Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 13, 2010 FBO #3092
SOLICITATION NOTICE

R -- USAID/OTI Field Program Manager - Haiti - Solicitation - OF612 Form

Notice Date
5/11/2010
 
Notice Type
Cancellation
 
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
SOL-OTI-10-000002
 
Archive Date
6/10/2010
 
Point of Contact
Lindsey O. Johnson, Phone: 2026619366, Mateyo Bonham, Phone: 2026619381
 
E-Mail Address
ljohnson@usaid.gov, mbonham@usaid.gov
(ljohnson@usaid.gov, mbonham@usaid.gov)
 
Small Business Set-Aside
N/A
 
Description
OF612 Continuation Sheet OF612 Form Solicitation <!-- /* Font Definitions */ @font-face {font-family:Wingdings; panose-1:5 0 0 0 0 0 0 0 0 0; mso-font-charset:2; mso-generic-font-family:auto; mso-font-pitch:variable; mso-font-signature:0 268435456 0 0 -2147483648 0;} @font-face {font-family:"MS Mincho"; panose-1:2 2 6 9 4 2 5 8 3 4; mso-font-alt:"MS 明朝"; mso-font-charset:128; mso-generic-font-family:modern; mso-font-pitch:fixed; mso-font-signature:-1610612033 1757936891 16 0 131231 0;} @font-face {font-family:"\@MS Mincho"; panose-1:2 2 6 9 4 2 5 8 3 4; mso-font-charset:128; mso-generic-font-family:modern; mso-font-pitch:fixed; mso-font-signature:-1610612033 1757936891 16 0 131231 0;} /* Style Definitions */ p.MsoNormal, li.MsoNormal, div.MsoNormal {mso-style-parent:""; margin:0in; margin-bottom:.0001pt; mso-pagination:widow-orphan; font-size:10.0pt; font-family:"Times New Roman"; mso-fareast-font-family:"Times New Roman";} p.MsoHeader, li.MsoHeader, div.MsoHeader {margin:0in; margin-bottom:.0001pt; mso-pagination:widow-orphan; tab-stops:center 3.0in right 6.0in; font-size:10.0pt; font-family:"Times New Roman"; mso-fareast-font-family:"Times New Roman";} p.MsoFooter, li.MsoFooter, div.MsoFooter {margin:0in; margin-bottom:.0001pt; mso-pagination:widow-orphan; tab-stops:center 3.0in right 6.0in; font-size:10.0pt; font-family:"Times New Roman"; mso-fareast-font-family:"Times New Roman";} p.MsoBodyText3, li.MsoBodyText3, div.MsoBodyText3 {mso-style-link:"Body Text 3 Char"; margin-top:0in; margin-right:0in; margin-bottom:6.0pt; margin-left:0in; mso-pagination:widow-orphan; font-size:8.0pt; font-family:"Times New Roman"; mso-fareast-font-family:"Times New Roman";} a:link, span.MsoHyperlink {color:blue; text-decoration:underline; text-underline:single;} a:visited, span.MsoHyperlinkFollowed {color:purple; text-decoration:underline; text-underline:single;} p.MsoPlainText, li.MsoPlainText, div.MsoPlainText {mso-style-link:"Plain Text Char"; margin:0in; margin-bottom:.0001pt; mso-pagination:widow-orphan; font-size:10.0pt; font-family:"Courier New"; mso-fareast-font-family:"Times New Roman"; mso-bidi-font-family:"Times New Roman";} p {mso-margin-top-alt:auto; margin-right:0in; mso-margin-bottom-alt:auto; margin-left:0in; mso-pagination:widow-orphan; font-size:9.0pt; font-family:Arial; mso-fareast-font-family:"Times New Roman";} span.BodyText3Char {mso-style-name:"Body Text 3 Char"; mso-style-noshow:yes; mso-style-locked:yes; mso-style-link:"Body Text 3"; mso-ansi-font-size:8.0pt; mso-bidi-font-size:8.0pt; mso-ansi-language:EN-US; mso-fareast-language:EN-US; mso-bidi-language:AR-SA;} span.PlainTextChar {mso-style-name:"Plain Text Char"; mso-style-noshow:yes; mso-style-locked:yes; mso-style-link:"Plain Text"; font-family:"Courier New"; mso-ascii-font-family:"Courier New"; mso-hansi-font-family:"Courier New"; mso-ansi-language:EN-US; mso-fareast-language:EN-US; mso-bidi-language:AR-SA;} @page Section1 {size:8.5in 11.0in; margin:1.0in 1.25in 1.0in 1.25in; mso-header-margin:.5in; mso-footer-margin:.5in; mso-paper-source:0;} div.Section1 {page:Section1;} /* List Definitions */ @list l0 {mso-list-id:309134102; mso-list-type:hybrid; mso-list-template-ids:822636856 67698689 67698691 67698693 67698689 67698691 67698693 67698689 67698691 67698693;} @list l0:level1 {mso-level-number-format:bullet; mso-level-text:; mso-level-tab-stop:.5in; mso-level-number-position:left; text-indent:-.25in; font-family:Symbol;} @list l1 {mso-list-id:405344717; mso-list-type:hybrid; mso-list-template-ids:22070780 -13747274 67698713 67698715 67698703 67698713 67698715 67698703 67698713 67698715;} @list l1:level1 {mso-level-start-at:2; mso-level-text:"\(%1\)"; mso-level-tab-stop:37.5pt; mso-level-number-position:left; margin-left:37.5pt; text-indent:-19.5pt; mso-bidi-font-family:"Times New Roman";} @list l2 {mso-list-id:499276190; mso-list-type:hybrid; mso-list-template-ids:-2057293162 67698689 67698691 67698693 67698689 67698691 67698693 67698689 67698691 67698693;} @list l2:level1 {mso-level-number-format:bullet; mso-level-text:; mso-level-tab-stop:.5in; mso-level-number-position:left; text-indent:-.25in; font-family:Symbol;} @list l3 {mso-list-id:744766116; mso-list-type:hybrid; mso-list-template-ids:1973088288 -722669898 67698713 67698715 67698703 67698713 67698715 67698703 67698713 67698715;} @list l3:level1 {mso-level-text:"\(%1\)"; mso-level-tab-stop:.5in; mso-level-number-position:left; text-indent:-.25in; mso-bidi-font-family:"Times New Roman";} @list l4 {mso-list-id:982349707; mso-list-type:hybrid; mso-list-template-ids:-547744588 67698689 67698691 67698693 67698689 67698691 67698693 67698689 67698691 67698693;} @list l4:level1 {mso-level-number-format:bullet; mso-level-text:; mso-level-tab-stop:.5in; mso-level-number-position:left; text-indent:-.25in; font-family:Symbol;} @list l5 {mso-list-id:1573271946; mso-list-type:hybrid; mso-list-template-ids:2078174412 67698703 67698713 67698715 67698703 67698713 67698715 67698703 67698713 67698715;} @list l5:level1 {mso-level-tab-stop:.5in; mso-level-number-position:left; text-indent:-.25in;} @list l6 {mso-list-id:1975022812; mso-list-type:hybrid; mso-list-template-ids:-999258024 67698689 67698691 67698693 67698689 67698691 67698693 67698689 67698691 67698693;} @list l6:level1 {mso-level-number-format:bullet; mso-level-text:; mso-level-tab-stop:.5in; mso-level-number-position:left; text-indent:-.25in; font-family:Symbol;} ol {margin-bottom:0in;} ul {margin-bottom:0in;} --> SOLICITATION NUMBER: SOL-OTI-10-000002 ISSUANCE DATE: May 11, 2010 CLOSING DATE: May 26, 2010, 5:00 p.m. EDT SUBJECT: Solicitation for U.S. Personal Services Contractor for an OTI Field Program Manager in Haiti. Ladies/Gentlemen: The United States Government (USG), 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 OTI Field Program Manager 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 six (6) 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: fpmhaiti@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: Mateyo Bonham or Michael Aguilar Telephone Number: (202) 661-9381 or (202) 661-9366 E-Mail Address: fpmhaiti@globalcorps.com Website: www.globalcorps.com Facsímile: (202) 403-3911 or (202) 403-3941 Sincerely, Dean Cabrera, Contracting Officer Solicitation for U.S. Personal Service Contractor (PSC) OTI Field Program Manager 1. SOLICITATION NO.: SOL-OTI- 10-000002 2. ISSUANCE DATE : May 11, 2010 3. CLOSING DATE/TIME FOR RECEIPT OF APPLICATIONS : May 26, 2010 5:00 pm EDT 4. POSITION TITLE : OTI Field Program Manager 5. MARKET VALUE : This position has been designated as a “ladder” position. The highest level of this position is a GS-13; however, USAID intends to fill this position at the GS-12 equivalent level (salary range: $60,274 to $78,355). The actual salary of the successful candidate will be negotiated within the pay range of the GS-12 level depending on qualifications, previous relevant experience and work history, salary and educational background. Salaries over and above the top of the pay range will not be entertained or negotiated. 6. PERIOD OF PERFORMANCE: 1 year, with two one-year option periods. 7. PLACE OF PERFORMANCE: Haiti 8. STATEMENT OF WORK 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, indigenous partners advance peace and democracy in priority conflict-prone countries by providing fast, flexible, short-term assistance targeted at key transition 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 local partners such as civil society groups (non-governmental organizations or informal community groups), local governments, private businesses, media groups, and others, through identification of quick-impact community self-help projects to meet urgent economic needs; development of initiatives to promote national reconciliation; re-integration of ex-combatants into civilian society; and aid to independent media outlets and community-based organizations to help promote informed debate and broaden public understanding and participation in their country’s political process. To respond quickly and effectively and meet its program objectives and mandate OTI retains a group of high level professionals and experts under personal services contracts (PSCs). 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. For more information about OTI and its country programs please see: http://www.usaid.gov/our_work/cross-cutting_programs/transition_initiatives/ Introduction The OTI Field Program Manager is a member of the Democracy, Conflict and Humanitarian Assistance Bureau (DCHA)/OTI Latin America and Caribbean (LAC) Regional Team. He/she will report to the OTI Country Representative or his/her designee, and is based in Port au Prince, Haiti. This post is not a family-accompanied post and does not allow minor or adult dependents, although a separate maintenance allowance will be authorized for incumbents with dependents. The OTI/Haiti program will further the high priority U.S. policy objective of helping restore stability in Haiti after almost complete destruction of the capital and severe impairment of the Government’s ability to communicate effectively – both inter-governmentally and with the Haitian people. USAID/OTI’s goal for its engagement in Haiti is supporting the Government of Haiti in the aftermath of unprecedented destruction to the country after the January 12, 2010 earthquake. The initial objectives for the OTI/Haiti program are: (1) to support the Government of Haiti (GOH) by promoting stability and decreasing the chances of unrest; and (2) to facilitate GOH efforts to restore core government functions. Currently, illustrative activities include: Communications : OTI could provide support to Government of Haiti (GOH) ministries in coordination with the U.S. Embassy/USAID Mission to assist in the restoration of communications capacities, both external and intra-governmental. OTI could provide assistance on generating and disseminating updated information on the recovery efforts and humanitarian assistance. This is critical for stemming unrest and promoting governing stability. Government Rehabilitation : OTI could work with GOH and the U.S. Mission to provide basic infrastructure and supplies that facilitate efforts of the GOH to restore core government functions. Jobs : OTI could establish a short-term jobs program that will hire local Haitians to remove rubble, repair roads, clean drainage canals, and rehabilitate key infrastructure. Over time and as the post-earthquake political, social and economic environment changes, OTI expects to adapt its objectives and programming to accordingly. OBJECTIVE To hire a qualified individual to serve as a Field Program Manager in support of OTI’s programs in Haiti. 9. CORE FUNCTIONAL AREAS OF RESPONSIBILITY DUTIES AND RESPONSIBILITIES The work of the OTI Field Program Manager requires teamwork, the exercise of discretion, judgment, and personal responsibility. The Field Program Manager holds a management position primarily responsible for coordinating monitoring, evaluation, and reporting of activities within the overall Haiti program. The Field Program Manager’s principal responsibility is to support the OTI Country Representative in the development, oversight, management and analysis of the OTI country program. The OTI Field Program Manager helps to provide consistent representation to and coordination with the host of offices and organizations active in Haiti’s post-earthquake environment. Under the direct supervision of the OTI Country Representative or his/her designee (e.g. the OTI Deputy Country Representative), the Field Program Manager will: At the full performance (GS-12) level: · Assist the OTI Country Team in the overall monitoring and evaluation of OTI-sponsored activities in the implementation of OTI-financed activities designed to achieve OTI strategic objectives; · Assist in the design and deployment of monitoring, evaluation and reporting mechanisms appropriate to the program; · Support the OTI Country team on USAID and OTI administrative requirements (budget preparation and tracking, financial management, grants management, procurement); · Maintain detailed records/files of program information; · Assist in supervising, training and/or mentoring Foreign National PSC (FNPSC) OTI staff; implementing staff, and locally hired teams; · Assist in coordinating with implementing partner staff to help ensure team goals and objectives are being met and are understood by all, even during rapid periods of change; · Draft weekly and quarterly programmatic and analytical political reports incorporating information from OTI activities; · Assist the OTI Country team in supervising periodic baseline surveys, and survey teams, and communicate and present results to a range of audiences in the US Government, local government, and others; · Assist in meeting and collaborating with USAID Mission personnel, U.S. Embassy staff, host-country government officials, implementing partners, international organizations, indigenous and international NGOS, international donors, and others key players who may be interested in OTI activities or have important information related to the start up or ongoing development of OTI activities; · Assist in regularly communicating and sharing program information with other USAID project managers, bilateral donors, UN Organizations, International Organizations, and indigenous and international NGOs to ensure visibility and synergy of USAID/OTI activities; · Communicate and present lessons learned to audiences such as US government officials, local government officials, other donor officials, and others as required; · Serve as Acting OTI Deputy Country Representative or Country Representative as required; · If required, assist in developing an exit strategy that ensures reasonable time to transition from OTI programs to follow-on USAID or other donor programs. · Perform other duties as determined by the supervisor or OTI LAC Team Leader to ensure successful OTI program implementation. At the GS-13 level: · Perform the same duties as the GS-12 level but with less supervision, greater decision-making authority, and less restricted independence of action. SUPERVISORY RELATIONSHIP: The OTI Field Program Manager will report to OTI’s Country Representative in Haiti or to his/her designee (for example, the Deputy Country Representative). SUPERVISORY CONTROLS: The Supervisor will set overall objectives. The employee and the supervisor together will develop deadlines, projects, and work to be accomplished. Work plans, timesheets, regional travel, and funding associated with support costs will be approved through OTI Washington. 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. During deployment on Assessment teams or during site visits, there may be some additional physical exertion including long periods of standing, walking over rough terrain, or carrying of moderately heavy items (less than 50 pounds). 11. WORK ENVIRONMENT Work is primarily performed in an office setting. During deployment on Assessments or during site visits, the work may additionally involve special safety and/or security precautions, wearing of protective equipment, and exposure to severe weather conditions. (Modify as Appropriate) 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" ) The USAID Office of Transition Initiatives Field Program Manager position requires excellent communication skills and experience in political analysis and program reporting. Prior coordination experience with various USG offices is strongly preferred. Solid interpersonal skills, and the ability to serve as an effective liaison with a wide array of individuals and institutions, are extremely important. A prerequisite for success in this position is familiarity with post-disaster operating environments, conflict-related programming, democracy and governance work, and/or media/information dissemination initiatives. Prior experience with contract/grant management and program administration is desirable. A demonstrated strength in policy analysis and formulation is strongly preferred. Since work may require continued changes in program direction and implementation, including frequent coordination, the individual will be someone who is highly flexible and willing to work under conditions of ongoing change. The successful candidate will possess excellent political analysis and reporting skills and the ability to operate with a high degree of autonomy, responsibility and authority in a highly stressful environment while exercising sound judgment in politically charged and challenging security environments. At a minimum, the applicant must have: At the GS-12 level: (1) A Bachelor's degree with a minimum of five (5) years of progressively responsible work experience; OR A Master's degree (with significant study in or pertinent to the specialized field, including, but not limited to, international development and social sciences) and a minimum of four (4) years of progressively responsible work experience; (2) A minimum of four (4) years of recent project management experience with a USG foreign affairs agency, large 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) A minimum of three (3) months overseas experience working in a developing country, of which one (1) month must include experience working in one or more countries undergoing political instability; 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 how the candidate meets each of the Education/Experience requirements, AND each of the Evaluation Factors submitted; Ability to obtain a SECRET level security clearance; Ability to obtain a Department of State medical 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 #1 Demonstrated experience interacting with U.S. government agencies, donor and international organizations, and local counterparts on both the lowest and highest political, social, and economic levels; Factor #2 Demonstrated experience working on humanitarian assistance activities, transition programs or democracy-building programs in the field; Factor #3 Demonstrated experience in contract and grant management and the use of political analysis to inform programming strategies and objectives, especially in post-disaster and conflict-prone environments in the assigned in Latin America and the Caribbean; Factor #4 Excellent communication, interpersonal, cross-cultural, negotiating and team building skills evidenced by the ability to maintain team morale and unity in a challenging security environment with the lack of usual infrastructure and amenities; Factor #5 Demonstrated ability to operate independently in high visibility, high-pressure environments overseas in complex emergency or political crisis situations with minimal home office support; and Factor #6 Existing security clearance. BASIS OF RATING: Applicants who clearly 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 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 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 – 10 Factor #5 – 10 Factor #6 – 5 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: 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/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. A supplemental document specifically addressing: Each of the Education/Experience requirements shown in the solicitation. Each of the six (6) 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 : fpmhaiti@globalcorps.com Please note in your document submittal where you heard about this position. The most qualified candidates may be interviewed and requested 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: The incumbent must obtain Department of State medical clearance within six months after award. If medical clearance is not obtained within this period, USAID will terminate the contract at the convenience of the government. (Delete or modify as applicable) 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) https://www.acquisition.gov/far/current/html/52_200_206.html LIST OF REQUIRED FORMS FOR PSCs Forms outlined below can found at: http://www.usaid.gov/forms/ or at http://www.forms.gov/bgfPortal/main.do 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.state.gov/m/a/dir/regs/fam/c23002.htm. Note: Personal services contractors are not eligible to participate in the Federal Employees Health Programs. (b) The regulations in the Foreign Affairs Manual, Volume 16, Chapter 520 (16 FAM 520), Responsibility for Payment of Medical Expenses, apply to this contract, except as stated below. The contractor and each eligible family member are strongly encouraged to obtain health insurance that covers this assignment. Nothing in this provision supersedes or contradicts any other term or provision in this contract that pertains to insurance or medical costs, except that section (e) supplements General Provision 25. “MEDICAL EVACUATION (MEDEVAC) SERVICES.” (c) When the contractor or eligible family member is covered by health insurance, that insurance is the primary payer for medical services provided to that contractor or eligible family member(s) both in the United States and abroad. The primary insurer’s liability is determined by the terms, conditions, limitations, and exclusions of the insurance policy. When the contractor or eligible family member is not covered by health insurance, the contractor is the primary payer for the total amount of 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
FBO.gov Permalink
(https://www.fbo.gov/spg/AID/OP/WashingtonDC/SOL-OTI-10-000002/listing.html)
 
Record
SN02146005-W 20100513/100511234745-3ba17c2f73fd9bc1a29bee344061b076 (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.