SOLICITATION NOTICE
R -- USPSC OTI Senior Transition Specialist Lead - Washington, D.C. - Solicitation
- Notice Date
- 5/1/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 921190
— Other General Government Support
- Contracting Office
- Agency for International Development, Washington D.C., USAID/Washington, 1300 Pennsylvania Avenue, NW, Room 7.10-006, Washington, District of Columbia, 20523, United States
- ZIP Code
- 20523
- Solicitation Number
- 72D0T118R00020
- Archive Date
- 5/31/2018
- Point of Contact
- OTIjobs, Phone: 202-836-7455
- E-Mail Address
-
otijobs@usaid.gov
(otijobs@usaid.gov)
- Small Business Set-Aside
- N/A
- Description
- Solicitation for 72D0T118R00020 Request for Personal Services Contractor USAID Office of Transition Initiatives Position Title:OTI Senior Transition Specialist Lead - Washington, D.C. Solicitation Number: 72D0T118R00020 Salary Level:GS-15 Equivalent: $134,789 - $164,200 Issuance Date:May 1, 2018 Closing Date: May 16, 2018 Closing Time:1:00 P.M. Eastern Time Dear Prospective Offerors: The United States Government (USG), represented by the U.S. Agency for International Development (USAID), is seeking offers from qualified U.S. citizens to provide personal services as a Senior Transition Specialist Lead 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: 1.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 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 Application form AID 302-3. Offerors are required to complete and sign the form. This form must be physically signed. Electronic signatures will not be accepted. NOTE ABOUT THE DATA UNIVERSAL NUMBERING SYSTEM AND SYSTEM FOR AWARD MANAGEMENT REQUIREMENTS All USPSCs with a place of performance in the United States are required to have a Data Universal Numbering System (DUNS) number and be registered in the System for Award Management (SAM) database prior to receiving an offer. You will be disqualified if you either fail to comply with this requirement or if your name appears on the excluded parties list. The selectee will be provided with guidance regarding this registration. Additional documents submitted will not be accepted. Incomplete or late offers will not be considered. Your complete resume and the supplemental document addressing the EFs 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. 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 ATTACHMENT 1 Solicitation for U.S. Personal Services Contractor (PSC) OTI Senior Transition Specialist Lead - Washington, D.C. I.GENERAL INFORMATION 1.SOLICITATION NO.: 72D0T118R00020 2.ISSUANCE DATE: May 1, 2018 3.CLOSING DATE/TIME FOR RECEIPT OF APPLICATIONS: May 16, 2018, 1:00 pm Eastern Time 4.POSITION TITLE: Senior Transition Specialist Lead 5.MARKET VALUE: This position has been designated at the GS-15 equivalent level, D.C. locality pay ($134,789 - $164,200 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. Candidates who live outside the Washington, D.C. area will be considered for employment but no relocation expenses will be reimbursed. 6.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. 7.PLACE OF PERFORMANCE: Washington, D.C. 8.SECURITY LEVEL REQUIRED: Secret 9.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: http://www.usaid.gov/political-transition-initiatives INTRODUCTION This position is located in the Bureau for Democracy, Conflict and Humanitarian Assistance, (DCHA), Office of Transition Initiatives (OTI), is a member of OTI's Senior Leadership, is the head of the Programs, Learning and Innovations (PLI) division, consisting of two teams: the Program Office (PO) unit and the Applied Best Practices and Coordination (ABC) unit. The incumbent reports to the OTI Deputy Director. The DCHA/OTI Program, Learning, and Innovations division consists of two teams, the Program Office (PO) and the Applied Best Practices and Coordination (ABC) unit. The PO provides OTI with strategic guidance on country-level and office-level budgeting, strategy, and program performance issues, and increases key stakeholder awareness of and support for OTI as a key instrument in carrying out U.S. foreign policy objectives through political transition programming. OTI's PO maintains technical oversight of the Support Which Implements Fast Transitions (SWIFT) Indefinite Quantity Contracts (IQC), the Programming Development Quickly (PDQ) IQC, the Support that Augments Rapid Transitions (START) IQC, and manages coordination of programming within the Foreign Assistance (F) framework. The PO plays a key role in the initial OTI country assessment process, periodic country program and management reviews, and final evaluations. Also, the PO provides support to ongoing OTI country programs through managing country budgeting decisions and allocation of resources, and setting standards and providing guidance on strategic planning, decision-making, and implementation. In addition, the PO provides reports on OTI country activities for DCHA, OMB, the Department of State, and Congress. The ABC unit facilitates learning within country programs and across the organization, and supports the evolution and application of OTI's business model through: 1) training, facilitation and program performance management support and 2) innovative technical tools and approaches. ABC supports learning processes and develops new platforms and resources to support the "learn and adapt" principle core to all OTI country programs. Also, ABC fosters sharing lessons learned across country programs, develops standardized learning resources, introduces application of new technology, and coordinates with key stakeholders through sharing of innovations and lessons from field programs and helping shape the policy environment in which OTI operates. OTI's Monitoring, Evaluation and Learning capacity as well as its Knowledge Management resources are housed within ABC. CORE FUNCTIONAL AREAS OF RESPONSIBILITY DUTIES AND RESPONSIBILITIES The work of the Senior Transition Specialist Lead 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 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 Senior Transition Specialist Lead 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 DCHA/OTI Deputy Director or his/her designee, the Senior Transition Specialist Lead will perform the following duties: At the GS-15 Senior Transition Specialist Lead level: ●Coordinate the work efforts of technical personnel in conducting conceptual systems analyses, evaluations, or investigations of highly unstructured and interconnected problems involving complex administrative or programmatic issues and problems, particularly those involved with the Transition Initiatives account that work in support of rapid and flexible political transition programs overseas; ●Advise and collaborate closely with other Senior Leaders on the development of OTI program strategies and budgets, and office policies and practices. Advise and make recommendations to OTI Senior Leadership on a strategy outlining future planning and vision in the development and implementation of OTI programs. Advise OTI's Senior Leadership team through regular reports that include observations, problems, and recommendations regarding OTI programs. Participate in office leadership responsibilities and initiatives such as bureau and office-level strategic design, change management and workforce planning; ●Design staffing plans to meet overall program objectives, ensure staff work objectives and tasks are well defined, and ensure that recruitment is initiated immediately when staffing needs arise. Ensure staff is highly qualified, trained, and mentored in all critical aspects of OTI operations and programming. Ensure that employee performance evaluations are completed in a timely manner in accordance with OTI office policy; ●Lead, manage and directly supervise OTI Deputy Chiefs, Team Leaders, and bullpen staff. Provide orientation, training, and mentoring for staff; explain how duties are to be performed to meet expectations; recognize good performance; communicate and take action where performance needs to be improved; ●Coordinate and communicate with other DCHA, USAID, State Department, Office of Management and Budget (OMB), U.S. Congressional members and staffers, Department of Defense, other U.S. Government agency personnel in Washington and the field, as well as non-governmental organizations to share lessons learned and possibly form collaborations for relevant transition programming in the field; ●Provide expert advice and guidance on DCHA/OTI's business methods in implementing political transition programming, to include the methodology and implementation of Grants Under Contracts in relation to the provision of political transition programming in conflict-prone countries; ●Coordinate planning and reporting with USAID/DCHA's Office of Program, Policy, and Management (PPM), and the Office of the Director of Foreign Assistance; and coordinate effective utilization of technical assistance resources to plan for, manage, and accomplish OTI program objectives; ●Ensure effective cross-divisional collaboration and communication, especially in coordinating and monitoring the flow of information and collaboration between Programs, Learning and Innovations (PLI) and Field Programs Division; ●Oversee reports such as Annual Reports to Congress, Congressional Budget Justification, annual Operational Plan and Performance Plan and Report (PPR) coordination, including collecting and inputting key information points, budget projections, and areas, objectives and elements for each country program. Coordinate responses within DCHA with PPM, Democracy, Human Rights and Governance (DRG) and Conflict Management and Mitigation (CMM) offices, and other offices; ●Prepare reports and/or written analysis regarding USAID policies and positions on difficult or complex matters, specifically in relation to political transition programming and the mechanisms to support the work; ●Participate in the design and implementation of new country program operations to include complex country analysis and program design to develop future and existing programs and strategies for political transition programming in conflict prone, high priority countries, including effective oversight of budget and contractual issues; ●Oversee OTI outreach support for field programs and link with office-level strategic engagement; ●Manage and/or participate in program performance and management reviews of OTI programs through in-country site visits, reporting on or ensuring final reports are completed and recommendations are received and acted on by relevant OTI staff; and ●Perform services under this scope of work at physical locations other than Washington OTI headquarters, including other USAID offices, bureaus or other USG agencies, not to exceed six months. SUPERVISORY RELATIONSHIP: The Senior Transition Specialist Lead will be supervised by the OTI Deputy Director or his/her designee. 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. 10.AREA OF CONSIDERATION: U.S. Citizenship 11. PHYSICAL DEMANDS PHYSICAL DEMANDS: The work is generally sedentary and does not pose undue physical demands. If traveling overseas, the employee may be subjected to additional physical exertion including long periods of standing, walking over rough terrain, or carrying moderately heavy items (less than 50 pounds). WORK ENVIRONMENT: Work is performed in an office setting. Overseas deployments are not required for this position. 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. 12.POINT OF CONTACT: OTI Recruitment Team 529 14th Street, NW, Suite 300 Washington, D.C. 20045 Telephone Number: (202) 836-7487 E-Mail Address: OTIjobs@usaid.gov 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 "Applying") At a minimum, the offeror must have: (1)A Master's Degree with nine (9) years of project management experience with a U.S. Government foreign affairs agency, international assistance organization, or non-governmental organization in community development, economic development, mediation/arbitration, conflict resolution, democracy and governance, international law, human rights activities, and/or political analysis; OR (2)A Bachelor's Degree with eleven (11) years of project management experience with a U.S. Government foreign affairs agency, international assistance organization, or non-governmental organization in community development, economic development, mediation/arbitration, conflict resolution, democracy and governance, international law, human rights activities, and/or political analysis; AND (3)Six (6) years supervising (leading and managing) teams implementing complex political transition and post-conflict programming that supports US foreign policy interests and involves contract and financial oversight, of which three (3) years must include supervising at a management level (supervising supervisors). (4)Two (2) years of overseas field experience working in a developing country undergoing political transition. 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 offeror meets each of the Evaluation Factors submitted; •Ability to obtain a SECRET level security clearance (NOTE: Dual citizens may be asked to renounce second-country citizenship); •Satisfactory verification of academic credentials. A USAID Secret level security clearance is required prior to issuance of the contract for this position. NOTE: If a full security investigation package is not submitted by the selected within 30 days after it is requested, the offer may be rescinded. If a security clearance is not able to be obtained within four months after the selected submits the initial security clearance documentation, the offer may be rescinded. III.EVALUATION FACTORS 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 #1Demonstrated experience in a leadership capacity in strategic planning, change management, programming quality control, financial management, and contract and/or grant management. Factor #2Demonstrated experience representing and advocating for an operating unit within a larger organization to internal counterparts, other agencies (for example, within the US government), and external stakeholders such as Congress, international organizations, and the think tank community. 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 offeror 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. IV.APPLYING Offerors must be received by the closing date and time at the address specified in Section I, item 3, and submitted to the Point of Contact in Section I, item 12. Qualified offerors are required to submit: 1.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 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 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 AID 302-3. 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, offerors must prominently reference the solicitation number in the offer submission. Offerors 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 application. NOTE REGARDING DATA UNIVERSAL NUMBERING SYSTEM (DUNS) NUMBERS AND THE SYSTEM FOR AWARD MANAGEMENT All individuals contracted as US PSCs in the United States are required to have a DUNS Number and be registered in the SAM database. The selected offeror will be provided with guidance regarding this registration. For general information about DUNS Numbers and SAM, please refer to Federal Acquisition Regulation (FAR) Clause 52.204-6, Data Universal Numbering System (DUNS) Number and FAR 52.204-7, System for Award Management. https:/acquisition.gov/far/current/html/52_200_206.html or www.sam.gov. ALL QUALIFIED OFFERORS WILL BE CONSIDERED REGARDLESS OF AGE, RACE, COLOR, SEX, CREED, NATIONAL ORIGIN, LAWFUL POLITICAL AFFILIATION, NON-DISQUALIFYING DISABILITY, MARITAL STATUS, SEXUAL ORIENTATION, AFFILIATION WITH AN EMPLOYEE ORGANIZATION, OR OTHER NON-MERIT FACTOR. V.LIST OF REQUIRED FORMS FOR PSC HIRES Once the 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/ 1.Declaration for Federal Employment (OF-306). 2.Medical History and Examination Form (DS-6561). 3.Questionnaire for Sensitive Positions (for National Security) (SF-86), or Questionnaire for Non-Sensitive Positions (SF-85). 4.Finger Print Card (FD-258). VI.BENEFITS/ALLOWANCES As a matter of policy, and as appropriate, a PSC is normally authorized the following benefits and allowances: 1. BENEFITS: (a) Employer's FICA Contribution (b) Contribution toward Health & Life Insurance (c) Pay Comparability Adjustment (d) Annual Increase (pending a satisfactory performance evaluation) (e) Eligibility for Worker's Compensation (f) Annual & Sick Leave 2. ALLOWANCES: Section numbers refer to rules from the Department of State Standardized Regulations (Government Civilians Foreign Areas) (a) Post DifferentialChapter 500 and Tables in Chapter 900. (b) Living Quarters AllowanceSection 130. (c) Temporary Lodging AllowanceSection 120. (d) Post AllowanceSection 220. (e) Supplemental Post AllowanceSection 230. (f) Payments During EvacuationSection 600. (g) Education AllowanceSection 270. (h) Separate Maintenance AllowanceSection 260. (i) Danger Pay AllowanceSection 650. (j) Education TravelSection 280. VII.TAXES USPSCs are required to pay Federal Income Taxes, FICA, and Medicare VIII.ACQUISITION & ASSISTANCE POLICY DIRECTIVES (AAPDS) AND CONTRACT INFORMATION BULLETINS (CIBS) PERTAINING TO PSCs 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) The regulations in the Foreign Affairs Manual, Volume 16, Chapter 520 (16 FAM 520), Responsibility for Payment of Medical Expenses, apply to this contract, except as stated below. The contractor and each eligible family member are strongly encouraged to obtain health insurance that covers this assignment. Nothing in this provision supersedes or contradicts any other term or provision in this contract that pertains to insurance or medical costs, except that section (e) supplements General Provision 25. "MEDICAL EVACUATION (MEDEVAC) SERVICES." (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 medicalcosts incurred and the U.S. Government has no payment obligation (see paragraph (f) of this provision). (d) USAID serves as a secondary payer for medical expenses of the contractor and eligible family members who are covered by health insurance, where the following conditions are met: (1) The illness, injury, or medical condition giving rise to the expense is incurred, caused, or materially aggravated while the eligible individual is stationed or assigned abroad; (2) The illness, injury, or medical condition giving rise to the expense required or requires hospitalization and the expense is directly related to the treatment of such illness, injury, or medical condition, including obstetrical care; and (3) The Office of Medical Services (M/MED) or a Foreign Service medical provider (FSMP) determines that the treatment is appropriate for, and directly related to, the illness, injury, or medical condition. (e) The Mission Director may, on the advice of M/MED or an FSMP at post, authorize medical travel for the contractor or an eligible family member in accordance with the General Provision 10, Travel and Transportation Expenses (July 1993), section (i) entitled "Emergency and Irregular Travel and Transportation." In the event of a medical emergency, when time does not permit consultation, the Mission Director may issue a Travel Authorization Form or Medical Services Authorization Form DS-3067, provided that the FSMP or Post Medical Advisor (PMA) is notified as soon as possible following such an issuance. The contractor must promptly file a claim with his or her medevac insurance provider and repay to USAID any amount the medevac insurer pays for medical travel, up to the amount USAID paid under this section. The contractor must repay USAID for medical costs paid by the medevac insurer in accordance with sections (f) and (g) below. In order for medical travel to be an allowable cost under General Provision 10, the contractor must provide USAID written evidence that medevac insurance does not cover these medical travel costs. (f) If the contractor or eligible family member is not covered by primary health insurance, the contractor is the primary payer for the total amount of medical costs incurred. In the event of a medical emergency, the Medical and Health Program may authorize issuance of Form DS-3067, Authorization for Medical Services for Employees and/or Dependents, to secure admission to a hospital located abroad for the uninsured contractor or eligible family member. In that case, the contractor will be required to reimburse USAID in full for funds advanced by USAID pursuant to the issuance of the authorization. The contractor may reimburse USAID directly or USAID may offset the cost from the contractor's invoice payments under this contract, any other contract the individual has with the U.S. Government, or through any other available debt collection mechanism. (g) When USAID pays medical expenses (e.g., pursuant to Form DS-3067, Authorization for Medical Services for Employees and/or Dependents), repayment must be made to USAID either by insurance payment or directly by the contractor, except for the amount of such expenses USAID is obligated to pay under this provision. The Contracting Officer will determine the repayment amount in accordance with the terms of this provision and the policies and procedures for employees contained in 16 FAM 521. When USAID pays the medical expenses, including medical travel costs (see section (e) above), of an individual (either the contractor or an eligible family member) who is covered by insurance, that individual promptly must claim his or her benefits under any applicable insurance policy or policies. As soon as the individual receives the insurance payment, the contractor must reimburse USAID for the full amount that USAID paid on the individual's behalf or the repayment amount determined by the Contracting Officer in accordance with this paragraph, whichever is less. If an individual is not covered by insurance, the contractor must reimburse USAID for the entire amount of all medical expenses and any travel costs the contractor receives from his/her medevac provider. (h) In the event that the contractor or eligible family member fails to recover insurance payments or transfer the amount of such payments to USAID within 90 days, USAID will take appropriate action to collect the payments due, unless such failure is for reasons beyond the control of the USPSC/dependent. (i) Before departing post or terminating the contract, the contractor must settle all medical expense and medical travel costs. If the contractor is insured, he or she must provide proof to the Contracting Officer that those insurance claims have been submitted to the insurance carrier(s) and sign a repayment agreement to repay to USAID any amounts paid by the insurance carrier(s).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/AID/OP/WashingtonDC/72D0T118R00020/listing.html)
- Place of Performance
- Address: Washington, D.C., Washington, District of Columbia, United States
- Record
- SN04906215-W 20180503/180501230727-f99b3df00401e64f95adba87562c8271 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |