Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 11, 2020 SAM #6952
SOLICITATION NOTICE

R -- USPSC - OTI Country Representative - Littorals Regional Initiative (GS-14) (Deadline Extended)

Notice Date
12/9/2020 6:53:38 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
72C0T121R00004
 
Response Due
12/16/2020 10:00:00 AM
 
Archive Date
12/31/2020
 
Point of Contact
OTI Recruitment Team
 
E-Mail Address
otijobs@usaid.gov
(otijobs@usaid.gov)
 
Description
SOLICITATION NUMBER:�� 72C0T121R00004 ISSUANCE DATE:����� November 23, 2020 CLOSING DATE AND TIME:������ December 16, 2020, 1:00PM EST (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 a Country Representative � Littorals Regional Initiative 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. 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 ����������������������������������������������������������� 72C0T121R00004 I. GENERAL INFORMATION 1. SOLICITATION NO.: 72C0T121R00004 2. ISSUANCE DATE: November 23, 2020 3. CLOSING DATE AND TIME FOR RECEIPT OF OFFERS: December 16, 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: Country Representative 6. MARKET VALUE: This position has been designated at the GS-14 equivalent level, non-locality pay ($92,977 and $120,868 per annum). Final compensation will be�negotiated�within the�GS-14 equivalent level�based upon�the selected offeror�s salary�history, qualifications, previous relevant experience and work history, and educational background�as reported on AID-309-2. For selected offeror�s whose salary has been established on a Federal pay scale (i.e. General Schedule) or its equivalent, the base salary (not including locality pay) of their grade/step will be the basis of the salary negotiation. Salaries over and above the pay range will not be entertained or negotiated. 7. PERIOD OF PERFORMANCE: One year, with four one-year option periods. START DATE:� Within 45 days of receiving notification that required security and medical clearances have been obtained. 8. PLACE OF PERFORMANCE: Accra, Ghana 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. 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: https://www.usaid.gov/stabilization-and-transitions Introduction The Country Representative is a member of the Bureau for Conflict Prevention and Stabilization �(CPS)/OTI West and Central Africa Regional Team, reports to the OTI West and Central Africa Regional Team Lead or designee, and is based in Accra, Ghana.� The incumbent will be required to travel regionally as necessary. �The Country Representative�s principal responsibility will be the development, oversight and management of CPS/OTI's Littorals Regional Initiative (LRI).� LRI is a regional mechanism with the ability to implement activities across the five focus Littoral states: Benin, C�te d�Ivoire, Ghana, Guinea, and Togo.� The incumbent will be called upon to represent OTI�s mission and programs to senior-level government officials, in-country visitors, senior officials from other international organizations, bilateral donors and local government officials.� In addition, the incumbent will collaborate closely with USAID/OTI�s Senior Regional Advisor in Accra. The Country Representative will be responsible for overseeing and managing all aspects of the LRI from its base in Accra, Ghana. Working with an Implementing Partner (IP), the Country Representative must be capable of overseeing grant development and implementation, technical assistance, and other assistance to beneficiaries in five select countries across the region. Contingent on funding, the Country Representative may additionally need to oversee the start-up of one or more intensive country-specific engagements (""Country Clusters') to deliver more robust tailored programming.� This would entail establishing a local IP presence and office(s), and likely the deployment of additional OTI staff or other representatives to provide day-to-day management. The USAID/OTI program is viewed as one part of a larger USG response to an evolving situation that also includes contextual monitoring and analytical tracking; support for pilot interventions; planning and initiating longer-term USAID programs; enhancing regional coordination processes focused on regional stability across USAID operating units, interagency and local partners, and donors; and training and capacity building of USG personnel and implementers in the region. CORE FUNCTIONAL AREAS OF RESPONSIBILITY DUTIES AND RESPONSIBILITIES The work of the Country Representative requires teamwork, the exercise of discretion, judgment, and personal responsibility. As a member of a highly operational office, the incumbent is willing and able to perform a wide range of administrative functions to help ensure programmatic success. The incumbent has a high level of integrity and attention to detail to ensure the use of OTI systems and procedures to maintain effective and efficient management of funds, programming, and monitoring and evaluation. The incumbent is highly flexible and willing to work under conditions of ongoing change, and remains professional and respectful of colleagues and authority in a diverse workforce. She or he places a premium on the building of positive relationships with his or her respective team both in the field and in Washington, and with key stakeholders both in and outside of USAID. The incumbent is 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 Country Representative 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 Washington-based CPS/OTI West and Central Africa Regional Team Leader or his/her designee, the Country Representative will perform the following duties: Manage a high-profile program in a dynamic environment and provide programmatic, operational, and strategic guidance to OTI�s implementing partners (contractors and/or grantees) ensuring that activities are contributing to OTI�s program objectives and are within the partner�s scope; Conceptualize and design program strategies and objectives in close coordination with OTI staff, U.S. Embassy, Host Country government, and local civil society officials based on political analysis and U.S. Government policy; Articulate program strategy, as well as communicate and coordinate OTI�s in-country activities between OTI and its implementing partners, USAID, and other donor organizations; prepare and disseminate programmatic, financial and periodic reports to the USAID Mission, OTI/Washington and other organizations as appropriate; Communicate and coordinate OTI�s in-country activities between OTI and its implementing partners, USAID, the U.S. Embassy and other donor organizations; ���� Monitor local and regional political developments and regularly brief OTI and partner staff on their potential programmatic impact; Analyze and report on current political developments, security concerns, and other pertinent information required to achieve OTI�s program objectives; Provide recommendations to the Washington-based Contracting Officer Representative (COR) and/or the Regional Team Leader on implementing partner performance, the appropriateness of the partner�s scope to OTI�s country objectives, partner�s budgets, and modifications thereto; Provide USAID concurrence on all implementing partner activities, including final approval of grantees for grants under contract, in accordance with the USAID�s Automated Directives System (ADS); Ensure the use of OTI systems and procedures to maintain effective and efficient management of funds, programming, as well as monitoring and evaluation; Ensure that OTI�s programs and activities are monitored and evaluated and that lessons learned are applied to ongoing or future activities; Prepare and maintain OTI program budgets for field operations; Serve as OTI�s primary liaison with USAID Mission personnel, U.S. Embassy staff, Host-Country Government Officials, UN Organizations, Indigenous and International Non-Governmental Organizations (NGOs), and other pertinent organizations.� Develop and maintain collaborative relationships to ensure close coordination at the field level, identify the widest range of potential local partners and opportunities, and achieve maximum synergy with other programs; Prepare operational plans in collaboration with the U.S. Embassy, including logistics and property use guidelines, closeout and hand-over, security procedures, and contingency and evacuation plans; Ensure that all OTI and partner field staff adhere to in-country security guidelines set by the U.S. Embassy Regional Security Officer and other organizations such as the United Nations or host government; and, Design and review staffing plans to meet overall program objectives as well as recruit, train, supervise, and evaluate the performance of in-country OTI staff. SUPERVISORY RELATIONSHIP: The Country Representative will report to OTI�s Washington-based Team Leader for the West and Central Africa Regional Team or his/her designee. The Country Representative is expected to take initiative, act independently, and manage his/her tasks with minimal supervision. Though this is a senior field-based position, the incumbent is expected to actively and proactively collaborate with OTI/Washington leadership, and to fully utilize, embrace, and become an expert on OTI systems and processes. Failure to adequately perform the scope of work above and/or failure to take direction from the supervisor may result in corrective actions, including denial of step or grade increases, extension of contract probationary periods, performance improvement plans, and/or termination for the convenience of USAID/OTI. SUPERVISORY CONTROLS: The supervisor will provide administrative directions in terms of broadly defined missions or functions. The employee will independently plan, design and carry out programs, projects, studies or other work assignments. The employee�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 The work is generally sedentary and does not pose undue physical demands. During site visits in Littoral countries, 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 at post, the work is generally performed in an office environment. However, the position also requires extensive travel throughout the region, which 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 Offeror must have: A Master�s Degree with seven (7) years of work experience; OR A Bachelor�s Degree with nine (9) years of work experience; AND Minimum of six (6) years of recent project management experience with a USG foreign affairs agency, international assistance organization, or non-governmental organization, in community development, stabilization programming, economic development, mediation/arbitration, conflict resolution, democracy and governance, international law, human rights activities, and/or political analysis; Minimum of two (2) years of overseas field experience working in one or more developing countries; A minimum of three (3) years of supervisory experience (including but not limited to mentoring, training, and guiding staff). ����� (5) Working proficiency in French is strongly preferred. 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); Ability to obtain a Department of State medical clearance; Satisfactory verification of academic credentials. A USAID Secret level security clearance and Department of State medical clearance are required prior to issuance of the contract for this position. NOTE: If a full security investigation package is not submitted by the selected within 30 days after it is requested, the offer may be rescinded. If a security clearance is not able to be obtained within four months after the selected submits the initial security clearance documentation, the offer may be rescinded. NOTE: The selected must obtain Department of State medical clearance within four months after offer acceptance.� If medical clearance is not obtained within this period, the offer may be rescinded. Due to anticipated program needs, individuals should be able to travel to post within 60 days after a contract is awarded. 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. Evaluation Factors: Factor #1�������� Demonstrated experience in the management of political transition, political reform, or similar programs in high-visibility, high-pressure environments. Factor #2�������� Demonstrated experience leading a team to design, implement, monitor and evaluate political transition or post-conflict activities, especially small grant activities. Factor #3 ������� Demonstrated experience interacting with, and representing organizations to U.S. Government agencies, donors, international organizations, and local counterparts, including host governments and beneficiaries. 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 � Country Representative � 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- Country Representative 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%20Regulations 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 eligib...
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/7154c51fa99d42e28450621353c6d30c/view)
 
Place of Performance
Address: Accra , GHA
Country: GHA
 
Record
SN05869963-F 20201211/201209230146 (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.