parties list. The selectee will be provided with guidance regarding this registration. Additional documents submitted will not be accepted. Incomplete or late offers will not be considered. Your complete resume and the AID309-2 form must be mailed or emailed to: ����������� Office of Transition Initiatives ����������� 529 14th Street, NW, Suite 300 ����������� Washington, DC 20045 ����������� E-Mail Address: OTIjobs@usaid.gov Offerors can expect to receive a confirmation email when offer materials have been received. Offerors should retain for their records copies of all enclosures which accompany their offers. This solicitation in no way obligates USAID to award a PSC contract, nor does it commit USAID to pay any cost incurred in the preparation and submission of the offer.� Offeror resources are available at www.otijobs.net/#!guidance-for-applying/c1ggu. Any questions on this solicitation may be directed to: ����������� OTI Recruitment Team ����������� Telephone Number: (202) 836-7487 ����������� E-Mail Address: OTIjobs@usaid.gov ����������� Website: www.OTIjobs.net ����������������������������������������������������������������������� Sincerely, ����������������������������������������������������������� ����������������������������������������������������������������������� Cristina Sylvia Contracting Officer 72D0T120R00006 I. GENERAL INFORMATION 1. SOLICITATION NO.: 72D0T120R00006 2. ISSUANCE DATE: December 4, 2019 3. CLOSING DATE AND TIME FOR RECEIPT OF OFFERS: January 3, 2020, 1:00 pm Eastern Time (Deadline Extended) 4. POINT OF CONTACT: OTI Recruitment Team, (202)836-7487, e-mail at OTIjobs@usaid.gov. 5. POSITION TITLE: Operations Advisor 6. MARKET VALUE: This position has been designed at the GS-13 equivalent level, DC-locality pay ($99,172 - $128,920 per annum). The actual salary of the successful offeror will be negotiated within the pay range of the GS-13 level depending on qualifications, previous relevant experience and work history, salary and educational background. Salaries over and above the pay range will not be entertained or negotiated. Offerors who live outside the Washington, D.C. area will be considered for employment, but no relocation expenses will be reimbursed. 7. PERIOD OF PERFORMANCE: One year, with four one-year option periods START DATE:� Within 45 days of receiving notification that required security clearance has been obtained. The Personal Services Contractor hired under this contract will provide up to a maximum of 250 workdays of services on an annual basis. The specific projects, as well as dates, number of days and locations to be worked, will be determined by mutual agreement between the contractor and his/her OTI supervisor according to the programmatic needs of OTI. There is no obligation by OTI to provide assignments for a minimum number of days, and the contractor is free to provide �blackout� dates during which he or she will not be available to accept assignments. 8. PLACE OF PERFORMANCE: Washington, D.C. 9. ELIGIBLE OFFERORS: United States Citizens 10. SECURITY LEVEL REQUIRED: Secret 11. 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. Some of these USPSCs serve on intermittent contracts and are referred to in OTI as �bullpenners,� providing support in a surge capacity. Those serving in the bullpen must be prepared to work both in Washington and the field, often with little time for preparations. 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 position of Operations Advisor is intermittent and a senior-level position that requires an experienced professional, who can efficiently and effectively function in a fast-paced and changing work environment of OTI. The incumbent must be knowledgeable in administrative management and personnel functions, He or she must have the ability to identify key leaders in Washington, D.C. to establish and maintain professional working relationships, which is critical to the success of OTI�s program implementation.� Excellent analytical skills and the ability to grasp and resolve problems quickly are essential. Administrative management functions include management analysis, HR in relation to USPSC�s, contracting, and procurement. A thorough comprehension and proven record of performance in these functions is an absolute necessity for the�� Operations Advisor to meet the requirements of the position. CORE FUNCTIONAL AREAS OF RESPONSIBILITY DUTIES AND RESPONSIBILITIES The work of the Operations Advisor requires teamwork, the exercise of discretion, judgment, personal responsibility. As a member of a highly operational office, the incumbent is willing and able to perform a wide range of management and administrative functions to help ensure programmatic success. The Operations Advisor is an expert in the multitude of functions that comprise program operations and management for USAID�s Office of Transition Initiatives (OTI) programs in the United States (U.S.) The Operations Advisor provides services which require a high level of professionalism, knowledge, diplomacy, and expertise. This individual must be readily available to provide the required services on an intermittent basis, often on short notice with little time for preparation. The Operations Advisor reports to OTI�s Chief of Operations and Management Division (OMD) or his/her designee and spends the majority of his or her time working side by side with the OMD Chief on special projects and critical issues, such as Foreign Service Limited (FSL) conversions and deviation memoranda on various topics, etc.� The Operations Advisor will also work closely with OTI country program implementation teams, OMD teams in Washington, and with key offices supporting OTI, such as the Management Office of Acquisition and Assistance (M/OAA), Office of the General Counsel (GC) and the Office of Human Capital Talent Management (HCTM). All of the headquarters activities supported are transition program implementation-focused.� Under the direct supervision of the Bureau for Democracy, Conflict, and Humanitarian Assistance (DCHA)/OTI Chief of OMD or his/her designee, the Operations Advisor will perform the following duties: Provide advice on personnel support services for program funded personal service contract� (PSC) positions such as establishing USPSC positions and reviewing position descriptions, market value determinations� and developing justifications required by Office of Acquisition an Assistance (OAA) and/or� General Council (GC) Serve as subject matter expert to OTI management on policies and procedures including industry trends, employment legislation, and federal and agency regulations pertaining to U.S. Personal Services Contractors and other program funded hiring types to ensure office compliance; Assume responsibilities into a range of roles, including operations support as well as office leadership positions in OMD� including� acting Division Chief, or Team Leader, provide coverage for� management gaps to that OTI programs; Collaborate with OTI support teams to develop and provide training for Washington, DC. headquarters and field staff (both U.S. and foreign national) to ensure that staff are in compliance with OTI policies, as well as Agency regulations; Serve as subject matter expert to the OMD Chief, conducting research of Agency rules and policies in areas including but not limited to� PSCs, deviation memos, Foreign Service Limited� (FSL) appointments and� GC requirements in addition to and preparing� summary papers and briefing materials outlining policy changes that impact OTI �s project implementation. Serve as OTI/OMD liaison with other USAID offices including OAA, GC, DCHA, and HCTM for the purpose of ensuring that milestones are met and deadlines are observed. Collaborate� with GC, OAA, HCTM), DCHA Administrative Management Services (AMS) policies and procedures are adhered to in addition to� advocating� for OTI requirements, including that appropriate waivers are employed� to enable rapid and expeditious response for political transition programs overseas; Collaborate with OMD teams and assist the teams in preparing new guidance or policy change documents for dissemination within OTI.��� Assume the lead role in providing the teams with� required training, new policy or new guidance� Manage special tasks to support OTI�s program-funded staff and fulfill OTI�s program operations support objectives, including planning, organizing, directing, designing, and coordinating projects; Collaborate with OTI on staffing and workforce planning issues and recommend actions to the supervisor to ensure maximum effective use and placement of program-funded personnel; and Perform services under this scope of work at physical locations other than Washington, D.C.� OTI headquarters, including within other USAID offices, bureaus or other United States government (USG) agencies for a period not to exceed six months. SUPERVISORY RELATIONSHIP: The Operations Advisor will take direction from and report to the Chief of OMD or his/her designee. SUPERVISORY CONTROLS: The Supervisor will set overall objectives. The employee and the supervisor together will develop deadlines, projects, and work to be accomplished. The employee is expected to take initiative, act independently, and manage his/her tasks with minimal supervision. 12. PHYSICAL DEMANDS The work is generally sedentary and does not pose undue physical demands. During deployment on assessment teams, country start-ups, and during site visits, there may be some additional physical exertion including long periods of standing, walking over rough terrain, or carrying of moderately heavy items (less than 50 pounds). 13. WORK ENVIRONMENT: Work is primarily performed in an office setting. If the employee travels overseas, the work may involve additional special safety and/or security precautions, wearing of protective equipment, and exposure to severe weather conditions. II. MINIMUM QUALIFICATIONS REQUIRED FOR THIS POSITION (Determines basic eligibility for the position. Offerors who do not meet all of the education and experience factors are considered NOT qualified for the position. See detailed instructions for demonstrating Education/Experience under �Submitting an Offer�) At a minimum, the offeror must have: A Bachelor�s degree with seven (7) years of work experience; OR A Master's degree with five (5) years of work experience; ����������� ����������� AND A minimum of four (4) years of experience working in complex operations management or administrative management positions including human resources, contract and procurement, and other related functions; AND Demonstrated supervisory experience, including training, guiding and mentoring staff. III. EVALUATION AND SELECTION FACTORS (Determines basic eligibility for the position. Offerors who do not meet all of the education and experience factors are considered NOT qualified for the position. The Government may award a contract without discussions with offerors in accordance with FAR 52.215-1. The CO reserves the right at any point in the evaluation process to establish a competitive range of offerors with whom negotiations will be conducted pursuant to FAR 15.306(c). In accordance with FAR 52.215-1, if the CO determines that the number of offers that would otherwise be in the competitive range exceeds the number at which an efficient competition can be conducted, the CO may limit the number of offerors in the competitive range to the greatest number that will permit an efficient competition among the most highly rated offers. FAR provisions of this solicitation are available at https://www.acquisition.gov/browse/index/far. SELECTION FACTORS: (Determines basic eligibility for the position. Offerors who do not meet all of the selection factors are considered NOT qualified for the position.) Offeror is a U.S. Citizen; Complete resume submitted. See cover page for resume requirements. Experience that cannot be quantified will not be counted towards meeting the solicitation requirements; Ability to obtain a SECRET level security clearance (NOTE: Dual citizens may be asked to renounce second-country citizenship); Satisfactory verification of academic credentials. A USAID Secret level security clearance required prior to issuance of the contract for this position. NOTE: If a full security investigation package is not submitted by the selected within 30 days after it is requested, the offer may be rescinded. If a security clearance is not able to be obtained within four months after the selected submits the initial security clearance documentation, the offer may be rescinded. Evaluation Factors: (Used to determine the competitive ranking of qualified offerors in comparison to other offerors. The factors are listed in priority order from highest to least.) Offerors should cite specific, illustrative examples for each factor. Responses must be limited to 500 words per factor.� Any additional words above the limit will neither be read nor scored. Factor #1�������� Demonstrated experience researching and articulating rules and regulations in a government context. Factor #2�������� Demonstrated experience writing policy, contract justifications and Statements of Work. Factor #3�������� Demonstrated experience managing and mentoring teams including both staff and supervisors. Factor #4 ������� Demonstrated experience providing operations support for an organization providing international crisis or humanitarian relief overseas. BASIS OF RATING: Offerors who clearly meet the Education/Experience Requirements and Selection Factors will be further evaluated based on scoring of the Evaluation Factor responses. Offerors are required to address each of the Evaluation Factors in a separate document describing specifically and accurately what experience, training, education and/or awards they have received that are relevant to each factor. Be sure to include your name and the announcement number at the top of each additional page. Failure to specifically address the Selection and/or Evaluation Factors may result in your not receiving credit for all of your pertinent experience, education, training and/or awards. The Offeror Rating System is as Follows: Evaluation Factors have been assigned the following points: Factor #1 � 20 Factor #2 � 20 Factor #3 � 20 Factor #4 � 10 Total Possible � 70 Points Interview Performance � 30 points Satisfactory Professional Reference Checks � Pass/Fail (no points assigned) Total Possible Points: 100 The most qualified offerors 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, offers (written materials and interviews) will be evaluated based on content as well as on the offerors writing, presentation, and communication skills. In the event that an offeror has fully demonstrated his/her qualifications and there are no other competitive offerors OTI reserves the right to forego the interview process. Professional references and academic credentials will be evaluated for offerors being considered for selection. OTI reserves the right to contact previous employers to verify employment history. IV. SUBMITTING AN OFFER Offers must be received by the closing date and time at the address specified in Section I, item 3, and submitted to the Point of Contact in Section I, item 12. Qualified offerors are required to submit: Complete resume. In order to fully evaluate your offer, your resume must include: (a) Paid and non-paid experience, job title, location(s), dates held (month/year), and hours worked per week for each position. Dates (month/year) and locations for all overseas field experience must also be detailed. Any experience that does not include dates (month/year), locations, and hours per week will not be counted towards meeting the solicitation requirements. (b) Specific duties performed that fully detail the level and complexity of the work. (c) Names and contact information (phone and email) of your current and/or previous supervisor(s). (d) Education and any other qualifications including job-related training courses, job-related skills, or job-related honors, awards or accomplishments. (e) U.S. Citizenship. Your resume should contain explicit information to make a valid determination that you fully meet the minimum qualification requirements as stated in this solicitation. 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.� NOTE: The Offeror Rating System Evaluation Factors are worth 70 out of 100 points. Offerors are required to address each factor of the Offeror Rating System in their resume, describing specifically and accurately what experience, training, education, and/or awards they have received as it pertains to each factor.� Failure to address the selection factors and/or Offeror Rating System factors may result in not receiving credit for all pertinent experience, education, training and/or awards. Supplemental document specifically addressing: Each of the four (4) Evaluation Factors shown in the solicitation. Responses must be limited to 500 words per factor. Any additional words above the limit will neither be read nor scored. NOTE: The Evaluation Factors are worth 70 out of 100 points. Offerors are required to address each of the Evaluation Factors in a separate document describing specifically and accurately what experience, training, education and/or awards they have received that are relevant to each factor. �Offeror Information for Personal Services Contracts form AID 309-2. Offerors are required to complete and sign the form. This form must be physically signed. Electronic signatures will not be accepted. Additional documents submitted will not be accepted. To ensure consideration of offers for the intended position offers must prominently reference the solicitation number in the offer submission. Offeror resources are available at www.otijobs.net/#!guidance-for-applying/c1ggu. DOCUMENT SUBMITTALS Via mail: Office of Transition Initiatives, 529 14th Street, NW, Suite 300, Washington, D.C. 20045 Via email: OTIjobs@usaid.gov Please note in your document submittal where you heard about this position. NOTE REGARDING GOVERNMENT OBLIGATIONS FOR THIS SOLICITATION This solicitation in no way obligates USAID to award a PSC contract, nor does it commit USAID to pay any cost incurred in the preparation and submission of the offer. NOTE REGARDING DATA UNIVERSAL NUMBERING SYSTEM (DUNS) NUMBERS AND THE SYSTEM FOR AWARD MANAGEMENT All individuals contracted as US PSCs in the United States are required to have a DUNS Number and be registered in the SAM database.� The selected offeror� will be provided with guidance regarding this registration. For general information about DUNS Numbers and SAM, please refer to Federal Acquisition Regulation (FAR) Clause 52.204-6, Data Universal Numbering System (DUNS) Number and FAR 52.204-7, System for Award Management. https:/acquisition.gov/far/current/html/52_200_206.html�or�www.sam.gov. ALL QUALIFIED OFFERORS WILL BE CONSIDERED REGARDLESS OF AGE, RACE, COLOR, SEX, CREED, NATIONAL ORIGIN, LAWFUL POLITICAL AFFILIATION, NON-DISQUALIFYING DISABILITY, MARITAL STATUS, SEXUAL ORIENTATION, AFFILIATION WITH AN EMPLOYEE ORGANIZATION, OR OTHER NON-MERIT FACTOR. V. LIST OF REQUIRED FORMS PRIOR TO AWARD Once the Contracting Officer (CO) informs the successful offeror about being selected for a contract award, the CO will provide the successful offeror instructions about how to complete and submit the following forms. Forms outlined below can found at http://www.usaid.gov/forms/ Declaration for Federal Employment (OF-306). Medical History and Examination Form (DS-6561). Questionnaire for Sensitive Positions (for National Security) (SF-86), or Questionnaire for Non-Sensitive Positions (SF-85). Finger Print Card (FD-258). VI. BENEFITS AND ALLOWANCES As a matter of policy, and as appropriate, a USPSC is normally authorized the following benefits and allowances: 1. 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 and Sick Leave 2. ALLOWANCES: Section numbers refer to rules from the Department of State Standardized Regulations (Government Civilians Foreign Areas), available at https://aoprals.state.gov/content.asp?content_id=282&menu_id=101 (a) Post Differential��������������������������������� Chapter 500 and Tables in Chapter 900. (b) Living Quarters Allowance���������������� Section 130. (c) Temporary Lodging Allowance��������� Section 120. (d) Post Allowance���������������������������������� Section 220. (e) Supplemental Post Allowance����������� Section 230. (f) Payments During Evacuation������������� Section 600. (g) Education Allowance������������������������� Section 270. (h) Separate Maintenance Allowance������ Section 260. (i) Danger Pay Allowance����������������������� Section 650. (j) Education Travel��������������������������������� Section 280. VII. TAXES USPSCs are required to pay Federal income taxes, FICA, Medicare and applicable State income taxes. USAID REGULATIONS, POLICIES AND CONTRACT CLAUSES �PERTAINING TO PSCs USAID regulations and policies governing USPSC awards are available at these sources: 1. USAID Acquisition Regulation (AIDAR), Appendix D, �Direct USAID Contracts with a U.S. Citizen or a U.S. Resident Alien for Personal Services Abroad,� including contract clause �General Provisions,� available at https://www.usaid.gov/sites/default/files/documents/1868/aidar_0.pdf . Contract Cover Page form AID 309-1 available at https://www.usaid.gov/forms. One Base Year Table � Operations Advisor Item No (A) Services (Description) (B) Qty (C) Unit (D) Unit Price� (E) Amount (F) 0001 Base Year 1 - Compensation Award Type: Cost Product Service Code: R497 Accounting Info: [insert from Phoenix]� 1 LOT $____ $____ Fringe Benefits/Other Direct Costs (ODCs) Award Type: Cost Product Service Code: R497 Accounting Info: [insert from Phoenix]� Total Estimated Cost $____ Four Option Years Table-Operations Advisor Item No � (A) Services (Description) � (B) Qty � (C) Unit � (D) Unit Price� � (E) Amount � (F) 1001 Option Period (OP) 1 - Compensation� Award Type: Cost Product Service Code: R497 Accounting Info: [insert from Phoenix]� 1 LOT $____ $____ OP 1 - ODCs Award Type: Cost Product Service Code: R497 Accounting Info: [insert from Phoenix]� 2001 OP 2 - Compensation� Award Type: Cost Product Service Code: R497 Accounting Info: [insert from Phoenix]� 1 LOT $____ $____ OP 2 - ODCs Award Type: Cost Product Service Code: R497 Accounting Info: [insert from Phoenix]� 3001 Option Period (OP) 3 - Compensation� Award Type:Cost Product Service Code: R497 Accounting Info: [insert from Phoenix]� 1 LOT $____ $____ OP 3 - ODCs Award Type: Cost Product Service Code: R497 Accounting Info: [insert from Phoenix]� 4001 Option Period (OP) 4 - Compensation� Award Type: Cost Product Service Code: R497 Accounting Info: [insert from Phoenix]� 1 LOT $____ $____ OP 4 - ODCs Award Type: Cost Product Service Code: R497 Accounting Info: [insert from Phoenix]� Total Estimated Cost [base + options] $____ 3. Acquisition and Assistance Policy Directives/Contract Information Bulletins (AAPDs/CIBs) for Personal Services Contracts with Individuals available at http://www.usaid.gov/work-usaid/aapds-cibs. 4. Ethical Conduct. By the acceptance of a USAID personal services contract as an individual, the contractor will be acknowledging receipt of the �Standards of Ethical Conduct for Employees of the Executive Branch,� available from the U.S. Office of Government Ethics, in accordance with General Provision 2 and 5 CFR 2635. See https://www.oge.gov/web/oge.nsf/OGE%20Regulation AAPDs and CIBs contain changes to USAID policy and General Provisions in USAID regulations and contracts.� Please refer to http://www.usaid.gov/work-usaid/aapds-cibs#psc to determine which AAPDs and CIBs apply to this contract. AAPD 06-10 � PSC MEDICAL EXPENSE PAYMENT RESPONSIBILITY General Provision 28, MEDICAL EXPENSE PAYMENT RESPONSIBILITY (OCTOBER 2006) (a) Definitions. Terms used in this General Provision are defined in 16 FAM 116 available at http://www.state.gov/m/a/dir/regs/fam/16fam/index.htm.� Note:� Personal services contractors are not eligible to participate in the Federal Employees Health Programs. (b) MEDICAL EVACUATION (MEDEVAC) SERVICES � Please see Attachment 2 to this solicitation for information on AAPD No. 18-02. (c) When the contractor or eligible family member is covered by health insurance, that insurance is the primary payer for medical services provided to that contractor or eligible family member(s) both in the United States and abroad.� The primary insurer�s liability is determined by the terms, conditions, limitations, and exclusions of the insurance policy.� When the contractor or eligible family member is not covered by health insurance, the contractor is the primary payer for the total amount of medical costs incurred and the U.S. Government has no payment obligation (see paragraph (f) of this provision). (d) USAID serves as a secondary payer for medical expenses of the contractor and eligible family members who are covered by health insurance, where the following conditions are met: (1) The illness, injury, or medical condition giving rise to the expense is incurred, caused, or materially aggravated while the eligible individual is stationed or assigned abroad; (2) The illness, injury, or medical condition giving rise to the expense required or requires hospitalization and the expense is directly related to the treatment of such illness, injury, or medical condition, including obstetrical care; and (3) The Office of Medical Services (M/MED) or a Foreign Service medical provider (FSMP) determines that the treatment is appropriate for, and directly related to, the illness, injury, or medical condition. (e) The Mission Director may, on the advice of M/MED or an FSMP at post, authorize medical travel for the contractor or an eligible family member in accordance with the General Provision 10, Travel and Transportation Expenses (July 1993), section (i) entitled �Emergency and Irregular Travel and Transportation.�� In the event of a medical emergency, when time does not permit consultation, the Mission Director may issue a Travel Authorization Form or Medical Services Authorization Form DS-3067, provided that the FSMP or Post Medical Advisor (PMA) is notified as soon as possible following such an issuance.� The contractor must promptly file a claim with his or her medevac insurance provider and repay to USAID any amount the medevac insurer pays for medical travel, up to the amount USAID paid under this section.� The contractor must repay USAID for medical costs paid by the medevac insurer in accordance with sections (f) and (g) below.� In order for medical travel to be an allowable cost under General Provision 10, the contractor must provide USAID written evidence that medevac insurance does not cover these medical travel costs. (f) If the contractor or eligible family member is not covered by primary health insurance, the contractor is the primary payer for the total amount of medical costs incurred.� In the event of a medical emergency, the Medical and Health Program may authorize issuance of Form DS-3067, Authorization for Medical Services for Employees and/or Dependents, to secure admission to a hospital located abroad for the uninsured contractor or eligible family member.� In that case, the contractor will be required to reimburse USAID in full for funds advanced by USAID pursuant to the issuance of the authorization.� The contractor may reimburse USAID directly or USAID may offset the cost from the contractor�s invoice payments under this contract, any other contract the individual has with the U.S. Government, or through any other available debt collection mechanism. (g) When USAID pays medical expenses (e.g., pursuant to Form DS-3067, Authorization for Medical Services for Employees and/or Dependents), repayment must be made to USAID either by insurance payment or directly by the contractor, except for the amount of such expenses USAID is obligated to pay under this provision.� The Contracting Officer will determine the repayment amount in accordance with the terms of this provision and the policies and procedures for employees contained in 16 FAM 521.� When USAID pays the medical expenses, including medical travel costs (see section (e) above), of an individual (either the contractor or an eligible family member) who is covered by insurance, that individual promptly must claim his or her benefits under any applicable insurance policy or policies.� As soon as the individual receives the insurance payment, the contractor must reimburse USAID for the full amount that USAID paid on the individual�s behalf or the repayment amount determined by the Contracting Officer in accordance with this paragraph, whichever is less.� If an individual is not covered by insurance, the contractor must reimburse USAID for the entire amount of all medical expenses and any travel costs the contractor receives from his/her medevac provider. (h) In the event that the contractor or eligible family member fails to recover insurance payments or transfer the amount of such payments to USAID within 90 days, USAID will take appropriate action to collect the payments due, unless such failure is for reasons beyond the control of the USPSC/dependent. (i) Before departing post or terminating the contract, the contractor must settle all medical expense and medical travel costs.� If the contractor is insured, he or she must provide proof to the Contracting Officer that those insurance claims have been submitted to the insurance carrier(s) and sign a repayment agreement to repay to USAID any amounts paid by the insurance carrier(s). ATTACHMENT 2 Title 48 of the Code of Federal Regulations (CFR) Chapter 7. USAID Acquisition Regulation (AIDAR) APPENDIX D � DIRECT USAID CONTRACTS WITH A U.S. CITIZEN OR A U.S. RESIDENT ALIEN FOR PERSONAL SERVICES ABROAD GP 25. MEDICAL EVACUATION (MEDEVAC) SERVICES (MAY 2018) (Pursuant to class deviation #M/OAA-DEV-AIDAR-18-3c) USAID will provide Medevac services to the contractor and authorized dependents, through the Department of State�s Bureau for Medical Services (MED), similar to those provided to U.S. Government employees in accordance with 16 FAM 300 Medical Travel. Medevac costs include travel and per diem, but do not include medical care costs. To be covered by the Medevac program, the contractor and authorized dependents must obtain and maintain international health insurance coverage that includes overseas hospitalization, and must provide proof of such insurance to the contracting officer prior to relocation abroad.� [END OF PROVISION]
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/8558e1c259f649e89b3aafe1efecfa81/view)
 
Place of Performance
Address: DC, USA
Country: USA
 
Record
SN05521291-F 20191221/191219230152 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.