Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 09, 2022 SAM #7344
SOLICITATION NOTICE

R -- USPSC OTI Management Analyst - Washington, D.C. (Intermittent)(GS-13)

Notice Date
1/7/2022 7:28:20 AM
 
Notice Type
Solicitation
 
NAICS
921190 — Other General Government Support
 
Contracting Office
CPS OFFICE OF TRANSITION INITIATIVES Washington DC 20004 USA
 
ZIP Code
20004
 
Solicitation Number
72C0T122R00016
 
Response Due
1/25/2022 10:00:00 AM
 
Archive Date
02/09/2022
 
Point of Contact
OTI Recruitment Team
 
E-Mail Address
otijobs@usaid.gov
(otijobs@usaid.gov)
 
Description
SOLICITATION NUMBER:� � � � � 72C0T122R00016 ISSUANCE DATE:� � � � � January 7, 2022 CLOSING DATE AND TIME:� � � � � January 25, 2022, 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 Management Analyst - Washington, DC (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.�� � � � 2. 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. � � � 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 � ATTACHMENT I 72C0T122R00016 � I. GENERAL INFORMATION 1. SOLICITATION NO.: 72C0T122R00016 2. ISSUANCE DATE: January 7, 2022 3. CLOSING DATE AND TIME FOR RECEIPT OF OFFERS: January 25, 2022, 1:00 pm Eastern Time 4. POINT OF CONTACT: OTI Recruitment Team, (202)836-7487, e-mail at OTIjobs@usaid.gov. 5. POSITION TITLE: Management Analyst 6. MARKET VALUE: This position has been designed at the GS-13 equivalent level, DC-locality pay ($106,823 � 138,868 per annum). The actual salary of the successful offeror will be negotiated within the pay range of the GS-13 level depending on qualifications, previous relevant experience and work history, salary and educational background. Salaries over and above the pay range will not be entertained or negotiated. Offerors who live outside the Washington, D.C. area will be considered for employment but no relocation expenses will be reimbursed.� 7. PERIOD OF PERFORMANCE: One year, with four one-year option periods. 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 contract employee and their 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.� 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: 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. OTI�s DEIA Vision Statement: OTI is a collaborative environment that represents the global community at all levels of our organization. Uniting diverse backgrounds and experiences, we value individual expertise to advance peace and democracy around the world.� Values and associated behaviors that will enable this vision are:� �Trust Model open communication, active listening and candor. Believe others when they share their experiences. Respect A respectful attitude should be shown to everyone. Allow for others to express complete opinion/thoughts without interruption, while recognizing that there are other perspectives and lived experiences. �Belonging (Accessibility) Serve as an ally to those who feel excluded (professionally, socially, personally, etc.). Promote togetherness and acceptance through equitable behavior. Empathy Listen to understand, create space to be real/feel. Remind yourself to be conscious of how others may feel or receive your words Self-awareness/accountability Supervisors hold their peers to account on their expectations and behaviors. Seek regular, constructive feedback to understand how your words and actions affect and influence others, and how they are being perceived and interpreted. Acknowledge unconscious bias and be willing to learn and change behavior when confronted/corrected. For more information about OTI and its country programs please see:� https://www.usaid.gov/stabilization-and-transitions INTRODUCTION The position of Management Analyst is a senior-level position that requires an experienced professional, who can efficiently and effectively function in the fast-paced and changing work environment of OTI. You must be knowledgeable in administrative management and personnel functions 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, �International Cooperative Administrative Support Service (ICASS), security (personnel, information, and physical security), general services (which include vehicle management, real and personal property management, and equipment and facilities maintenance), records keeping and management, operating budgets, human capital and talent management, and contracting and procurement, including knowledge of the USPSC mechanism. A thorough comprehension and proven record of performance in these functions is necessary for you to meet the requirements of the position. The successful candidate will be able to identify key leaders, stakeholders, and counterparts in the field and in Washington, 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 Management Analyst requires teamwork, the exercise of discretion, judgment, and personal responsibility. As a member of a highly operational office, you are willing and able to perform a wide range of management and administrative functions to help ensure programmatic success. You have� a high level of integrity and attention to detail to ensure the use of USAID and specifically OTI systems and procedures to maintain effective and efficient management of funds, programming, and monitoring and evaluations.� You are� highly flexible and willing to work under conditions of ongoing change, and remain professional and respectful of colleagues and authority in a diverse workforce. The Management Analyst provides services which require a high level of professionalism, knowledge, diplomacy, and expertise, and places a premium on the building of positive relationships with teams in the field and in Washington, and with key stakeholders both internal and external to USAID.� You are able to prioritize and complete tasks, guide junior members of the team, while also filling gaps as needed to ensure the responsiveness of the team.� As an intermittent staff member, the Management Analyst is readily available to provide the required services often on short notice with little time for preparation. Reporting to the OTI�s Ops Bullpen Team Leader or designee, you will also work closely with OTI country program implementation teams, OMD teams in Washington, and with key offices supporting and interfacing with OTI, such as the Management Office of Acquisition and Assistance (M/OAA), Office of the General Counsel (GC) and the Office of Human Capital Talent Management (HCTM), as well as with Executive Officers, Program Officers, Department of State counterpart staff, and other members of the Embassy community as appropriate. You are also committed to upholding USAID/OTI�s Diversity, Equity, Inclusion, and Accessibility�s (DEIA) Vision and Values as outlined in the background.�� Under the direct supervision of the Conflict Prevention and Stabilization (CPS)/OTI Operations Bullpen Team Lead or designee, the Management Analyst will perform the following duties: Provide advice and analysis on International Cooperative Administrative Support Service (ICASS) issues, including review of ICASS budgets and invoices as well as tracking of ICASS costs across regions and providing analysis to present out to OTI leadership. Advise on the establishment of ICASS agreements.� Provide training to OTI staff on ICASS; Serve as the primary point of contact for establishment of OTI�s official presence overseas through the National Security Decision Directive (NSDD)-38. Provide training to OTI staff on the NSDD-38 process; Serve as subject matter expert to OTI management on policies and procedures including federal and agency regulations pertaining USAID and DoS operations in embassies including ADS, AIDAR, FAM, and FAH; Assume responsibilities on a range of roles, including serving as the operational lead for field support actions. Serve as the alter ego to the Operations Bullpen Team Leader on field support issues and act in the Team Leader�s absence, provide operations support throughout the organization, with primary responsibilities to provide coverage for management gaps to the OMD Ops Bullpen; Serve as a management analyst for the OTI country programs in the field and in Washington, advising and assisting on government management policies and systems at all levels of the organization. Assess and conduct business process reviews of operational support functions in Washington with a view towards streamlining processes for efficiency and improved effectiveness; Work with the Team�s Senior Management Advisors (SMAs) in conducting field visits to assess and evaluate administrative management systems, issues and operations for OTI country program start-ups, management and close-outs.� 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; Together with the SMAs, 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;� Together with the SMAs, collaborate with OTI teams and relevant USAID/Embassy staff 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 Embassy Compensation Plan and host country laws;� Serve as OTI/OMD liaison with other USAID offices including Office of Acquisitions and Assistance; General Counsel; Management; Conflict Prevention and Stabilization; and Human Capital and Talent Management for the purpose of ensuring collaboration between OTI teams and USAID/Washington, and ensuring compliance with agency policies and procedures; Participate in mid-program reviews to ensure that operations are in compliance with USAID/Embassy rules, regulations and best practices. These field reviews will promote mutual understanding of agency policies applicable to solving any problems or concerns relating to administrative support services; and, that milestones are met and deadlines are observed; Collaborate with OTI support teams to develop and provide training for Washington, DC headquarters and field staff (both U.S. and foreign national) to ensure that staff are in compliance with OTI policies, as well as Agency regulations; Collaborate with OMD teams and assist the teams in preparing new guidance or policy change documents for dissemination within OTI as it relates to field support operations. Assume the lead role in providing the teams with required training for field support operations, new policy, or new guidance as it relates to such issues as ICASS, NSDD-38s, etc; Manage special tasks to support OTI�s program operations support objectives, including planning, organizing, directing, designing, and coordinating projects; and, Serve on temporary details within OTI, other USAID bureaus/offices, or other USG agencies under this scope of work for a period not to exceed six months. Duties performed while on detail must be directly related to the scope of work. Contracting Officer (CO) approval is required for the temporary detail. Any extension past the six months requires CO approval. SUPERVISORY RELATIONSHIP: The Management Analyst will take direction from and report to the Ops Bullpen Team Lead or� designee. SUPERVISORY CONTROLS: At the GS-13 level, the incumbent�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. During deployment on assessment teams, country start-ups, and during site visits, there may be some additional physical exertion including long periods of standing, walking over rough terrain, or carrying of moderately heavy items (less than 50 pounds).� 13. WORK ENVIRONMENT: Work is primarily performed in an office setting. If the employee travels overseas, the work may involve additional special safety and/or security precautions, wearing of protective equipment, and exposure to severe weather conditions.� � II. MINIMUM QUALIFICATIONS REQUIRED FOR THIS POSITION (Determines basic eligibility for the position. Offerors who do not meet all of the education and experience factors are considered NOT qualified for the position. See detailed instructions for demonstrating Education/Experience under �Submitting an Offer�) At a minimum, the offeror must have: A Master's degree with five (5) years of work experience; � � � � � OR � � � � � A Bachelor�s degree with seven (7) years of work experience; � � � � � AND � � � �2. A minimum of four (4) years of experience working in complex operations management or administrative management positions including human resources, contracts and procurement, personal property management, records management, security, or other related functions; � � � �3. Demonstrated experience in training, guiding and mentoring staff with varying skill sets. 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 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 building relationships with, and effectively communicating complex ideas, analysis, and strategies to staff located worldwide, including senior government officials, implementing partners, or� other key stakeholders.� Factor #2 Demonstrated experience supporting overseas programs, including setting up new offices, and/or effective closure of offices upon the completion of programs/projects.� Factor #3 Demonstrated ability to fill critical management gaps including operations support roles to ensure programs run smoothly; demonstrated ability to exercise discretion, judgment, personal responsibility, and the ability to mentor colleagues and/or junior staff. 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 their 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. Offerors must submit at least three (3) professional references, one (1) of which must be a current or former supervisor. OTI reserves the right to contact previous employers to verify employment history.� If the offeror had a previous position with USAID, the TEC and/or CO are encouraged to obtain reference checks from the previous supervisor(s) or CO(s). See ADS 309.3.1.11.a.4 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 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. � � � 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.� � � � �4.�Ensuring Adequate COVID-19 Safety Protocols for Federal Contractors - The Offeror� �������will be required to show proof that the Offeror is fully vaccinated against COVID-19 on or���� �������before the first day of onboarding or submit an approved reasonable accommodation to the� �������CO. If the contractor does not meet this requirement the contract may be terminated.* ���������*See Notice Regarding Any Court Order Affecting the Implementation of E.O. 14042 in� �����������Section VIII below.��� 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). Questionnaire for Sensitive Positions (for National Security) (SF-86), or Questionnaire for Non-Sensitive Positions (SF-85).� Finger Print Card (FD-258).� The contractor will be required to show proof that the contractor is fully vaccinated against COVID-19 on or before the first date of onboarding, or submit an approved reasonable accommodation to the CO. If the contractor does not meet this requirement the contract may be terminated. 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 Paid Parental 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 .� 2. Contract Cover Page form AID 309-1 available at https://www.usaid.gov/forms. One Base Year Table � Management 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 Esti...
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/67943b668dd640ab9516ece05d4e536a/view)
 
Place of Performance
Address: Washington, DC, USA
Country: USA
 
Record
SN06211938-F 20220109/220110105806 (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.