Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 27, 2020 SAM #6693
SOLICITATION NOTICE

R -- USPSC OTI Senior Management Advisor � Washington, D.C (Intermittent) (GS-15)

Notice Date
3/25/2020 12:31:29 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
921190 — Other General Government Support
 
Contracting Office
USAID DCHA WASHINGTON DC 20523 USA
 
ZIP Code
20523
 
Solicitation Number
72D0T120R00025
 
Response Due
4/9/2020 10:00:00 AM
 
Archive Date
04/24/2020
 
Point of Contact
OTI Recruitment Team
 
E-Mail Address
otijobs@usaid.gov
(otijobs@usaid.gov)
 
Description
SOLICITATION NUMBER:����� 72D0T120R00025��� ISSUANCE DATE:�������� March 25, 2020 CLOSING DATE AND TIME:��������� April 9, 2020, 1:00 PM Eastern Time 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 a Senior Management Advisor � Washington, D.C (Intermittent) 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 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 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 ����������������������������������������������������������� 72D0T120R00025 I. GENERAL INFORMATION 1. SOLICITATION NO.: 72D0T120R00025 2. ISSUANCE DATE: March 25, 2020 3. CLOSING DATE AND TIME FOR RECEIPT OF OFFERS: April 9, 2020, 1:00 pm Eastern Time 4. POINT OF CONTACT: OTI Recruitment Team, (202)836-7487, e-mail at OTIjobs@usaid.gov. 5. POSITION TITLE: Senior Management Advisor � Washington, D.C. 6. MARKET VALUE: This position has been designated as a GS-15 ($142,701- $170,800 per annum) equivalent level, DC-locality pay. Final compensation will be negotiated within the listed market value of the GS-15 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. Candidates 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. 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 Senior Management Advisor is an expert in the multitude of functions that comprise program operations and management for USAID�s Office of Transition Initiatives programs in Washington, DC and occasionally in the field, and provides services that require the highest 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. From time to time, the Senior Management Advisor may be requested to travel to OTI field offices, which are located in countries with complex problems, often in difficult and harsh environments, with some offices located in countries with no other USAID presence. However, the majority of the incumbent�s time will be spent at OTI headquarters in Washington, DC. The Senior Management Advisor reports to the Chief of OTI�s Operations and Management Division, or his/her designee, which may be the Chief of Field Programs Division or Country Team Leaders. The Senior Management Advisor spends his or her time working side by side with OTI Washington, D.C. staff and with country program implementation teams in the field. All field activities supported, and the majority of the headquarters activities supported, are transition program implementation-focused. This position is a very senior-level intermittent position that requires an experienced professional who has extensive Washington, DC management experience, overseas experience in diplomacy, and can effectively and efficiently function in complex, difficult and unstable environments. The incumbent must be extremely knowledgeable in administrative management functions and the manner, historical style and procedures employed by the U.S. Government in the normal conduct of its business with emergency, transitional, and development activities overseas. Administrative management functions include management analysis, human resources in relation to USDHs (both General Services (GS) and Foreign Service (FS), USPSCs and foreign national PSCs (FNPSC), general services (which include vehicle management, real and personal property management, and equipment and facilities maintenance), records keeping and management, operating budgets, International Cooperative Administrative Support Services (ICASS), security, and contracting and procurement. A thorough comprehension and proven record of performance in these functions is an absolute necessity for a Senior Management Advisor to meet the requirements of the position. The successful candidate will be able to identify key leaders in the field and Washington, DC, and establish sound professional relationships with them, to ensure the success of OTI�s programs in transition countries overseas. Excellent analytical skills and the ability to grasp and resolve problems quickly are essential. CORE FUNCTIONAL AREAS OF RESPONSIBILITY DUTIES AND RESPONSIBILITIES The work of the Senior Management Advisor 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, DC, and with key stakeholders both in and outside of USAID. 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 Management Advisor 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 Bureau for Democracy, Conflict, and Humanitarian Assistance (DCHA)/OTI Operations and Management Division (OMD) Chief, or his/her designee, the Senior Management Advisor will perform the following duties: Serves as management advisor to OTI senior management as it relates to workforce planning, organizational structure, and personnel management. Provide support to OMD in the areas of HR management for a variety of personnel hiring mechanisms, including, but not limited to USG direct hires (civil service and foreign service), and US based personal services contractors (USPSC).� Interface with Agency Human Capital Talent Management (HCTM) and Office of Acquisition and Assistance (OAA) as requested by OMD to ensure timely HR services and adherence to best personnel practices. Interface with sections in USAID�s Bureau of Management (M Bureau) on matters impacting OTI operations, i.e. workforce planning, organizational structure, position classification and the personnel assignment process. Provide personnel support services for program-funded PSCs and implementing partner staff, including the review of position descriptions and the development of market value justifications. Advise on agency policies and procedures pertaining to the employment of U.S. and foreign national PSCs; Serve as a management analyst for OTI country programs in the field and Washington, DC advising and assisting on government management policies and systems at all levels of the organization; Serve as the Team Leader of the Ops Bullpen. Interacts with the Regional Team Leads in FPD to determine level of support from Ops Bullpen for startups, closeouts and management reviews. Also interacts with the Chief of OMD in determining support to fill staffing gaps throughout OTI. Conduct field visits to assess and evaluate administrative management systems, issues and operations for OTI country program start-ups, management and close-out. Provide in-country reviews and advice on the internal control procedures of OTI implementing partners to improve program support and coordination with the OTI country team; Collaborate with OTI teams to� ensure that proper administrative start-up procedures are in place to provide quick and smooth operations for OTI field offices; Review field staff mixes with the OTI country team for both the ongoing OTI program staff to� assess field staff requirements, review staff training plans, and ensure that they are adequate and fully implemented in support of transition programs; Develop and implement trainings for headquarters and field staff to ensure compliance with agency regulations and OTI policies and procedures; Advise on the establishment of CASS agreements. Review ICASS budgets and invoices in collaboration with the OTI country team to ensure that costs are consistent with the services being provided, and that appropriate levels of services are being obtained under ICASS; Identify and negotiate agreements with service providers (e.g. U.S. Embassy, USAID Mission) for field team administrative support, and assess the quality and cost of these services. Advise on alternatives to be considered when services do not meet established quality standards: ensure that residential housing, furnishings and equipment are adequate and consistent with post policy, and maintained and operated in accordance with established guidelines; Coordinate with the USAID Office of Security and the Embassy Regional Security Officer to ensure that proper security measures are in place for OTI workplaces, residences, and in-country travel; and work closely with the OTI country team to review implementing partner security procedures; Ensure that all OTI property is appropriately inventoried, marked and in good condition, with adequate inventory controls in place; Collaborate with the OTI teams to implement proper close-out procedures for country programs, including proper disposition of property, termination of agreements such as ICASS, and termination of host country staff in accordance with the Embassy Compensation Plan and host country laws; Establish relationships with OTI Washington, DC and field staff, and USAID and Embassy management officials, to provide guidance and leadership on administrative management issues; Step into a range of roles to fill critical implementation and management gaps, including operations support, program management and oversight, and office leadership roles to ensure that OTI programs continue to run smoothly; Mentor OTI Team Leaders, Country and Deputy Country Representatives, Program Managers, and the Ops Bullpen staff. Provide orientation, training and guidance for staff, explain how duties are to be performed to meet expectations, recognize good performance, and communicate where performance needs to be improved; and As needed, serve on short-term assignments with other USAID offices or bureaus in direct support of OTI programs. These placements shall not exceed three months. SUPERVISORY RELATIONSHIP: The Senior Management Advisor will be supervised by the Chief of OTIs Operations and Management Division (OMD), or his/her designee. SUPERVISORY CONTROLS: The supervisor will provide administrative directions in terms of broadly defined missions or functions. The incumbent will independently plan, design and carry out programs, projects, studies or other work assignments. The incumbent�s work will be considered technically authoritative and normally accepted without significant change, and will be reviewed in terms of fulfillment of program objectives, influence on the overall program, or contribution to the advancement of the objective. 12. PHYSICAL DEMANDS While in Washington, DC the work is generally sedentary and does not pose undue physical demands. While traveling overseas, 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: While in Washington, DC the work is generally performed in an office environment. While traveling overseas, the work may additionally involve 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 applicant must have: A Master�s Degree with thirteen (13) years of work experience; OR A Bachelor�s Degree with fifteen (15) years of work experience; AND Nine (9) years of experience in operations or administrative management positions including human resources, contract and procurement, personal property management, records management, security, and other related functions, of which two (2) years must have been performed overseas in developing countries; Demonstrated knowledge of U.S. Government acquisition and assistance regulations, particularly as applied to overseas settings in developing or crisis countries; Demonstrated experience assembling staff teams including: drafting position descriptions for program-funded contractor staff; hiring staff; mentoring, supervising, and guiding staff with varying skill sets over a multi-year period overseas. 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; 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. 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 in HR systems in USAID and a familiarity with�� approval processes required for establishing USG direct hires (civil and foreign service)� and USPSC positions.� Ability to maneuver through the myriad USAID systems in establishing new positions and organizational structures.�� Factor #2 ������� Demonstrated experience in mentoring and advising staff on management improvement initiatives and leadership in implementing change. Factor #3�������� Demonstrated experience supporting overseas programs and advising on management issues impacting on setting up new offices, management of the new offices, and effective closure of offices upon the completion of the programs. 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 � 25 Factor #2 � 25 Factor #3 � 20 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 4. 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.� 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 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 USPSCs with a place of performance in the United States are required to have a DUNS Number and be registered in the SAM database.� USAID will provide a generic DUNS Number for USPSC�s with a place of performance outside the United States.. 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 � Senior Management Advisor � Washington, D.C. 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: Co...
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/27887a6d2dd24f188e295861175b8f52/view)
 
Place of Performance
Address: Washington, DC, USA
Country: USA
 
Record
SN05599849-F 20200327/200325230141 (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  © 1994-2020, Loren Data Corp.