Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2008 FBO #2468
DOCUMENT

R -- USPSC - Information Technology (IT) Advisor - M/OAA/DCHA/OTI-08-1794 - OF 612 Form

Notice Date
8/27/2008
 
Notice Type
OF 612 Form
 
NAICS
921190 — Other General Government Support
 
Contracting Office
Agency for International Development, Washington D.C., USAID/Washington, 1300 Pennsylvania Avenue, NW, Room 7.10-006, Washington, District of Columbia, 20523
 
ZIP Code
20523
 
Solicitation Number
M-OAA-DCHA-OTI-08-1794
 
Archive Date
9/25/2008
 
Point of Contact
Leigh M. Carlson, Phone: 202-661-9369
 
E-Mail Address
lcarlson@ofda.gov
 
Small Business Set-Aside
N/A
 
Description
SOLICITATION NUMBER: M/OAA/DCHA/OTI-08-1794 ISSUANCE DATE: August 27, 2008 CLOSING DATE: September 10, 2008, 5:00 p.m. EDT SUBJECT: Solicitation for U.S. Personal Service Contractor for an Information Technology (IT) Advisor (Intermittent PSC, OTI Bullpen) in Washington, DC. Ladies/Gentlemen: The United States Government, represented by the U.S. Agency for International Development (USAID), is seeking applications (Optional Form 612 only) from qualified U.S. citizens to provide personal services as an Information Technology (IT) Advisor under a personal services contract, as described in the attached solicitation. Submittals shall be in accordance with the attached information at the place and time specified. Applicants interested in applying for this position MUST submit the following materials: •Complete and hand-signed federal form OF-612 (including OF-612 continuation sheets as needed). NOTE: Submission of a resume in addition to the required forms is encouraged, but submission of a resume alone or in lieu of the OF-612 form IS NOT a complete application. All information to be evaluated must be contained in the OF-612 form and must not depend on references to your resume. Failure to provide the required information and/or materials will result in your not being considered for employment. •Supplemental document specifically addressing: Each of the Education/Experience requirements shown in the solicitation. Each of the five (5) Evaluation Factors shown in the solicitation. Incomplete or unsigned applications shall not be considered. These signed forms must be mailed, delivered, faxed, or emailed (email applications must be signed) to: GlobalCorps 529 14th Street, NW, Suite 700 Washington, DC 20045 E-Mail Address: itadvisor@globalcorps.com Facsímile: (202) 403-3911 or (202) 403-3941 Applicants should retain for their records copies of all enclosures which accompany their applications. Any questions on this solicitation may be directed to: Leigh Carlson or Lindsey Johnson Telephone Number: (202) 661-9369 or (202) 661-9366 E-Mail Address: itadvisor@globalcorps.com Website: www.globalcorps.com Facsímile: (202) 403-3911 or (202) 403-3941 Sincerely, Amanda Downing, Contracting Officer Solicitation for U.S. Personal Service Contractor (PSC) Information Technology (IT) Advisor (Intermittent PSC, OTI Bullpen) 1. SOLICITATION NO.: M/OAA/DCHA/OTI-08-1794 2. ISSUANCE DATE: August 27, 2008 3. CLOSING DATE/TIME FOR RECEIPT OF APPLICATIONS: September 10, 2008, 5:00 pm EDT 4. POSITION TITLE: Information Technology (IT) Advisor 5. MARKET VALUE: GS-12 ($69,764 - $90,698). Final compensation will be negotiated within the listed market value based upon the candidate’s past salary, work history and educational background. Candidates who live outside the Washington, D.C. area will be considered for employment but no relocation expenses will be reimbursed. 6. PERIOD OF PERFORMANCE: The duration of this intermittent contract will be for two years, with three option years, starting from the date of signing. The Personal Services Contractor hired under this contract will provide up to a maximum of 250 workdays of services on an annual basis. The specific projects, as well as dates, number of days and locations to be worked will be determined by mutual agreement between the contractor and his/her OTI supervisor according to the programmatic needs of OTI. This contract provides no guarantee of any minimum number of days to be worked per year. 7. PLACE OF PERFORMANCE: Washington, DC with possible travel as stated in the position description. 8. STATEMENT OF WORK POSITION DESCRIPTION BACKGROUND The Office of Transition Initiatives (OTI) was created in 1994 as a distinct operating unit within USAID to help local partners advance peace and democracy in priority countries in crisis. Seizing critical windows of opportunity, OTI works on the ground to provide fast, flexible, short-term assistance targeting key political transition and stabilization needs. 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 objectives and mandates OTI retains a group of high level professionals and experts under personal services contracts referred in OTI as the “bullpen”, serving on intermittent/part-time contracts to provide surge capacity for OTI in the field and in Washington. These knowledgeable and skilled professionals must be prepared to work both in the field and in Washington, often with little time for preparations. For more information about OTI and its country programs please see: http://www.usaid.gov/our_work/cross-cutting_programs/transition_initiatives/ INTRODUCTION The incumbent serves as an OTI advisor on Information Technology (IT) in support of OTI’s internal operations, and will also be asked to provide assistance to non-OTI organizations including OTI implementing partners in furtherance of OTI program objectives. Advice and assistance will be provided in the area of OTI information systems (including systems analysis, database design, and training) for OTI and OTI implementing partners. Advice and assistance will also be provided in analyzing OTI business practices, to recommend improvements to business systems where appropriate. The incumbent has a direct role in both the operations and the program activities of DCHA/OTI, learning from both in order to develop more effective systems and processes to further the implementation of transition programming overseas. The incumbent will, as needed, serve as a part of the DCHA/OTI country program activities as well as develop and maintain the systems that individuals in those program roles will use. This may involve, for example, short-term assignments to backstop or assist OTI Program Managers and others in the country program team or operations team when required in order to better understand the existing business processes, information flows, and types of data managed. This analysis should lead to the development of improved information system tools supporting transition programming. The incumbent will gain a keen understanding of OTI's operational and programmatic goals and combine this knowledge with a strong background in information technology to provide consultation on the development of OTI’s information systems. Assignments may involve temporary duty at any of OTI’s overseas development offices, as well as assignments to be performed from home or in the Washington office. OTI uses a Microsoft Access database to track and report on country program small grants and other activities overseas. The database system gives OTI an ability to manage and explain to others a diverse portfolio of OTI activities in many countries. The incumbent will: provide support to OTI Washington-based staff as well as OTI and Implementing Partner staff overseas; create enhancements to the program and ensure that the system maintains consistency with the program strategies and structures in each OTI country; and support and review the processes inherent in program management that maintain information flow to OTI managers, partners and stakeholders. OBJECTIVE The objective of this solicitation is to provide on-call information technology specialist capabilities to the OTI Bullpen. 9. CORE FUNCTIONAL AREAS OF RESPONSIBILITY DUTIES AND RESPONSIBILITIES Because of the need for quick response and creativity in complex situations, the incumbent is expected to operate with certain levels of autonomy, responsibility and authority. The sensitive nature of the work demands that the incumbent be an individual with sound judgment, good teamwork, interpersonal, and analytical skills while also possessing a well-developed understanding of US policy interests. While the individual will be reporting directly to the Chief, Field Programs Division, given the close collaboration between the Field Programs Division, the Operations and Management Division, and the Program Office, it is extremely important that the individual maintain professional and collaborative ties between the divisions given the amount of cross-over between the various teams. The incumbent must have a strong background and interest in information system design. The incumbent must also have experience and interest in program implementation, and be able to accomplish a wide range of assignments on short notice. Since work may require continued changes in program direction and implementation, including frequent coordination, the incumbent must be highly flexible and willing to work under conditions of ongoing change. While the majority of the duties will take place in Washington, DC, the incumbent will also be sent, on an as needed basis, to a wide range of OTI project sites and proposed new country program sites. The incumbent will report to the OTI Chief of Field Programs or his/her designee, and also collaborate closely with the Operations Division Technology Specialist. The specific duties and responsibilities include, but are not limited to: •Participate in planning, implementation, maintenance and support of OTI’s information management systems, including the OTI Activity Database, OTI Budget and Finance database, information sharing systems, collaboration systems, and other operational systems supporting the implementation of OTI transition programs, in close collaboration with the OTI Technology Specialist;. •In collaboration with the OTI Technology Specialist, investigate and propose opportunities to incorporate new technologies for use in OTI’s information management systems and in OTI’s programs that will help OTI meet its operational and programmatic objectives; •Assist the OTI Technology Specialist in reviewing Agency systems, policies, technical requirements and security requirements with respect to OTI’s information systems and business processes to ensure these systems are integrated with agency systems and adhere to agency policies and procedures; •In collaboration with the OTI Technology Specialist, train OTI Washington and field staff as needed on operations and management processes, which may include using OTI information management systems across all OTI programs worldwide (e.g. providing orientation to implementing program processes in conjunction with supporting information systems). Assist staff in obtaining IT support from designated sources, or provide direct support where appropriate. This includes but is not limited to providing small group or one-on-one training, and writing end-user documentation; •When requested, and in collaboration with the OTI Technology Specialist and/or the OTI Program Office Team Leader, provide technical assistance to OTI web coordinators in maintaining OTI’s various web sites on the agency’s Internet, extranet and intranet web servers; •If requested by the Technology Specialist, assist in coordinating with the USAID Office of Information Resources Management, the Office of Foreign Disaster Assistance in their provision of IT support to OTI, and other offices or bureaus to leverage existing agency IT resources and maximize the effect of OTI's independent resources; •In collaboration with the Technology Specialist, perform assessments of OTI business processes and design information systems to support OTI's program activities. These systems may include: operational and programmatic information systems such as personnel, inventory, scheduling, annual reports; communication and collaboration tools such as websites, email tools, file sharing tools; programmatic tactical technology solutions such as PDA solutions, wireless and web-based systems. The incumbent will undertake special projects in conjunction with these assessments that may include assignments evaluating specific roles that are key to OTI business processes; •Special projects may include short-term assignments that involve requirements analysis accomplished in part through performance of business processes such as those listed below in order to assess appropriate changes to OTI information management systems, or adjustments to program processes that will result in improved program performance and effectiveness: •Participate with country program teams on strategic planning, decision-making, and implementation through consultation with Field Programs staff; •Assist in oversight of program contracts and support the CTO in facilitating good information sharing and flow of reporting between OTI and contractors; •Manage information flow for review, evaluation and assessment of country program; •Participate in design and implementation of new country program operations to include management, logistical, budget, administrative and contractual issues; •Perform other activities as required for the successful completion of country programs; •Perform other duties and activities as required and as related to this scope of work for the successful completion of the OTI mandate; •When required, assume higher representational responsibilities, potentially serving as acting OTI IT Specialist, or team leader for IT if requested by the Technology Specialist and approved by the Supervisor, or acting Program Manager within an OTI regional team (either in Washington or in the field) if requested by the Supervisor; •Mentor/train other OTI IT staff, Program Managers, and/or field-based staff as required; and, •Travel overseas in fulfillment of duties, as required. SUPERVISORY RELATIONSHIP: The Information Technology (IT) Advisor will take direction from and will report to the OTI Chief of Field Programs or his/her designee, and also collaborate closely with the Operations Division Technology Specialist. SUPERVISORY CONTROLS: While the Supervisor will set overall objectives, the incumbent is expected to take initiative, act independently, and manage his/her tasks with minimal supervision. 10. PHYSICAL DEMANDS The work is generally sedentary and does not pose undue physical demands. However, during deployment on Assessment teams, Disaster Assistance Response Teams (DARTs) (very rare for this position, but if required), and during site visits (very rare for this position, but if required), there may be some additional physical exertion including long periods of travel via various carriers as required (small airplanes, commercial jetliners, local vehicles, etc.), standing, walking over rough terrain, or carrying of moderately heavy items (less than 50 pounds). 11. WORK ENVIRONMENT While the work is primarily performed in an office setting, the work may additionally involve special safety and/or security precautions, wearing of protective equipment, and exposure to severe weather conditions when deployed overseas. 12. START DATE: Immediately, once necessary clearances are obtained. 13. POINT OF CONTACT: See Cover Letter. EDUCATION/EXPERIENCE REQUIRED FOR THIS POSITION (Determines basic eligibility for the position. Applicants who do not meet all of education and experience factors are considered NOT qualified for the position. See detailed instructions for demonstrating Education/Experience under "Applying") Bachelor’s degree AND a minimum of five (5) years professional experience in implementing and managing two or more of the following areas in support of international humanitarian and/or development programs: systems integration, application development, database administration; OR Master’s degree in the field of Computer Science, International Relations, or a related specialized field AND a minimum of four (4) years of professional experience in implementing and managing two or more of the following areas in support of international humanitarian and/or development programs: systems integration, application development, database administration; AND Demonstrated experience planning, managing and implementing ICT solutions either in support of transition/development programs or in a transition/developing country context. SELECTION FACTORS (Determines basic eligibility for the position. Applicants who do not meet all of the selection factors are considered NOT qualified for the position.) •Applicant is a U.S. Citizen; •Complete and hand-signed federal form OF-612 submitted (see detailed instructions under "Applying"); •Supplemental document specifically addressing each of the Education/Experience requirements, AND each of the Evaluation Factors submitted; •Ability to obtain a SECRET level security clearance; •Satisfactory verification of academic credentials. EVALUATION FACTORS (Used to determine the competitive ranking of qualified applicants in comparison to other applicants. The factors are listed in priority order from highest to least.) Factor #1Demonstrated ability to consistently and independently perform in a high-visibility, high-pressure environment, including emergency situations, and manage multiple projects simultaneously; Factor #2Demonstrated experience with the following: a. Database administration, including deploying database software, managing database servers, and creating database structures; experience with migrating data from multiple sources; experience writing Structured Query Language (SQL) queries; experience with Microsoft Access and any of the following databases: Oracle, MS SQL, mySQL; experience with data interchange formats such as XML, RSS or ATOM; b. Systems analysis, including integrating databases with web-based applications, deploying online collaboration solutions, etc.; experience with integrating data from multiple sources; c. Systems management of Windows/UNIX platforms, including familiarity with Solaris, BSD or Linux-based UNIX distributions; Factor #3Demonstrated social and interpersonal skills illustrated by the ability to interact in a team setting, collaborating with different teams, or with counterparts, on both the lowest and highest political, social, and economic levels; Factor #4Demonstrated planning and organizational skills; and Factor #5Demonstrated skills and experience with training, trouble shooting and/or mentoring staff in use of information management systems, databases, and IT, including staff members in remote locations. BASIS OF RATING: Applicants who meet the Education/Experience Requirements and Selection Factors will be further evaluated based on scoring of the Evaluation Factor responses. Those applicants determined to be competitively ranked may also be evaluated on interview performance and satisfactory professional reference checks. Applicants are required to address each of the Evaluation Factors on a separate sheet 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 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 Applicant 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 Factor #5 – 10 Total Possible - 80 Points Interview Performance – 20 points Satisfactory Professional Reference Checks – Pass/Fail (no points assigned) Total Possible Points: 100 APPLYING: Applications must be received by the closing date and time at the address specified in the cover letter. Qualified individuals are required to submit: 1.A complete U.S. Government Optional Form 612 with hand-written signature (including OF-612 continuation sheets as needed) (downloadable forms are available on the USAID website, http://www.usaid.gov/procurement_bus_opp/procurement/forms or internet http://www.gsa.gov/Portal/gsa/ep/formslibrary.do, or www.globalcorps.com). NOTE: Submission of a resume in addition to the required forms is encouraged, but submission of a resume alone or in lieu of the OF-612 form IS NOT a complete application. All information to be evaluated must be contained in the OF-612 form and must not depend on references to your resume. Failure to provide the required information and/or materials will result in your not being considered for employment. All applicants must submit complete dates (months/years) and hours per week for all positions listed on the OF-612 or on supplemental OF-612 continuation sheets to allow for adequate evaluation of your direct and related experience. Experience that cannot be quantified will not be counted towards meeting the solicitation requirements. Dates (months/years) and locations for all field experience must also be detailed. 2.A supplemental document specifically addressing: Each of the Education/Experience requirements shown in the solicitation. Each of the five (5) Evaluation Factors shown in the solicitation. To ensure consideration of applications for the intended position, please reference the solicitation number on your application, and as the subject line in any cover letter. DOCUMENT SUBMITTALS Via mail: GlobalCorps, 529 14th Street, NW, Suite 700, Washington, DC 20045 Via facsímile: (202) 403-3911 or (202) 403-3941 Via email: itadvisor@globalcorps.com The most qualified candidates may be interviewed and required to provide a writing sample. OTI will not pay for any expenses associated with the interviews. Professional references and academic credentials will be evaluated for applicants being considered for selection. NOTE: If a temporary or full secret security clearance is not obtained within four months, the offer may be rescinded. NOTE REGARDING GOVERNMENT OBLIGATIONS FOR THIS SOLICITATION This solicitation in no way obligates USAID to award a PSC contract, nor does it commit USAID to pay any cost incurred in the preparation and submission of the application. NOTE REGARDING DATA UNIVERSAL NUMBERING SYSTEM (DUNS) NUMBERS All individuals contracted as US PSCs are required to have a DUNS Number. USAID will provide a generic DUNS Number and PSCs are not required to register with CCR. For general information about DUNS Numbers, please refer to FAR Clause 52.204-6, Data Universal Numbering System (DUNS) Number (10/2003) http://acquisition.gov/comp/far/current/html/52_200_206.html#wp1137568 LIST OF REQUIRED FORMS FOR PSCs Forms outlined below can found at: http://www.usaid.gov/forms/ or at http://www.forms.gov/bgfPortal/citizen.portal 1. Optional Form 612. 2. Medical History and Examination Form (DS-1843). ** 3. Questionnaire for Sensitive Positions (for National Security) (SF-86), or ** 4. Questionnaire for Non-Sensitive Positions (SF-85). ** 5. Finger Print Card (FD-258). ** 6. Employment Eligibility Verification (I-9 Form). ** ** Forms 2 through 6 shall be completed ONLY upon the advice of the Contracting Officer that an applicant is the successful candidate for the job. CONTRACT INFORMATION BULLETINS (CIBs) and ACQUISITION & ASSISTANCE POLICY DIRECTIVES (AAPDs) PERTAINING TO PSCs CIBs and AAPDs contain changes to USAID policy and General Provisions in USAID regulations and contracts. Please refer to http://www.usaid.gov/business/business_opportunities/cib/subject.html#psc to determine which CIBs and AAPDs apply to this contract. AAPD 06-10 – PSC MEDICAL PAYMENT RESPONSIBILITY AAPD No. 06-10 is hereby incorporated as Attachment 1 to the solicitation. BENEFITS/ALLOWANCES: As a matter of policy, and as appropriate, a PSC is normally authorized the following benefits and allowances: 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 & Sick Leave ALLOWANCES (if Applicable).* (A) Temporary Lodging Allowance (Section 120). (B) Living Quarters Allowance (Section 130). (C) Post Allowance (Section 220). (D) Supplemental Post Allowance (Section 230). (E) Separate Maintenance Allowance (Section 260). (F) Education Allowance (Section 270). (G) Education Travel (Section 280). (H) Post Differential (Chapter 500). (I) Payments during Evacuation/Authorized Departure (Section 600), and (J) Danger Pay (Section 650). * Standardized Regulations (Government Civilians Foreign Areas). FEDERAL TAXES: USPSCs are required to pay Federal Income Taxes, FICA, and Medicare ALL QUALIFIED APPLICANTS WILL BE CONSIDERED REGARDLESS OF AGE, RACE, COLOR, SEX, CREED, NATIONAL ORIGIN, LAWFUL POLITICAL AFFILIATION, NON-DISQUALIFYING HANDICAP, MARITAL STATUS, SEXUAL ORIENTATION, AFFILIATION WITH AN EMPLOYEE ORGANIZATION, OR OTHER NON-MERIT FACTOR. ATTACHMENT 1 ACQUISITION & ASSISTANCE POLICY DIRECTIVE (AAPD) NO. 06-10 PSC MEDICAL EXPENSE PAYMENT RESPONSIBILITY General Provision 22, MEDICAL EXPENSE PAYMENT RESPONSIBILITY (OCTOBER 2006) (a) Definitions. Terms used in this General Provision are defined in 16 FAM 116 available at http://www.foia.state.gov/REGS/fams.asp?level=2&id=59&fam=0. Note: Personal services contractors are not eligible to participate in the Federal Employees Health Programs. (b) The regulations in the Foreign Affairs Manual, Volume 16, Chapter 520 (16 FAM 520), Responsibility for Payment of Medical Expenses, apply to this contract, except as stated below. The contractor and each eligible family member are strongly encouraged to obtain health insurance that covers this assignment. Nothing in this provision supersedes or contradicts any other term or provision in this contract that pertains to insurance or medical costs, except that section (e) supplements General Provision 25. “MEDICAL EVACUATION (MEDEVAC) SERVICES.” (c) When the contractor or eligible family member is covered by health insurance, that insurance is the primary payer for medical services provided to that contractor or eligible family member(s) both in the United States and abroad. The primary insurer’s liability is determined by the terms, conditions, limitations, and exclusions of the insurance policy. When the contractor or eligible family member is not covered by health insurance, the contractor is the primary payer for the total amount of 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 and Irregular Travel and Transportation.” In the event of a medical emergency, when time does not permit consultation, the Mission Director may issue a Travel Authorization Form or Medical Services Authorization Form DS-3067, provided that the FSMP or Post Medical Advisor (PMA) is notified as soon as possible following such an issuance. The contractor must promptly file a claim with his or her medevac insurance provider and repay to USAID any amount the medevac insurer pays for medical travel, up to the amount USAID paid under this section. The contractor must repay USAID for medical costs paid by the medevac insurer in accordance with sections (f) and (g) below. In order for medical travel to be an allowable cost under General Provision 10, the contractor must provide USAID written evidence that medevac insurance does not cover these medical travel costs. (f) If the contractor or eligible family member is not covered by primary health insurance, the contractor is the primary payer for the total amount of medical costs incurred. In the event of a medical emergency, the Medical and Health Program may authorize issuance of Form DS-3067, Authorization for Medical Services for Employees and/or Dependents, to secure admission to a hospital located abroad for the uninsured contractor or eligible family member. In that case, the contractor will be required to reimburse USAID in full for funds advanced by USAID pursuant to the issuance of the authorization. The contractor may reimburse USAID directly or USAID may offset the cost from the contractor’s invoice payments under this contract, any other contract the individual has with the U.S. Government, or through any other available debt collection mechanism. (g) When USAID pays medical expenses (e.g., pursuant to Form DS-3067, Authorization for Medical Services for Employees and/or Dependents), repayment must be made to USAID either by insurance payment or directly by the contractor, except for the amount of such expenses USAID is obligated to pay under this provision. The Contracting Officer will determine the repayment amount in accordance with the terms of this provision and the policies and procedures for employees contained in 16 FAM 521. When USAID pays the medical expenses, including medical travel costs (see section (e) above), of an individual (either the contractor or an eligible family member) who is covered by insurance, that individual promptly must claim his or her benefits under any applicable insurance policy or policies. As soon as the individual receives the insurance payment, the contractor must reimburse USAID for the full amount that USAID paid on the individual’s behalf or the repayment amount determined by the Contracting Officer in accordance with this paragraph, whichever is less. If an individual is not covered by insurance, the contractor must reimburse USAID for the entire amount of all medical expenses and any travel costs the contractor receives from his/her medevac provider. (h) In the event that the contractor or eligible family member fails to recover insurance payments or transfer the amount of such payments to USAID within 90 days, USAID will take appropriate action to collect the payments due, unless such failure is for reasons beyond the control of the USPSC/dependent. (i) Before departing post or terminating the contract, the contractor must settle all medical expense and medical travel costs. If the contractor is insured, he or she must provide proof to the Contracting Officer that those insurance claims have been submitted to the insurance carrier(s) and sign a repayment agreement to repay to USAID any amounts paid by the insurance carrier(s).
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=4aa0391ed75eb9641b57ffbab8ebfc13&tab=core&_cview=1)
 
Document(s)
OF 612 Form
 
File Name: OF 612 Form (OF612.doc)
Link: https://www.fbo.gov//utils/view?id=faedb203b053bec18796f88570d8840e
Bytes: 200.00 Kb
 
File Name: OF 612 Continuation Sheet (OF612 Continuation Sheet.doc)
Link: https://www.fbo.gov//utils/view?id=edcedf4ed7d6f4bd463cf84f7475fce4
Bytes: 708.50 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Washington, District of Columbia, 20523, United States
Zip Code: 20523
 
Record
SN01653285-W 20080829/080827222447-4aa0391ed75eb9641b57ffbab8ebfc13 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.