Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 15, 2021 SAM #7197
SOLICITATION NOTICE

R -- USPSC OTI Vetting Analyst - Washington, D.C. (GS-13) (Deadline Extended)

Notice Date
8/13/2021 10:56:12 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
921190 — Other General Government Support
 
Contracting Office
CPS OFFICE OF TRANSITION INITIATIVES Washington DC 20004 USA
 
ZIP Code
20004
 
Solicitation Number
72C0T121R00030
 
Response Due
8/19/2021 10:00:00 AM
 
Archive Date
09/03/2021
 
Point of Contact
OTI Recruitment Team
 
E-Mail Address
otijobs@usaid.gov
(otijobs@usaid.gov)
 
Description
SOLICITATION NUMBER: � � � � 72C0T121R00030 ISSUANCE DATE:� � � � � July 21, 2021 CLOSING DATE AND TIME:� � � � � August 19, 2021, 1:00 P.M. Eastern Time (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 Vetting Analyst - Washington, D.C. 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.�� � � � �2. Supplemental document specifically addressing: Each of the two (2) 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. � � � �3. USPSC Offeror Information for Personal Services Contracts form AID 309-2. Offerors are required to complete and sign the form. Due to COVID-19 and limited access to equipment, we are currently accepting electronic and typed signatures on the AID 309-2 form.�� 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 AID 309-2 form must be mailed or emailed to 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. 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, Martina Wills� Contracting Officer � 72C0T121R00030 ATTACHMENT I I. GENERAL INFORMATION 1. SOLICITATION NO.: 72C0T121R00030 2. ISSUANCE DATE: July 21, 2021 3. CLOSING DATE AND TIME FOR RECEIPT OF OFFERS: August 19, 2021, 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: Vetting Analyst 6. MARKET VALUE: This position has been designated at the GS-13 equivalent level, D.C. locality pay ($103,690 - $134,798 per annum). Final compensation will be negotiated within the listed market value based upon qualifications, previous relevant experience and work history, salary and educational background. Salaries over and above the pay range will not be entertained or negotiated. Offerors who live outside the Washington, D.C. area will be considered for selection 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.� 8. PLACE OF PERFORMANCE: Washington, D.C. 9. ELIGIBLE OFFERORS: United States Citizens 10. SECURITY LEVEL REQUIRED: TOP SECRET/SCI 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 This position is located in the Counterterrorism Vetting Division, Office of Security. The incumbent will report directly to the U.S. Agency for International Development (USAID) Office of Security (SEC). The incumbent must be eligible to obtain a TS/SCI clearance. A Counterintelligence Polygraph test will be required in order to have work site access at the Threat Screening Center. CORE FUNCTIONAL AREAS OF RESPONSIBILITY DUTIES AND RESPONSIBILITIES The work of the Office of Transition Initiatives (OTI) Vetting Analyst requires teamwork, self-motivation, the exercise of discretion, judgment and the ability to work well under stress.� The Vetting Analyst must prioritize and follow up on his or her own actions without prompting, while also supporting joint venture operations at the Threat Screening Center related to the requirements set forth in Homeland Security Presidential Directive (HSPD) 6 and HSPD 11. The incumbent will be responsible for conducting intelligence-based screening in support of U.S. Agency for International Development (USAID) programs. The incumbent will conduct intelligence related searches and compile identified information for evaluation, analysis and use in support of administrative or operational determinations. The incumbent will be required to represent USAID in developing and maintaining viable working relationships with other stakeholders within the intelligence and foreign affairs communities. This position is located in the Counterterrorism Vetting Division (CTV) in the Office of Security. The incumbent will report directly to the USAID Office of Security (SEC).� The incumbent must be eligible to obtain a Top Secret/SCI clearance. A Counterintelligence Polygraph test will be required in order to have work site access at the Threat Screening Center. Under the direct supervision of the USAID SEC/CTV Division Chief or designee, the Vetting Analyst will perform the following duties: Note: Duties and responsibilities are listed in order of importance for this position Collect, review, interpret, evaluate, and integrate large volumes of intelligence data from multiple sources pertaining to extensive, interrelated geographical or functional fields; Analyze intelligence reporting and data to make recommendations shaping agency programs; Plan, develop, organize, and conduct special research studies providing comprehensive assessments of broad, exceptionally complex, or highly sensitive issues within the assigned area.� Develop methods of evaluating the validity, accuracy, and reliability of a broad array and high volume of information, for translation into intelligence relevant to the organization.� Analyze the significance and policy implications of issues in the assigned area; Initiate contact with personnel stationed overseas, other senior intelligence analysts, and experts in specialty fields to validate and ascertain reliability of information; Provide interpretation of intelligence analyses and draft critical intelligence assessments.� Apprise policy and intelligence officials at all levels, within and outside the organization, on emerging issues by preparing intelligence reports and presenting oral briefings; Plan, implement, and maintain databases to store and process technical or operational intelligence in one or more assigned areas; �� Develop the organization's position on controversial or disputed issues. Write for various publications on behalf of the organization. Respond to requests for information from a wide variety of sources; Serve as technical expert, independently developing and maintaining critical relationships with various stakeholders in the government, private industry, and academia to further USAID's intelligence research, operations, and/or technology development efforts. Create processes by which the organization pursues collaborative arrangements and relationships with the Intelligence Community and intelligence proponents. Conceive, develop, and implement outreach strategies designed to reach and engage intelligence entities in technology transfer and commercialization efforts. Provide advice and assistance on developing policies and procedures for the organization's liaison activities; Plan, organize, and coordinate briefings and information exchange opportunities. Serve as organizational spokesperson at public meetings, formal and informal briefings, workshops, and press conferences on extremely technical and complex program activities; �� Establish and maintain effective working relationships and information networks with state, local entities, and industries affected by intelligence programs to gain a better understanding of their interests and to facilitate their participation and understanding. Advise and recommend innovative approaches for avoiding and/or resolving problems and reducing conflicts; Serve as a technical expert, independently developing and maintaining critical relationships in the intelligence community; and, As required, perform services under this scope of work at physical locations other than Washington OTI headquarters, including within other USAID offices, bureaus, or other USG agencies. SUPERVISORY RELATIONSHIP: The Vetting Analyst will take direction from the USAID Office of Security Division Chief or designee. SUPERVISORY CONTROLS: At the GS-13 level, the PSC�s supervisor sets overall objectives. The incumbent and supervisor together develop deadlines, projects, and work to be done. The incumbent independently plans, designs, and carries out projects, studies, and programs. Completed work is reviewed only from an overall standpoint in terms of feasibility, compatibility with other work, or effectiveness in meeting requirements, or expected results. Technical problems are generally resolved without reference to supervisors. 12. PHYSICAL DEMANDS The work is generally sedentary and does not pose undue physical demands. If traveling overseas, the employee may be subject to 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 additionally involve 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�) The incumbent must be eligible to obtain a TS/SCI clearance. A Counterintelligence Polygraph test will be required in order to have work site access at the Threat Screening Center. In order to be considered for the position an offeror must meet the Minimum Qualifications listed below. Consideration and selection will be based on panel evaluation of the Required Skills and Selection Factors. Additionally, interviews and writing samples may be requested. At a minimum, the offeror must have: Bachelor�s Degree, plus four (4) years of experience in a security-related field.�� OR High school degree, plus eight (8) years of experience with at least four (4) years of experience in a security-related field. AND � � � 2. Demonstrated experience in intelligence data interpretation and analysis. 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 TOP SECRET/SCI level security clearance (NOTE: Dual citizens may be asked to renounce second-country citizenship); Satisfactory verification of academic credentials. A USAID Top Secret/SCI 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. Evaluation Factors:� Factor #1 Demonstrated experience conducting intelligence assessments, briefings, and serving as a subject matter expert.�� Factor #2 Demonstrated experience handling sensitive and confidential matters with discretion and diplomacy. 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 � 35 Factor #2 � 35 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.�� � � � � 2. Supplemental document specifically addressing: Each of the two (2) 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. � � � �3.Offeror Information for Personal Services Contracts form AID 309-2. Offerors are required to complete and sign the form. Due to COVID-19 and limited access to equipment, we are currently accepting electronic and typed signatures on the AID 309-2 form.� 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.� DOCUMENT SUBMITTALS 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, Unique Entity Identifier and FAR 52.204-7, System for Award Management. https://www.acquisition.gov/far/part-52#FAR_52_204_7�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-1843).� 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.acquisition.gov/aidar/aidar-appendix-d-direct-usaid-contracts-us-citizen-or-us-resident-alien-personal-services-abroad .� Contract Cover Page form AID 309-1 available at https://www.usaid.gov/forms. One Base Year Table � Vetting Analyst 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- Vetting Analyst 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. 5. PSC Ombudsman The PSC Ombudsman serves as a resource for any Personal Services Contractor who has entered into a contract with the United States Agency for International Development and is available to provide clarity on their specific contract with the agency. Please visit our page for additional information: https://www.usaid.gov/workusaid/personal-service-contracts-ombudsman7 The PSC Ombudsman may be contacted via: PSCOmbudsman@usaid.gov. 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 US...
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f7f4959d18624c48a20c5aacf1a4316c/view)
 
Place of Performance
Address: Washington, DC, USA
Country: USA
 
Record
SN06096637-F 20210815/210813230117 (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.