Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 25, 2020 SAM #6813
SOLICITATION NOTICE

R -- USPSC �OTI Deputy Chief - Global Resources Program (Learning and Innovation Division) Washington. D.C. (GS 14)

Notice Date
7/23/2020 8:49:51 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
921190 — Other General Government Support
 
Contracting Office
USAID DCHA/OTI WASHINGTON DC 20523 USA
 
ZIP Code
20523
 
Solicitation Number
72DOT120R00034
 
Response Due
8/7/2020 10:00:00 AM
 
Archive Date
08/22/2020
 
Point of Contact
OTI Recruitment Team
 
E-Mail Address
otijobs@usaid.gov
(otijobs@usaid.gov)
 
Description
SOLICITATION NUMBER:��������� 72DOT120R00034 ISSUANCE DATE:��������� July 23, 2020 CLOSING DATE AND TIME:��������� August 7, 2020, 1:00 PM EST 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 an OTI Deputy Chief - Global Resources Program (Learning and Innovation 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 three (3) Evaluation Factors shown in the solicitation. Responses must be limited to 500 words per factor. Any additional words above the limit will neither be read nor scored. NOTE: The Evaluation Factors are worth 70 out of 100 points. Offerors are required to address each of the Evaluation Factors in a separate document describing specifically and accurately what experience, training, education and/or awards they have received that are relevant to each factor. USPSC Offeror Information for Personal Services Contracts form AID 309-2. Offerors are required to complete and sign the form. This form must be physically signed. Electronic signatures will not be accepted. 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 ����������������������������������������������������������� 72D0T120R00034 I. GENERAL INFORMATION 1. SOLICITATION NO.: 72D0T120R00034 2. ISSUANCE DATE: July 23, 2020 3. CLOSING DATE AND TIME FOR RECEIPT OF OFFERS: August 7, 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: Deputy Chief - Global Resources (Program, Learning and Innovation Division) 6. MARKET VALUE: This position has been designated at the GS-14 equivalent level, D.C. locality pay ($121,316 -$157,709 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 have 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 Deputy Chief � Global Resources (DC-GR) is a member of the USAID Democracy, Conflict, and Humanitarian Assistance (DCHA)/OTI Program, Learning and Innovation (PLI) Division, reports to the OTI Chief, Program, Learning and Innovation Division, and is based in Washington, DC. PLI strengthens OTI programs and operations through improved learning, effective planning, and innovative approaches. PLI supports all active and potential programs that OTI implements around the world through an array of functions designed to make programming more effective, dynamic and relevant. The DC-GR is a member of the PLI Management team and provides analytical, programmatic and management support to the division. CORE FUNCTIONAL AREAS OF RESPONSIBILITY DUTIES AND RESPONSIBILITIES The work of the DC-GR for the Program, Learning and Innovation Division (PLI) 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 and management functions to help ensure 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 programming, information technology, knowledge management, learning, communications and technical support. 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 a strong manager, able to work with multiple direct reports who also manage multiple direct reports. 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 DC - GR 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 OTI PLI Chief or his/her designee, the DC - GR will perform the following duties: At the GS-14 Deputy Chief - Global Resources, Program, Learning and Innovation Division: Serve as a member of PLI Management team. Support and advise PLI Chief to design and manage the division to an overall strategy for the Program, Learning and Innovation Division that supports the mission for OTI; Supervise individual staff and teams that support Knowledge Management (KM), Learning and Training, Communications, Information Technology (IT), and other program support elements and teams as required; support teams to develop and implement a vision that contributes to achieving OTI�s mission. Support regional teams in Washington and the field in preparing for and implementing initiatives related to KM, Communications, IT, Training and other support services as required; ensure these processes draw on best practices and lessons learned from other programs, and that they are adequately and appropriately documented and disseminated. Provide coordination of PLI planning, implementation and evaluation processes, in conjunction with the PLI Teams and OTI staff across the office in Washington, DC and the field; assist with the coordination of field programs planning, implementation and program performance management, in conjunction with the Field Programs Division Regional Teams in Washington DC and the field; In consultation with the Deputy PLI Chief for Strategic Planning and relevant PLI staff, ensure PLI equities are represented and reflected in staff development; systems development; program management tools; and, knowledge management tools, including OTI-Anywhere; Coordinate and facilitate the linkages between OTI programs and office resources and support related to cross-cutting programmatic and technical issues that are not geographically or regionally specific, such as communications, data analysis, knowledge management and learning; Liaise and coordinate with OTI Senior Management, field teams, bureau management and inter/intra-agency leadership to ensure comprehensive input and to best support OTI systems and processes; Interpret and develop guidelines to ensure that USG and OTI interests are protected and coordinated, and that policy related to programming and program performance management is reflected in office guidance; Participate in USAID policy development and support Agency redesign, including the Conflict Prevention and Stabilization (CPS) Bureau; Serve as Acting PLI Chief in his/her absence as requested; Provide orientation, training, and mentoring for staff supervised; assign work, explain how duties are to be performed to meet expectations and communicate how the successful performance of those duties will be measured; evaluate staff performance; recognize good performance; communicate where performance needs to be improved; resolve complaints; and approve leave requests and timesheets as well as training, travel, program, and operations requests. Ensure office-required supervisory trainings are completed; Perform related duties as assigned by the supervisor to ensure the successful completion of PLI programming and operations, to include supervising any relevant Surge Staff (�Bullpen�) as necessary if delegated by the PLI Chief; and Perform services under this scope of work at physical locations other than Washington OTI headquarters, including within other USAID offices, bureaus or other USG agencies for a period not to exceed six months. SUPERVISORY RELATIONSHIP: The DC-GR will be supervised by the OTI Chief, Program, Learning and Innovation Division 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: (1) A Master�s Degree seven (7) years of work experience; OR A Bachelor�s Degree with a minimum of nine (9) years of work experience; AND (2) Seven (7) 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; (3) Three (3) years of overseas field experience working in a developing country; (4) Four (4) years of demonstrated supervisory experience. 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. Evaluation Factors: Factor #1 ������� Demonstrated experience in the management and support of post-conflict and/or political transition programs in complex environments, including demonstrated experience designing and/or successfully implementing systems, processes, and procedures related to communications, knowledge management, learning and training and information technology. Factor #2 ������� Demonstrated experience with the strategic design and management of programming, especially in conflict prone and/or transition environments, and demonstrated experience representing a USAID office (or similar entity in either the public or private sector) to other parts of USAID, US government agencies, donor and international organizations. Factor #3 ������� Demonstrated experience in personnel leadership and management, to include strategic planning, workforce development, and supervision. 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 � 30 Factor #2 � 20 Factor #3 � 20 Total Possible � 70 Points Interview Performance � 30 points Satisfactory Professional Reference Checks � Pass/Fail (no points assigned) Total Possible Points: 100 The most qualified offerors may be interviewed, required to provide a writing sample, and demonstrate an ability to operate commonly used office applications. OTI will not pay for any expenses associated with the interviews. In addition, offers (written materials and interviews) will be evaluated based on content as well as on the offerors writing, presentation, and communication skills. In the event that an offeror has fully demonstrated his/her qualifications and there are no other competitive offerors OTI reserves the right to forego the interview process. Professional references and academic credentials will be evaluated for offerors being considered for selection. OTI reserves the right to contact previous employers to verify employment history. IV. SUBMITTING AN OFFER Offers must be received by the closing date and time at the address specified in Section I, item 3, and submitted to the Point of Contact in Section I, item 4. Qualified offerors are required to submit: Complete resume. In order to fully evaluate your offer, your resume must include: (a) Paid and non-paid experience, job title, location(s), dates held (month/year), and hours worked per week for each position. Dates (month/year) and locations for all overseas field experience must also be detailed. Any experience that does not include dates (month/year), locations, and hours per week will not be counted towards meeting the solicitation requirements. (b) Specific duties performed that fully detail the level and complexity of the work. (c) Names and contact information (phone and email) of your current and/or previous supervisor(s). (d) Education and any other qualifications including job-related training courses, job-related skills, or job-related honors, awards or accomplishments. (e) U.S. Citizenship. Your resume should contain explicit information to make a valid determination that you fully meet the minimum qualification requirements as stated in this solicitation. This information should be clearly identified in your resume.� Failure to provide explicit information to determine your qualifications for the position will result in loss of full consideration.� Supplemental document specifically addressing: Each of the three (3) Evaluation Factors shown in the solicitation. Responses must be limited to 500 words per factor. Any additional words above the limit will neither be read nor scored. NOTE: The Evaluation Factors are worth 70 out of 100 points. Offerors are required to address each of the Evaluation Factors in a separate document describing specifically and accurately what experience, training, education and/or awards they have received that are relevant to each factor. �Offeror Information for Personal Services Contracts form AID 309-2. Offerors are required to complete and sign the form. This form must be physically signed. Electronic signatures will not be accepted. Additional documents submitted will not be accepted. To ensure consideration of offers for the intended position offers must prominently reference the solicitation number in the offer submission. Offeror resources are available at www.otijobs.net/#!guidance-for-applying/c1ggu. DOCUMENT SUBMITTALS Via mail: Office of Transition Initiatives, 529 14th Street, NW, Suite 300, Washington, D.C. 20045 Via email: OTIjobs@usaid.gov Please note in your document submittal where you heard about this position. NOTE REGARDING GOVERNMENT OBLIGATIONS FOR THIS SOLICITATION This solicitation in no way obligates USAID to award a PSC contract, nor does it commit USAID to pay any cost incurred in the preparation and submission of the offer. NOTE REGARDING DATA UNIVERSAL NUMBERING SYSTEM (DUNS) NUMBERS AND THE SYSTEM FOR AWARD MANAGEMENT All individuals contracted as USPSCs with a place of performance in the United States are required to have a DUNS Number and be registered in the SAM database.� USAID will provide a generic DUNS Number for USPSC�s with a place of performance outside the United States. The selected offeror will be provided with guidance regarding this registration. For general information about DUNS Numbers and SAM, please refer to Federal Acquisition Regulation (FAR) Clause 52.204-6, Data Universal Numbering System (DUNS) Number and FAR 52.204-7, System for Award Management. https:/acquisition.gov/far/current/html/52_200_206.html�or�www.sam.gov. ALL QUALIFIED OFFERORS WILL BE CONSIDERED REGARDLESS OF AGE, RACE, COLOR, SEX, CREED, NATIONAL ORIGIN, LAWFUL POLITICAL AFFILIATION, NON-DISQUALIFYING DISABILITY, MARITAL STATUS, SEXUAL ORIENTATION, AFFILIATION WITH AN EMPLOYEE ORGANIZATION, OR OTHER NON-MERIT FACTOR. V. LIST OF REQUIRED FORMS PRIOR TO AWARD Once the Contracting Officer (CO) informs the successful offeror about being selected for a contract award, the CO will provide the successful offeror instructions about how to complete and submit the following forms. Forms outlined below can found at http://www.usaid.gov/forms/ Declaration for Federal Employment (OF-306). Medical History and Examination Form (DS-6561). Questionnaire for Sensitive Positions (for National Security) (SF-86), or Questionnaire for Non-Sensitive Positions (SF-85). Finger Print Card (FD-258). VI. BENEFITS AND ALLOWANCES As a matter of policy, and as appropriate, a USPSC is normally authorized the following benefits and allowances: 1. BENEFITS: Employer's FICA Contribution Contribution toward Health & Life Insurance Pay Comparability Adjustment Annual Increase (pending a satisfactory performance evaluation) Eligibility for Worker's Compensation Annual and Sick Leave 2. ALLOWANCES: Section numbers refer to rules from the Department of State Standardized Regulations (Government Civilians Foreign Areas), available at https://aoprals.state.gov/content.asp?content_id=282&menu_id=101 (a) Post Differential��������������������������������� Chapter 500 and Tables in Chapter 900. (b) Living Quarters Allowance���������������� Section 130. (c) Temporary Lodging Allowance��������� Section 120. (d) Post Allowance���������������������������������� Section 220. (e) Supplemental Post Allowance����������� Section 230. (f) Payments During Evacuation������������� Section 600. (g) Education Allowance������������������������� Section 270. (h) Separate Maintenance Allowance������ Section 260. (i) Danger Pay Allowance����������������������� Section 650. (j) Education Travel��������������������������������� Section 280. VII. TAXES USPSCs are required to pay Federal income taxes, FICA, Medicare and applicable State income taxes. USAID REGULATIONS, POLICIES AND CONTRACT CLAUSES �PERTAINING TO PSCs USAID regulations and policies governing USPSC awards are available at these sources: 1. USAID Acquisition Regulation (AIDAR), Appendix D, �Direct USAID Contracts with a U.S. Citizen or a U.S. Resident Alien for Personal Services Abroad,� including contract clause �General Provisions,� available at https://www.usaid.gov/sites/default/files/documents/1868/aidar_0.pdf . Contract Cover Page form AID 309-1 available at https://www.usaid.gov/forms. One Base Year Table � Deputy Chief - Global Resources (Program, Learning and Innovation 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- Deputy Chief - Global Resources (Program, Learning and Innovation 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 10, Travel and Transportation Expenses (July 1993), section (i) entitled �Emergency ...
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f62e8932910842c680f0eec22f1dbe5a/view)
 
Place of Performance
Address: Washington, DC, USA
Country: USA
 
Record
SN05731047-F 20200725/200723230145 (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.