SOLICITATION NOTICE
R -- USPSC � OTI Chief, Field Programs Division � Washington, D.C.(GS-15)
- Notice Date
- 7/8/2020 10:20:46 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 921190
— Other General Government Support
- Contracting Office
- USAID DCHA WASHINGTON DC 20523 USA
- ZIP Code
- 20523
- Solicitation Number
- 72D0T120R00032
- Response Due
- 7/23/2020 10:00:00 AM
- Archive Date
- 08/07/2020
- Point of Contact
- OTI Recruitment Team
- E-Mail Address
-
otijobs@usaid.gov
(otijobs@usaid.gov)
- Description
- SOLICITATION NUMBER:�������� �72D0T120R00032 ISSUANCE DATE:��������� July 8, 2020 CLOSING DATE AND TIME:��������� July 23, 2020 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 Chief, Field Programs Division � 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.� Supplemental document specifically addressing: Each of the four (4) Evaluation Factors shown in the solicitation. Responses must be limited to 500 words per factor. Any additional words above the limit will neither be read nor scored. NOTE: The Evaluation Factors are worth 70 out of 100 points. Offerors are required to address each of the Evaluation Factors in a separate document describing specifically and accurately what experience, training, education and/or awards they have received that are relevant to each factor. USPSC Offeror Information for Personal Services Contracts form AID 309-2. Offerors are required to complete and sign the form. This form must be physically signed. Electronic signatures will not be accepted. NOTE ABOUT THE DATA UNIVERSAL NUMBERING SYSTEM AND SYSTEM FOR AWARD MANAGEMENT REQUIREMENTS All USPSCs with a place of performance in the United States are required to have a Data Universal Numbering System (DUNS) number and be registered in the System for Award Management (SAM) database prior to receiving an offer. You will be disqualified if you either fail to comply with this requirement or if your name appears on the excluded parties list. The selectee will be provided with guidance regarding this registration. Additional documents submitted will not be accepted. Incomplete or late offers will not be considered. Your complete resume and the AID309-2 form must be mailed or emailed to: ����������� Office of Transition Initiatives ����������� 529 14th Street, NW, Suite 300 ����������� Washington, DC 20045 ����������� E-Mail Address: OTIjobs@usaid.gov Offerors can expect to receive a confirmation email when offer materials have been received. Offerors should retain for their records copies of all enclosures which accompany their offers. This solicitation in no way obligates USAID to award a PSC contract, nor does it commit USAID to pay any cost incurred in the preparation and submission of the offer.� Offeror resources are available at www.otijobs.net/#!guidance-for-applying/c1ggu. Any questions on this solicitation may be directed to: ����������� OTI Recruitment Team ����������� Telephone Number: (202) 836-7487 ����������� E-Mail Address: OTIjobs@usaid.gov ����������� Website: www.OTIjobs.net ����������������������������������������������������������������������� Sincerely, ����������������������������������������������������������� ����������������������������������������������������������������������� Cristina Sylvia Contracting Officer ����������������������������������������������������������� 72D0T120R00032 I. GENERAL INFORMATION 1. SOLICITATION NO.: 72D0T120R00032 2. ISSUANCE DATE: July 8, 2020 3. CLOSING DATE AND TIME FOR RECEIPT OF OFFERS: July 23, 2020, 1:00 pm Eastern Time 4. POINT OF CONTACT: OTI Recruitment Team, (202)836-7487, e-mail at OTIjobs@usaid.gov. 5. POSITION TITLE: Chief, Field Programs Division 6. MARKET VALUE: This position has been designated at the GS-15 equivalent level, D.C. locality pay ($142,701 - $170,800 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. 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: Secret 11. STATEMENT OF DUTIES POSITION DESCRIPTION BACKGROUND USAID�s Office of Transition Initiatives (OTI) is seeking highly motivated, highly qualified individuals who want the opportunity to help support rapid international transition programs for priority conflict-prone countries. Created in 1994 as a distinct operating unit within USAID, OTI helps local partners advance peace and democracy in politically-transitioning countries. In support of U.S. foreign policy, OTI seizes emerging windows of opportunity in the political landscape to promote stability, peace, and democracy by catalyzing local initiatives through adaptive and agile programming. Countries experiencing a significant political transition in the midst of a disaster or emerging from civil conflict have unique needs that cannot be fully addressed by traditional disaster relief.� Timely and effective assistance to promote and consolidate peaceful, democratic advances can make the difference between a successful or a failed transition.� OTI assists in securing peace by aiding indigenous, mostly non-governmental, civil society and media organizations.� OTI uses such mechanisms as support for re-integration of ex-combatants into civilian society; development of initiatives to promote national reconciliation; identification of quick-impact community self-help projects to meet urgent economic needs; and aid to independent media outlets and community-based organizations to help promote informed debate and broaden public participation. To respond quickly and effectively and meet its program objectives and mandate OTI retains a group of high level professionals and experts under U.S. Personal Services Contracts (USPSCs). These knowledgeable and skilled professionals make up the vast majority of the OTI work force and are at its forefront implementing and achieving the office�s programmatic goals and objectives. There are several benefits that USPSCs may participate in, such as partial reimbursement for health and life insurance costs, as well as full coverage of workers� compensation, among other benefits. For more complete information on USPSC benefits, please see Section VI of this solicitation. For more information about OTI and its country programs please see: http://www.usaid.gov/political-transition-initiatives Introduction The Field Programs Division (FPD) provides expertise and technical support to both OTI Washington and to all country programs in the field, spearheading OTI�s strategic engagement in intra/inter-agency sector-specific dialog and debate, and enhancing OTI�s ability to actively engage in discussions on matters critical to OTI program objectives.� FPD consists of regional teams, a management team of Deputy Chiefs, support staff, and OTI�s global surge capacity, known as the �Bullpen�.� The Chief, Field Programs Division�s principal responsibility is to lead these OTI�s regional teams which are currently organized into six teams: Middle East, LAC, West Africa, Southern and East Africa, Asia, and Europe (these teams may change), supervising the team leaders, and overseeing the management of OTI country programs, which includes all programming responsibilities and authorities, assessments, start-ups and closeouts. Additionally, the Chief, FPD will supervise FPD Deputy Chiefs, FPD support staff, and the surge staff supervisor. The OTI Chief, FPD reports to the OTI Deputy Director or his/her designee, and is based in Washington, DC. CORE FUNCTIONAL AREAS OF RESPONSIBILITY DUTIES AND RESPONSIBILITIES The Chief, Field Programs Division (FPD) thrives in a dynamic, fast-paced environment, is a positive role model for OTI values and leadership behaviors, and works collaboratively with colleagues to deliver outstanding results.� The work requires unbiased, self-aware and motivational leadership, decision-making, teamwork, effective communication and collaboration, the exercise of discretion, judgment, and personal responsibility. As a member of an operational office, the Chief, FPD performs a wide range of administrative functions to help ensure programmatic success. The incumbent has a high level of integrity and attention to detail to ensure the efficient use of OTI systems and procedures to effectively manage funds, programming, and monitoring and evaluation. The incumbent is flexible and willing to model leadership 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 building a broad network of lasting partnerships with senior management, key stakeholders and colleagues in Washington and the field, both in and outside of USAID.� A sound knowledge of the Office�s operational processes in Washington is vital to the position. Under the direct supervision of the DCHA/OTI Deputy Director or his/her designee, the Chief FPD will perform the following duties: At the GS-15 Chief, Field Programs Division level: Provide leadership and vision for FPD and the Office to deliver effective programs as part of the USAID�s conflict prevention, stabilization and political transition assistance efforts;� Ensure FPD is managed efficiently and effectively, and coordinates and collaborates with other Divisions as part of OTI�s �One Mission�, �One Team� approaches;�� Collaborate closely with counterpart Division Chiefs and the Director�s Office to ensure responsible management of Office resources and establish strategic partnerships with key stakeholders (e.g. bureau counterparts, Implementing Partners, outside organizations, etc.); Advise and make recommendations for OTI leadership on strategic planning outlining future planning and vision as well as priorities for FPD in the development and implementation of OTI programs. Advise OTI leadership through regular reports that include observations, problems, and recommendations regarding OTI programs; Contribute to organizational development efforts aimed at ensuring that OTI�s structure, processes, systems and practices are aligned to serve OTI�s mission efficiently and effectively; Provide input to and deliver guidance on OTI�s policy and position on issues; ensuring that USG and OTI interests are protected and coordinated, and that policy is properly and consistently implemented; Lead, manage and directly supervise OTI Deputy Chiefs, Team Leaders, and FPD bullpen staff as required. 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; 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 are 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; Actively participate in conferences, meetings, or presentations involving issues of strategic relevance to political transition programming, including watch list countries in cooperation with OTI regional teams, in order to provide sustained knowledge to the OTI leadership on current events and programs; Serve as a liaison with the rest of USAID, the State Department, and the Department of Defense to represent OTI programs and ensure program and policy direction; When required, represent OTI in internal Agency discussions of policy and resource allocation, at the Office, Assistant Administrator, and Executive levels; When required, act as OTI Deputy Director or OTI Director; When required, serve on short-term assignments with other USAID offices or bureaus in direct support of OTI programs. These placements shall not exceed three months. SUPERVISORY RELATIONSHIP: The Chief, Field Programs Division will take direction from and will report to the 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. 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�) At a minimum, the offeror must have: 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 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 Four (4) years of overseas field experience working in a developing country, of which two (2) years must include experience working in one or more countries undergoing political transition. Six (6) years of supervisory experience, of which three (3) years must include supervising at a management level (supervising supervisors), and two (2) years of supervisory experience overseas. III. EVALUATION AND SELECTION FACTORS (Determines basic eligibility for the position. Offerors who do not meet all of the education and experience factors are considered NOT qualified for the position. The Government may award a contract without discussions with offerors in accordance with FAR 52.215-1. The CO reserves the right at any point in the evaluation process to establish a competitive range of offerors with whom negotiations will be conducted pursuant to FAR 15.306(c). In accordance with FAR 52.215-1, if the CO determines that the number of offers that would otherwise be in the competitive range exceeds the number at which an efficient competition can be conducted, the CO may limit the number of offerors in the competitive range to the greatest number that will permit an efficient competition among the most highly rated offers. FAR provisions of this solicitation are available at https://www.acquisition.gov/browse/index/far. SELECTION FACTORS: (Determines basic eligibility for the position. Offerors who do not meet all of the selection factors are considered NOT qualified for the position.) Offeror is a U.S. Citizen; Complete resume submitted. See cover page for resume requirements. Experience that cannot be quantified will not be counted towards meeting the solicitation requirements; Supplemental document specifically addressing how the candidate meets each of the Evaluation Factors submitted; Ability to obtain a SECRET level security clearance (NOTE: Dual citizens may be asked to renounce second-country citizenship); Satisfactory verification of academic credentials. A USAID Secret level security clearance is required prior to issuance of the contract for this position. NOTE: If a full security investigation package is not submitted by the selected within 30 days after it is requested, the offer may be rescinded. If a security clearance is not able to be obtained within four months after the selected submits the initial security clearance documentation, the offer may be rescinded. Evaluation Factors: (Used to determine the competitive ranking of qualified offerors in comparison to other offerors. The factors are listed in priority order from highest to least.) Offerors should cite specific, illustrative examples for each factor. Responses must be limited to 500 words per factor.� Any additional words above the limit will neither be read nor scored. Factor #1�������� Demonstrated experience guiding and mentoring professional teams around a common goal, while identifying and supporting individual member needs, strengths, and development in challenging operating environments; Factor #2�������� Demonstrated professional experience in the conceptualization, design, management, analysis and evaluation of project activities relevant to political transition and/or post-conflict programs;����������� Factor #3�������� Demonstrated experience working with and representing organizations to U.S. Government agencies, donor and international organizations, and local counterparts, including beneficiaries to achieve critical, high profile objectives; Factor #4�������� Demonstrated experience in contract and/or grant management in difficult, complex circumstances. 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 � 20 Factor #2 � 20 Factor #3 � 15 Factor #4 � 15 Total Possible � 70 Points Interview Performance � 30 points Satisfactory Professional Reference Checks � Pass/Fail (no points assigned) Total Possible Points: 100 The most qualified offerors may be interviewed, required to provide a writing sample, and demonstrate an ability to operate commonly used office applications. OTI will not pay for any expenses associated with the interviews. In addition, offers (written materials and interviews) will be evaluated based on content as well as on the offerors writing, presentation, and communication skills. In the event that an offeror has fully demonstrated his/her qualifications and there are no other competitive offerors OTI reserves the right to forego the interview process. Professional references and academic credentials will be evaluated for offerors being considered for selection. OTI reserves the right to contact previous employers to verify employment history. IV. SUBMITTING AN OFFER Offers must be received by the closing date and time at the address specified in Section I, item 3, and submitted to the Point of Contact in Section I, item 4. Qualified offerors are required to submit: Complete resume. In order to fully evaluate your offer, your resume must include: (a) Paid and non-paid experience, job title, location(s), dates held (month/year), and hours worked per week for each position. Dates (month/year) and locations for all overseas field experience must also be detailed. Any experience that does not include dates (month/year), locations, and hours per week will not be counted towards meeting the solicitation requirements. (b) Specific duties performed that fully detail the level and complexity of the work. (c) Names and contact information (phone and email) of your current and/or previous supervisor(s). (d) Education and any other qualifications including job-related training courses, job-related skills, or job-related honors, awards or accomplishments. (e) U.S. Citizenship. Your resume should contain explicit information to make a valid determination that you fully meet the minimum qualification requirements as stated in this solicitation. This information should be clearly identified in your resume.� Failure to provide explicit information to determine your qualifications for the position will result in loss of full consideration.� Supplemental document specifically addressing: Each of the four (4) Evaluation Factors shown in the solicitation. Responses must be limited to 500 words per factor. Any additional words above the limit will neither be read nor scored. NOTE: The Evaluation Factors are worth 70 out of 100 points. Offerors are required to address each of the Evaluation Factors in a separate document describing specifically and accurately what experience, training, education and/or awards they have received that are relevant to each factor. �Offeror Information for Personal Services Contracts form AID 309-2. Offerors are required to complete and sign the form. This form must be physically signed. Electronic signatures will not be accepted. Additional documents submitted will not be accepted. To ensure consideration of offers for the intended position offers must prominently reference the solicitation number in the offer submission. Offeror resources are available at www.otijobs.net/#!guidance-for-applying/c1ggu. DOCUMENT SUBMITTALS Via mail: Office of Transition Initiatives, 529 14th Street, NW, Suite 300, Washington, D.C. 20045 Via email: OTIjobs@usaid.gov Please note in your document submittal where you heard about this position. NOTE REGARDING GOVERNMENT OBLIGATIONS FOR THIS SOLICITATION This solicitation in no way obligates USAID to award a PSC contract, nor does it commit USAID to pay any cost incurred in the preparation and submission of the offer. NOTE REGARDING DATA UNIVERSAL NUMBERING SYSTEM (DUNS) NUMBERS AND THE SYSTEM FOR AWARD MANAGEMENT All individuals contracted as USPSCs with a place of performance in the United States are required to have a DUNS Number and be registered in the SAM database.� USAID will provide a generic DUNS Number for USPSC�s with a place of performance outside the United States. The selected offeror will be provided with guidance regarding this registration. For general information about DUNS Numbers and SAM, please refer to Federal Acquisition Regulation (FAR) Clause 52.204-6, Data Universal Numbering System (DUNS) Number and FAR 52.204-7, System for Award Management. https:/acquisition.gov/far/current/html/52_200_206.html�or�www.sam.gov. ALL QUALIFIED OFFERORS WILL BE CONSIDERED REGARDLESS OF AGE, RACE, COLOR, SEX, CREED, NATIONAL ORIGIN, LAWFUL POLITICAL AFFILIATION, NON-DISQUALIFYING DISABILITY, MARITAL STATUS, SEXUAL ORIENTATION, AFFILIATION WITH AN EMPLOYEE ORGANIZATION, OR OTHER NON-MERIT FACTOR. V. LIST OF REQUIRED FORMS PRIOR TO AWARD Once the Contracting Officer (CO) informs the successful offeror about being selected for a contract award, the CO will provide the successful offeror instructions about how to complete and submit the following forms. Forms outlined below can found at http://www.usaid.gov/forms/ Declaration for Federal Employment (OF-306). Medical History and Examination Form (DS-6561). Questionnaire for Sensitive Positions (for National Security) (SF-86), or Questionnaire for Non-Sensitive Positions (SF-85). Finger Print Card (FD-258). VI. BENEFITS AND ALLOWANCES As a matter of policy, and as appropriate, a USPSC is normally authorized the following benefits and allowances: 1. BENEFITS: Employer's FICA Contribution Contribution toward Health & Life Insurance Pay Comparability Adjustment Annual Increase (pending a satisfactory performance evaluation) Eligibility for Worker's Compensation Annual and Sick Leave 2. ALLOWANCES: Section numbers refer to rules from the Department of State Standardized Regulations (Government Civilians Foreign Areas), available at https://aoprals.state.gov/content.asp?content_id=282&menu_id=101 (a) Post Differential��������������������������������� Chapter 500 and Tables in Chapter 900. (b) Living Quarters Allowance���������������� Section 130. (c) Temporary Lodging Allowance��������� Section 120. (d) Post Allowance���������������������������������� Section 220. (e) Supplemental Post Allowance����������� Section 230. (f) Payments During Evacuation������������� Section 600. (g) Education Allowance������������������������� Section 270. (h) Separate Maintenance Allowance������ Section 260. (i) Danger Pay Allowance����������������������� Section 650. (j) Education Travel��������������������������������� Section 280. VII. TAXES USPSCs are required to pay Federal income taxes, FICA, Medicare and applicable State income taxes. USAID REGULATIONS, POLICIES AND CONTRACT CLAUSES �PERTAINING TO PSCs USAID regulations and policies governing USPSC awards are available at these sources: 1. USAID Acquisition Regulation (AIDAR), Appendix D, �Direct USAID Contracts with a U.S. Citizen or a U.S. Resident Alien for Personal Services Abroad,� including contract clause �General Provisions,� available at https://www.usaid.gov/sites/default/files/documents/1868/aidar_0.pdf . Contract Cover Page form AID 309-1 available at https://www.usaid.gov/forms. One Base Year Table � Chief, Field Programs Division 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- Chief, Field Programs Division Item No � (A) Services (Description) � (B) Qty � (C) Unit � (D) Unit Price� � (E) Amount � (F) 1001 Option Period (OP) 1 - Compensation� Award Type: Cost Product Service Code: R497 Accounting Info: [insert from Phoenix]� 1 LOT $____ $____ OP 1 - ODCs Award Type: Cost Product Service Code: R497 Accounting Info: [insert from Phoenix]� 2001 OP 2 - Compensation� Award Type: Cost Product Service Code: R497 Accounting Info: [insert from Phoenix]� 1 LOT $____ $____ OP 2 - ODCs Award Type: Cost Product Service Code: R497 Accounting Info: [insert from Phoenix]� 3001 Option Period (OP) 3 - Compensation� Award Type:Cost Product Service Code: R497 Accounting Info: [insert from Phoenix]� 1 LOT $____ $____ OP 3 - ODCs Award Type: Cost Product Service Code: R497 Accounting Info: [insert from Phoenix]� 4001 Option Period (OP) 4 - Compensation� Award Type: Cost Product Service Code: R497 Accounting Info: [insert from Phoenix]� 1 LOT $____ $____ OP 4 - ODCs Award Type: Cost Product Service Code: R497 Accounting Info: [insert from Phoenix]� Total Estimated Cost [base + options] $____ 3. Acquisition and Assistance Policy Directives/Contract Information Bulletins (AAPDs/CIBs) for Personal Services Contracts with Individuals available at http://www.usaid.gov/work-usaid/aapds-cibs. 4. Ethical Conduct. By the acceptance of a USAID personal services contract as an individual, the contractor will be acknowledging receipt of the �Standards of Ethical Conduct for Employees of the Executive Branch,� available from the U.S. Office of Government Ethics, in accordance with General Provision 2 and 5 CFR 2635. See https://www.oge.gov/web/oge.nsf/OGE%20Regulations AAPDs and CIBs contain changes to USAID policy and General Provisions in USAID regulations and contracts.� Please refer to http://www.usaid.gov/work-usaid/aapds-cibs#psc to determine which AAPDs and CIBs apply to this contract. AAPD 06-10 � PSC MEDICAL EXPENSE PAYMENT RESPONSIBILITY General Provision 28, MEDICAL EXPENSE PAYMENT RESPONSIBILITY (OCTOBER 2006) (a) Definitions. Terms used in this General Provision are defined in 16 FAM 116 available at http://www.state.gov/m/a/dir/regs/fam/16fam/index.htm.� Note:� Personal services contractors are not eligible to participate in the Federal Employees Health Programs. (b) MEDICAL EVACUATION (MEDEVAC) SERVICES � Please see Attachment 2 to this solicitation for information on AAPD No. 18-02. (c) When the contractor or 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...
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/ccab425eb60c4a578ff6f0f3ba6ebb35/view)
- Place of Performance
- Address: Washington, DC, USA
- Country: USA
- Country: USA
- Record
- SN05714660-F 20200710/200708230141 (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 |