Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 08, 2023 SAM #7743
MODIFICATION

R -- USPSC OTI Counterterrorism Vetting Analyst - Washington, DC (GS-13)

Notice Date
2/6/2023 6:55:10 AM
 
Notice Type
Solicitation
 
NAICS
921190 — Other General Government Support
 
Contracting Office
CPS OFFICE OF TRANSITION INITIATIVES Washington DC 20004 USA
 
ZIP Code
20004
 
Solicitation Number
72C0T123R00013
 
Response Due
3/6/2023 10:00:00 AM
 
Archive Date
03/21/2023
 
Point of Contact
OTI Recruitment Team
 
E-Mail Address
otijobs@usaid.gov
(otijobs@usaid.gov)
 
Description
SOLICITATION NUMBER:� � � � � 72C0T123R00013 � ISSUANCE DATE:� � � � � February 6, 2023 CLOSING DATE AND TIME: � � � � March 6, 2023, 1:00 PM Eastern Standard Time (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 a Counterterrorism Vetting Analyst - Washington D.C. (GS-13) under a personal services contract, as described in the attached solicitation. Offers must be in accordance with Attachment 1 of this solicitation at the place and time specified. Incomplete or unsigned offers will not be considered. Offerors should retain copies of all offer materials for their records.� USAID will evaluate all offerors based on the stated evaluation criteria. USAID encourages all individuals, including those from disadvantaged and under-represented groups, to respond to the solicitation.� 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 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. USPSC Offeror Information for Personal Services Contracts form AID 309-2. Offerors are required to complete and sign the form. Due to COVID-19 and limited access to equipment, we are currently accepting electronic and typed signatures on the AID 309-2 form.�� NOTE ABOUT THE SYSTEM FOR AWARD MANAGEMENT REQUIREMENTS All USPSCs with a place of performance in the United States are required to be registered in the System for Award Management (SAM) database prior to receiving an offer. You will be disqualified if you either fail to comply with this requirement or if your name appears on the excluded parties list. The selectee will be provided with guidance regarding this registration. Additional documents submitted will not be accepted. Incomplete or late offers will not be considered. Your complete resume and the AID 309-2 form must be mailed or emailed to OTIjobs@usaid.gov Offerors can expect to receive a confirmation email when offer materials have been received. Offerors should retain for their records copies of all enclosures which accompany their offers. This solicitation in no way obligates USAID to award a PSC contract, nor does it commit USAID to pay any cost incurred in the preparation and submission of the offer.� Offeror resources are available at www.otijobs.net/guidance-for-applying. Any questions on this solicitation may be directed to: OTI Recruitment Team E-Mail Address: OTIjobs@usaid.gov Website: www.OTIjobs.net � Sincerely, Ousmane Faye Supervisory Contracting Officer 72C0T123R00013 I. GENERAL INFORMATION 1. SOLICITATION NO.: 72C0T123R00013 2. ISSUANCE DATE: February 6, 2023 3. CLOSING DATE AND TIME FOR RECEIPT OF OFFERS: March 6, 2023, 1:00 pm Eastern Time 4. POINT OF CONTACT: OTI Recruitment Team, e-mail at OTIjobs@usaid.gov. 5. POSITION TITLE: Counterterrorism (CT) Vetting Analyst 6. MARKET VALUE: This position has been designated at the GS-13 equivalent level, D.C. locality pay ($112,015 - $145,617 per annum). Final compensation will be negotiated within the listed market value based upon qualifications, previous relevant experience and work history, salary and educational background. Salaries over and above the pay range will not be entertained or negotiated. Offerors who live outside the Washington, D.C. area will be considered for selection but no relocation expenses will be reimbursed.� 7. PERIOD OF PERFORMANCE: One year, with four one-year option periods.� START DATE:� Within 45 days of receiving notification that required security clearance has been obtained.� 8. PLACE OF PERFORMANCE: Washington D.C. 9. ELIGIBLE OFFERORS: United States Citizens 10. SECURITY LEVEL REQUIRED: TOP SECRET� 11. STATEMENT OF DUTIES POSITION DESCRIPTION BACKGROUND USAID�s Office of Transition Initiatives (OTI) is seeking highly motivated, highly qualified individuals who want the opportunity to help support rapid international transition programs for priority conflict-prone countries. Created in 1994 as a distinct operating unit within USAID, OTI helps local partners advance peace and democracy in politically-transitioning countries. In support of U.S. foreign policy, OTI seizes emerging windows of opportunity in the political landscape to promote stability, peace, and democracy by catalyzing local initiatives through adaptive and agile programming. Countries experiencing a significant political transition in the midst of a disaster or emerging from civil conflict have unique needs that cannot be fully addressed by traditional disaster relief.� Timely and effective assistance to promote and consolidate peaceful, democratic advances can make the difference between a successful or a failed transition.� OTI assists in securing peace by aiding indigenous, mostly non-governmental, civil society and media organizations.� OTI uses such mechanisms as support for re-integration of ex-combatants into civilian society; development of initiatives to promote national reconciliation; identification of quick-impact community self-help projects to meet urgent economic needs; and aid to independent media outlets and community-based organizations to help promote informed debate and broaden public participation. To respond quickly and effectively and meet its program objectives and mandate OTI retains a group of high level professionals and experts under U.S. Personal Services Contracts (USPSCs). These knowledgeable and skilled professionals make up the vast majority of the OTI work force and are at its forefront implementing and achieving the office�s programmatic goals and objectives.There are several benefits that USPSCs may participate in, such as partial reimbursement for health and life insurance costs, as well as full coverage of workers� compensation, among other benefits. For more complete information on USPSC benefits, please see Section VI of this solicitation. OTI�s Core Values: Agility OTI addresses complex political problems through context analysis, experimentation, and strategic resource use. Applying an adaptive mindset in Washington and the field accelerates timely positive change. � Political OTI seeks to understand how power is created, traded, and facilitated, requiring that we acknowledge our privilege and the limits of our power. This understanding helps us act on power dynamics and harness them for transformation. Accountability OTI exhibits a sense of ownership and integrity in the work we do, and holds a sense of responsibility to each other, the local partners we engage, the policies and programs we advance with our implementing partners, and the taxpayer. Curiosity OTI�s mission demands learning and adaptation. Our relentless curiosity drives us to wonder about people, problems, and possibilities. We question the status quo, seek to understand amid uncertainty, and treat mistakes as a compass pointing us toward more effective approaches. Diversity & Inclusion OTI�s ability to achieve its mission and live out its values is propelled by our collective responsibility to create a sense of belonging for all in our work environment. OTI values the diversity of each others� authentic selves, building a foundation of trust and respect. Courage OTI embraces our engagements with one another, our stakeholders, and our programs with intentionality and optimism. Achieving our mission requires that we take risks and tackle difficult conversations and decisions. A courageous OTI is a force for positive change. OTI�s DEIA Vision Statement: OTI is a collaborative environment that represents the global community at all levels of our organization. Uniting diverse backgrounds and experiences, we value individual expertise to advance peace and democracy around the world.� Values and associated behaviors that will enable this vision are:� �Trust Model open communication, active listening and candor. Believe others when they share their experiences. Respect A respectful attitude should be shown to everyone. Allow for others to express complete opinion/thoughts without interruption, while recognizing that there are other perspectives and lived experiences. �Belonging (Accessibility) Serve as an ally to those who feel excluded (professionally, socially, personally, etc.). Promote togetherness and acceptance through equitable behavior. Empathy Listen to understand, create space to be real/feel. Remind yourself to be conscious of how others may feel or receive your words Self-awareness/accountability Supervisors hold their peers to account on their expectations and behaviors. Seek regular, constructive feedback to understand how your words and actions affect and influence others, and how they are being perceived and interpreted. Acknowledge unconscious bias and be willing to learn and change behavior when confronted/corrected. For more information about OTI and its country programs please see:� https://www.usaid.gov/stabilization-and-transitions INTRODUCTION This position is located at the Federal Bureau of Investigation�s (FBI) Liberty Park site in Vienna, Virginia supporting the U.S. Agency for International Development�s (USAID) Office of Security (SEC) within the Intelligence, Counterintelligence, and Information Security�s (ICI) Counterterrorism Vetting Unit (CTV). The incumbent must possess a Top Secret (TS) security clearance, must be eligible for Sensitive Compartmented Information (SCI) access, and successfully pass a Counterintelligence Polygraph test for site access at the Liberty Park location. CORE FUNCTIONAL AREAS OF RESPONSIBILITY DUTIES AND RESPONSIBILITIES:� The work of the Office of Transition Initiatives (OTI) Counterterrorism Vetting Analyst requires teamwork, self-motivation, the exercise of discretion, judgment and the ability to work well under stress. The Vetting Analyst must prioritize and follow up on their own actions without prompting, while also supporting joint venture operations at the FBI�s Liberty Park location related to the requirements set forth in Homeland Security Presidential Directive (HSPD) 6 and HSPD 11. The incumbent will be responsible for conducting intelligence-based screening in support of U.S. Agency for International Development (USAID) programs. You will conduct intelligence related searches, compile identified information for evaluation, conduct analysis, and develop assessments for administrative or operational determinations. You will be required to represent USAID in developing and maintaining viable working relationships with other stakeholders within the intelligence and foreign affairs communities. You are also committed to upholding USAID/OTI�s Diversity, Equity, Inclusion, and Accessibility�s (DEIA) Vision and Values as outlined in the background.� Under the direct supervision of the USAID SEC/CTV Unit Chief or designee, the Vetting Analyst will perform the following duties:� Note: Duties and responsibilities are listed in order of importance for this position ? Collect, review, interpret, evaluate, and integrate large volumes of intelligence data from multiple sources pertaining to extensive, interrelated geographical or functional fields; ? Analyze intelligence reporting and data to make recommendations shaping agency programs;� ? Plan, develop, organize, and conduct special research studies providing comprehensive assessments of broad, exceptionally complex, or highly sensitive issues within the assigned area. Develop methods of evaluating the validity, accuracy, and reliability of a broad array and high volume of information, for translation into intelligence relevant to the organization. Analyze the significance and policy implications of issues in the assigned area;� ? Initiate contact with personnel stationed overseas, other senior intelligence analysts, and experts in specialty fields to validate and ascertain reliability of information; ? Provide interpretation of intelligence analyses and draft critical intelligence assessments. Apprise policy and intelligence officials at all levels, within and outside the organization, on emerging issues by preparing intelligence reports and presenting oral briefings;� ? Plan, implement, and maintain databases to store and process technical or operational intelligence in one or more assigned areas;� ? Develop the organization's position on controversial or disputed issues. Write for various publications on behalf of the organization. Respond to requests for information from a wide variety of sources;� ? Serve as technical expert, independently developing and maintaining critical relationships with various stakeholders in the government, private industry, and academia to further USAID's intelligence research, operations, and/or technology development efforts. Create processes by which the organization pursues collaborative arrangements and relationships with the Intelligence Community and intelligence proponents. Conceive, develop, and implement outreach strategies designed to reach and engage intelligence entities in technology transfer and commercialization efforts. Provide advice and assistance on developing policies and procedures for the organization's liaison activities;� ? Plan, organize, and coordinate briefings and information exchange opportunities. Serve as organizational spokesperson at public meetings, formal and informal briefings, workshops, and press conferences on extremely technical and complex program activities;� ? Establish and maintain effective working relationships and information networks with state and local entities, and industries affected by intelligence programs to gain a better understanding of their interests and to facilitate their participation and understanding. Advise and recommend innovative approaches for avoiding and/or resolving problems and reducing conflicts; �? Serve as a technical expert, independently developing and maintaining critical relationships in the intelligence community; and,� ? Serve on temporary details within OTI, other USAID bureaus/offices, or other USG agencies under this scope of work for a period not to exceed six (6) months. Duties performed while on detail must be directly related to the scope of work. Contracting Officer (CO) approval is required for the temporary detail. Any extension past the six (6) months requires CO approval. � SUPERVISORY RELATIONSHIP: The CT Vetting Analyst will take direction from the USAID Office of Security Division Chief or their designee. SUPERVISORY CONTROLS: At the GS-13 level, the incumbent�s supervisor sets overall objectives. The incumbent and supervisor together develop deadlines, projects, and work to be done. The incumbent independently plans, designs, and carries out projects, studies, and programs. Completed work is reviewed only from an overall standpoint in terms of feasibility, compatibility with other work, or effectiveness in meeting requirements, or expected results. Technical problems are generally resolved without reference to supervisors. 12. PHYSICAL DEMANDS The work is generally sedentary and does not pose undue physical demands. 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 on-site but may be eligible for situational telework. 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. U.S.- based USPSCs in telework-eligible positions are not required to live in the Washington-Baltimore-Arlington, DC-MD-VA-WV-PA locality area. However, travel to and from the official USAID worksite is not reimbursable for these positions. II. MINIMUM QUALIFICATIONS REQUIRED FOR THIS POSITION (Determines basic eligibility for the position. Offerors who do not meet all of the education and experience factors are considered NOT qualified for the position. See detailed instructions for demonstrating Education/Experience under �Submitting an Offer�) � The incumbent must possess a Top Secret (TS) security clearance, must be eligible for Sensitive Compartmented Information (SCI) access, and successfully pass a Counterintelligence Polygraph test for site access at the Liberty Park location. In order to be considered for the position an offeror must meet the Minimum Qualifications listed below. Consideration and selection will be based on panel evaluation of the Required Skills and Selection Factors. Additionally, interviews and writing samples may be requested. At a minimum, the offeror must have:� (1) A Master�s degree with five (5) years of work experience; �OR� A Bachelor�s degree with six (6) years of work experience;� OR� An Associate�s degree with seven (7) years of work experience;� OR� A High school diploma/equivalent with eight (8) years of work experience; �AND� (2) Demonstrated experience in intelligence data interpretation and analysis.� III. EVALUATION AND SELECTION FACTORS (Determines basic eligibility for the position. Offerors who do not meet all of the education and experience factors are considered NOT qualified for the position.� The Government may award a contract without discussions with offerors in accordance with FAR 52.215-1. The CO reserves the right at any point in the evaluation process to establish a competitive range of offerors with whom negotiations will be conducted pursuant to FAR 15.306(c). In accordance with FAR 52.215-1, if the CO determines that the number of offers that would otherwise be in the competitive range exceeds the number at which an efficient competition can be conducted, the CO may limit the number of offerors in the competitive range to the greatest number that will permit an efficient competition among the most highly rated offers. FAR provisions of this solicitation are available at https://www.acquisition.gov/browse/index/far. SELECTION FACTORS: (Determines basic eligibility for the position. Offerors who do not meet all of the selection factors are considered NOT qualified for the position.) Offeror is a U.S. Citizen; Complete resume submitted. See cover page for resume requirements. Experience that cannot be quantified will not be counted towards meeting the solicitation requirements; Supplemental document specifically addressing how the candidate meets each of the Evaluation Factors submitted; Must hold an active or have recently held an active TOP SECRET clearance, and be able to obtain SCI prior to the beginning of employment (NOTE: Dual citizens may be asked to renounce second-country citizenship); Successfully pass a Counterintelligence Polygraph test;� Satisfactory verification of academic credentials. A USAID Secret level security clearance required prior to issuance of the contract for this position. NOTE: If a full security investigation package is not submitted by the selected within 30 days after it is requested, the offer may be rescinded. If a security clearance is not able to be obtained within four months after the selected submits the initial security clearance documentation, the offer may be rescinded. EVALUATION FACTORS: (Used to determine the competitive ranking of qualified offerors in comparison to other offerors. The factors are listed in priority order from highest to least.) Offerors should cite specific, illustrative examples for each factor. Responses will be rated using the point system described below. Failure to fully respond to each element of each Evaluation Factor will result in a reduction of points awarded. 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 conducting intelligence assessments, briefings, and serving as a subject matter expert. Factor #2: Demonstrated experience handling sensitive and confidential matters with discretion and diplomacy. BASIS OF RATING: Offerors who clearly meet the Education/Experience Requirements and Selection Factors will be further evaluated based on scoring of the Evaluation Factor responses. Offerors are required to address each of the Evaluation Factors in a separate document describing specifically and accurately what experience, training, education and/or awards they have received that are relevant to each factor. Be sure to include your name and the announcement number at the top of each additional page. Failure to specifically address the Selection and/or Evaluation Factors may result in your not receiving credit for all of your pertinent experience, education, training and/or awards. The Offeror Rating System is as Follows: Evaluation Factors have been assigned the following points: Factor #1 � 35 Factor #2 � 35 Total Possible � 70 Points Interview Performance � 30 points� Satisfactory Professional Reference Checks � Pass/Fail (no points assigned) Total Possible Points: 100 The most qualified offerors may be interviewed, required to provide a writing sample, and demonstrate an ability to operate commonly used office applications. OTI will not pay for any expenses associated with the interviews. In addition, offers (written materials and interviews) will be evaluated based on content as well as on the offerors writing, presentation, and communication skills. In the event that an offeror has fully demonstrated their qualifications and there are no other competitive offerors, OTI reserves the right to forgo the interview process. Professional references and academic credentials will be evaluated for offerors being considered for selection. Offerors must submit at least three (3) professional references, one (1) of which must be a current or former supervisor. OTI reserves the right to contact previous employers to verify employment history.� If the offeror had a previous position with USAID, the TEC and/or CO are encouraged to obtain reference checks from the previous supervisor(s) or CO(s). See ADS 309.3.1.11.a.4 IV. SUBMITTING AN OFFER Offers must be received by the closing date and time at the address specified in Section I, item 3, and submitted to the Point of Contact in Section I, item 4. Qualified offerors are required to submit: Complete resume. In order to fully evaluate your offer, your resume must include:� (a) Paid and non-paid experience, job title, location(s), dates held (month/year), and hours worked per week for each position. Dates (month/year) and locations for all overseas field experience must also be detailed. Any experience that does not include dates (month/year), locations, and hours per week will not be counted towards meeting the solicitation requirements. (b) Specific duties performed that fully detail the level and complexity of the work.� (c) Names and contact information (phone and email) of your current and/or previous supervisor(s).� (d) Education and any other qualifications including job-related training courses, job-related skills, or job-related honors, awards or accomplishments.� (e) U.S. Citizenship. Your resume should contain explicit information to make a valid determination that you fully meet the minimum qualification requirements as stated in this solicitation.This information should be clearly identified in your resume.� Failure to provide explicit information to determine your qualifications for the position will result in loss of full consideration.�� 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. � Offeror Information for Personal Services Contracts form AID 309-2. Offerors are required to complete and sign the form. Due to COVID-19 and limited access to equipment, we are currently accepting electronic and typed signatures on the AID 309-2 form.� 4. � Ensuring Adequate COVID-19 Safety Protocols for Federal Contractors - The Offeror� ������will be required to show proof that the Offeror is fully vaccinated against COVID-19 on or���� ������before the first day of onboarding or submit an approved reasonable accommodation to the� ������CO. If the contractor does not meet this requirement the contract may be terminated.* �������� �*See Notice Regarding Any Court Order Affecting the Implementation of E.O. 14042 in� ��������������Section VIII below.� Additional documents submitted will not be accepted. To ensure consideration of offers for the intended position, offers must prominently reference the solicitation number in the offer submission. Offeror resources are available at www.otijobs.net/guidance-for-applying.� DOCUMENT SUBMITTALS Via email: OTIjobs@usaid.gov Please note in your document submittal where you heard about this position. NOTE REGARDING GOVERNMENT OBLIGATIONS FOR THIS SOLICITATION This solicitation in no way obligates USAID to award a PSC contract, nor does it commit USAID to pay any cost incurred in the preparation and submission of the offer. NOTE REGARDING THE SYSTEM FOR AWARD MANAGEMENT (SAM) All individuals contracted as USPSCs with a place of performance in the United States are required to be registered in the SAM database. The selected offeror will be provided with guidance regarding this registration. For general information about SAM, please refer to Federal Acquisition Regulation (FAR) Clause 52.204-6, Unique Entity Identifier and FAR 52.204-7, System for Award Management. https://www.acquisition.gov/far/part-52#FAR_52_204_7�or�www.sam.gov. ALL QUALIFIED OFFERORS WILL BE CONSIDERED REGARDLESS OF AGE, RACE, COLOR, SEX, CREED, NATIONAL ORIGIN, LAWFUL POLITICAL AFFILIATION, NON-DISQUALIFYING DISABILITY, MARITAL STATUS, SEXUAL ORIENTATION, AFFILIATION WITH AN EMPLOYEE ORGANIZATION, OR OTHER NON-MERIT FACTOR. V. LIST OF REQUIRED FORMS PRIOR TO AWARD Once the Contracting Officer (CO) informs the successful offeror about being selected for a contract award, the CO will provide the successful offeror instructions about how to complete and submit the following forms. Forms outlined below can found at http://www.usaid.gov/forms/ Declaration for Federal Employment (OF-306). Questionnaire for Sensitive Positions (for National Security) (SF-86), or Questionnaire for Non-Sensitive Positions (SF-85).� Finger Print Card (FD-258).� The contractor will be required to show proof that the contractor is fully vaccinated against COVID-19 on or before the first date of onboarding, or submit an approved reasonable accommodation to the CO. If the contractor does not meet this requirement the contract may be terminated. VI. BENEFITS AND ALLOWANCES As a matter of policy, and as appropriate, a USPSC is normally authorized the following benefits and allowances: 1. BENEFITS: Employer's FICA Contribution Contribution toward Health & Life Insurance Pay Comparability Adjustment Annual Increase (pending a satisfactory performance evaluation) Eligibility for Worker's Compensation Annual and Sick Leave Paid Parental Leave 2. ALLOWANCES: Section numbers refer to rules from the Department of State Standardized Regulations (Government Civilians Foreign Areas), available at https://aoprals.state.gov/content.asp?content_id=282&menu_id=101 (a) Post Differential Chapter 500 and Tables in Chapter 900. (b) Living Quarters Allowance Section 130. (c) Temporary Lodging Allowance Section 120. (d) Post Allowance Section 220. (e) Supplemental Post Allowance Section 230. (f) Payments During Evacuation Section 600. (g) Education Allowance Section 270. (h) Separate Maintenance Allowance Section 260. (i) Danger Pay Allowance Section 650. (j) Education Travel Section 280. VII. TAXES USPSCs are required to pay Federal income taxes, FICA, Medicare and applicable State income taxes. USAID REGULATIONS, POLICIES AND CONTRACT CLAUSES� PERTAINING TO PSCs USAID regulations and policies governing USPSC awards are available at thesesources: 1. USAID Acquisition Regulation (AIDAR), Appendix D, �Direct USAID Contracts with a U.S. Citizen or a U.S. Resident Alien for Personal Services Abroad,� including contract clause �General Provisions,� available at https://www.acquisition.gov/aidar/aidar-appendix-d-direct-usaid-contracts-us-citizen-or-us-resident-alien-personal-services-abroad .� 2. Contract Cover Page form AID 309-1 available at https://www.usaid.gov/forms. � One Base Year Table � Counterrorism Vetting Analyst Item No (A) Services (Description) (B) Qty (C) Unit (D) Unit Price� (E) Amount (F) 0001 Base Year 1 - Compensation Award Type: Cost Product Service Code: R497 Accounting Info: [insert from Phoenix]� 1 LOT $____ $____ Fringe Benefits/Other Direct Costs (ODCs) Award Type: Cost Product Service Code: R497 Accounting Info: [insert from Phoenix]� Total Estimated Cost $____ Four Option Years Table- Counterterroism Vetting Analyst Item No � (A) Services (Description) � (B) Qty � (C) Unit � (D) Unit Price� � (E) Amount � (F) 1001 Option Period (OP) 1 - Compensation� Award Type: Cost Product Service Code: R497 Accounting Info: [insert from Phoenix]� 1 LOT $____ $____ OP 1 - ODCs Award Type: Cost Product Service Code: R497 Accounting Info: [insert from Phoenix]� 2001 OP 2 - Compensation� Award Type: Cost Product Service Code: R497 Accounting Info: [insert from Phoenix]� 1 LOT $____ $____ OP 2 - ODCs Award Type: Cost Product Service Code: R497 Accounting Info: [insert from Phoenix]� 3001 Option Period (OP) 3 - Compensation� Award Type:Cost Product Service Code: R497 Accounting Info: [insert from Phoenix]� 1 LOT $____ $____ OP 3 - ODCs Award Type: Cost Product Service Code: R497 Accounting Info: [insert from Phoenix]� 4001 Option Period (OP) 4 - Compensation� Award Type: Cost Product Service Code: R497 Accounting Info: [insert from Phoenix]� 1 LOT $____ $____ OP 4 - ODCs Award Type: Cost Product Service Code: R497 Accounting Info: [insert from Phoenix]� Total Estimated Cost [base + options] $____ � 3. Acquisi...
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1c1a680e5bef4ccf9526bed62504ea5b/view)
 
Place of Performance
Address: Washington, DC 20004, USA
Zip Code: 20004
Country: USA
 
Record
SN06582894-F 20230208/230206230108 (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.