Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 20, 2014 FBO #4683
SOLICITATION NOTICE

R -- USPSC Senior Public Health Officer - Solicitation

Notice Date
9/18/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
812990 — All Other Personal Services
 
Contracting Office
Agency for International Development, Washington D.C., USAID/Washington, 1300 Pennsylvania Avenue, NW, Room 7.10-006, Washington, District of Columbia, 20523, United States
 
ZIP Code
20523
 
Solicitation Number
SOL-OAA-14-000190
 
Archive Date
10/3/2014
 
Point of Contact
Vanesia Moodie, Phone: 202-470-4288
 
E-Mail Address
vmoodie@usaid.gov
(vmoodie@usaid.gov)
 
Small Business Set-Aside
N/A
 
Description
Solicitation Number: SOL-OAA-14-000190 Request for Personal Service Contractor USAID Global Health Bureau Position Title:Senior Public Health Officer Solicitation Number: SOL-OAA-14-000190 Salary Level:GS-13 Equivalent Level ($89,924 - $116,901 annually) Issuance Date:September 18, 2014 Closing Date:October 2, 2014 Closing Time:5:00 P.M. Washington, DC time Dear Prospective Applicants: The United States Government represented by the U.S. Agency for International Development (USAID), is seeking applications from qualified U.S. citizens interested in providing Personal Services Contract (PSC) services for a Senior Public Health Officer position. The position will serve as the Preparedness and Response (P&R) project's Agreement Officer's Representative (AOR) and provide key technical, operational and strategic planning assistance to the Global Health Security and Development Unit within the Office of Health, Infectious Diseases and Nutrition (HIDN) within the Bureau of Global Health, as described in the attached solicitation. Applications and required information must be submitted in accordance with the instructions set forth in the solicitation and at the place and time specified. Applicants interested in applying for this position MUST submit the following materials: 1)Resume: a)Your resume should contain sufficient 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 information sufficient to determine your qualifications for the position will result in loss of full consideration. Resume or CV should not exceed 5 pages. b)In order to fully evaluate your application, your resume must include: 1.All relevant paid positions, job title, location(s), and dates held (month/year) and salary history for each position (e.g. part time list hourly/daily rate, full time list- annual salary). Dates (month/year) and locations for all overseas field experience must also be detailed. 2.Specific duties performed that fully detail the level and complexity of the work. 3.Education and any other qualifications including job-related training courses, job- related skills, or job-related honors, awards or accomplishments. 4.Country of Citizenship. 2)List of References: a)Applicants must submit no fewer than three (3) and no more than five (5) professional references within the last 10 years, who are not family members or relatives. Submitted references MUST include the following information: 1.name of reference 2.applicants' relationship to reference 3.title of reference at current job 4.reference current telephone number (work or personal) 5.reference email address (work or personal) At least two (2) references must be from direct supervisors (current or prior) who can provide information regarding the applicant's knowledge of relevant experience in policy and strategic development, program and project planning, design, implementation, monitoring and evaluation of nutrition and food security activities, program and financial management, cost analysis, budget and operations experience. All references must be from within the last ten years of applicant's professional career. Applicants are advised to ensure the information provided is current for all references. 3)Supplemental document addressing the Evaluation Factors (EF): a)Applicants are required to address each Evaluation Factor in one separate document that is no more than 3 pages total (8 ½" x 11" paper only; no less than 11 point font; double sided pages count as 2 pages if submitting in hard copy). If the narratives exceed three pages the additional pages will NOT be reviewed or evaluated. Be sure to include your name and the announcement number at the top of each page. The narrative should describe your experience, training, and education that are relevant to this position as they apply to each Evaluation Factor listed below. 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. b)Please refer to Section No. 15 of the solicitation for evaluation factors. Additional documents submitted will not be accepted. Incomplete or late applications will not be considered. For hard copy applications, your complete resume, list of references and the supplemental document addressing the evaluation factors must be received at the address below by the closing date and time specified above. However, Applicants are highly encouraged to create an application profile online and submit their application electronically through the website www.globalcorps-health.com or via fax: GlobalCorps-Health 1401 K Street, NW Suite 801 Washington, DC 20005 Tel: 202-470-2838 Fax: 202-870-5200 E-Mail Address: info@globalcorps-health.com Website: www.globalcorps-health.com Applicants can expect to receive a confirmation email when application materials have been received. Applicants should retain for their records copies of all enclosures which accompany their applications. Any questions on this solicitation must be directed to: Vanesia Moodie Contract Specialist Tel: 202-470-2838 Fax: 202-870-5200 E-Mail Address: vmoodie@usaid.gov Sincerely, Patricia Bradley Contracting Officer Solicitation for U.S. Personal Service Contractor (USPSC) Senior Public Health Officer 1.SOLICITATION NO.: SOL-OAA-14-000190 2.ISSUANCE DATE: September 18, 2014 3.CLOSING DATE/TIME FOR RECEIPT OF APPLICATIONS: October 2, 2014, 5:00 pm Washington, D.C. time 4.POSITION TITLE: Senior Public Health Officer 5.MARKET VALUE: GS-13 Equivalent Level ($89,924 - $116,901 annually). Final compensation will be negotiated within the listed market value based upon the successful candidates' salary history, work experience, and educational background. Salaries over and above the top of the pay range will not be entertained or negotiated. 6.PERIOD OF PERFORMANCE: Two (2) years from the date of contract award, with three (3) one year option periods, subject to availability of funds, continued need for the services, and quality of contract performance. 7.PLACE OF PERFORMANCE: Washington, D.C. 8.STATEMENT OF WORK: BACKGROUND In 2009 USAID launched the Emerging Pandemic Threats program (EPT-1) - a five year program targeting the early detection of new disease threats; enhanced "national-level" preparedness and response capacities for their effective control; and a reduction in the risk of disease emergence by minimizing those practices and behaviors that trigger the "spill-over and spread" of new pathogens from animal reservoirs to humans. EPT-1 complemented an ongoing line of work being supported by USAID since 2005 - to control the threat posed by highly pathogenic H5N1 avian influenza virus (AI). Both of these efforts grew out of a recognition that we are now in an era of new, re-emerging and recurring global health threats that argue for a longer-term, more strategic approach to global health security. The EPT-1 and AI work have been focused on building those capacities and expanding the evidence base that contribute to mitigating the impact of novel "high consequence pathogens" arising from animals. Using a "risk-based" formula that targeted those places, populations and practices that contribute to the emergence and spread of new microbial threats, our EPT-1 and AI work have laid the foundation for a next generation of investments that seeks to consolidate these efforts into a highly coordinated program spanning pandemic influenza and other emerging threats to further minimize their potential for global impact. INTRODUCTION In October 2014 USAID will launch the next generation of the EPT program - EPT-2 which unifies investments in influenza and other emerging viral threats under one strategic umbrella. Among the areas of work to be supported under EPT-2 is Preparedness and Response (P&R) - a five year project focused on strengthening country capacity to prepare for and respond to infectious disease outbreaks using a "One Health" approach. In order to fully implement P&R the Global Health Security and Development (GHSD) unit is seeking a Senior Public Health Officer to provide key technical, operational, and strategic planning assistance to the unit and serve as the Agreement Officer's Representative (AOR) for the P&R Projects. Specific job responsibilities and tasks are outlined below. USPSCs are considered employees of USAID for all purposes except programs administered by the Office of Personnel Management (OPM) - such as federally sponsored health insurance, life insurance, and retirement benefits. However, there are several other similar 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 page 10 of this solicitation. 9.CORE FUNCTIONAL AREAS OF RESPONSIBILITY: DUTIES AND RESPONSIBILITIES: Strategic Planning and Operations •Lead policy, strategic planning, technical and management efforts for areas of work to be carried out under the Preparedness and Response (P&R) Project •Strengthen and expand partnerships for supporting P&R related work, work closely with other members of the GHSD team to ensure strong synergies and close coordination across all lines of activities being supported under EPT-2 •Engage actively in interagency and donor coordination activities, and work closely with partner government counterparts •Provide direct attention to policy, institutional and other barriers to effective preparedness and response capacities and identify and advocate innovations, best practices, reforms and training to remedy problems. The introduction of these new approaches is expected to help hone USAID's ability to strengthen national capacities to better prepare for and respond to future emerging disease threats •Provide leadership and technical direction in determining technical and operational assistance to be provided under P&R with Regional Bureaus, Field Missions, and other Agency representatives •Liaise with GHSD Unit staff and other parts of the agency (FM, P3, OAA, GC, IG, etc) on all issues related to the day-to-day business of the Unit as related to the P&R project Project Management/Technical •Serve as the AOR for the GHSD Unit's Preparedness and Response Project. In this capacity, oversee field activities in over 20 countries and/or regional programs; liaise with the project's management and technical teams to ensure compliance with the contract and linked country work plans •Serve as the primary point of contact for the USAID Missions on day-to-day project related issues; review and advise on the approval of key deliverables and vouchers; monitor pipelines and prepare accruals per agency requirements •Lead efforts of USAID's GHSD Unit to develop and assess technical program approaches for effective preparedness and response to disease threats. Identify and access appropriate resources for these efforts, including the technical and operational coordination of USAID field Missions, cooperating agencies, host countries, and NGOs •Coordinate and facilitate interagency activities and dialogue and provide strategic leadership in identifying and applying innovative approaches and best practices to achieve USAID's preparedness and response goals •Develop briefing memos and talking points for USAID and other USG officials on matters related to P&R •Facilitate coordination between USAID and contractors/grantees, other USG agencies, other donors, and national governments to develop and implement preparedness and response strategies •Provide technical assistance and support to country and regional-level activities and initiatives •Represent USAID at global and regional events related to emerging infectious disease threats SUPERVISORY RELATIONSHIP: The Senior Public Health Officer will report directly to the Director of Global Health Security and Development Unit, Global Health Bureau. SUPERVISORY CONTROLS: The Senior Public Health Officer is expected to take initiative, act independently and perform with minimal direction in planning and carrying out assignments, resolving conflicts, coordinating with others and interpreting policy in terms of established objectives as part of a fast-paced office environment. 10.PHYSICAL DEMANDS: The work is sedentary in nature. No unusual physical demands are placed upon the incumbent. 11.WORK ENVIRONMENT: Work is primarily performed in an office setting with government furnished property (e.g. computer, desk, office chair, supplies), though the contractor may travel to areas where site visits and extraordinary travel time is involved and that may entail working out of temporary duty residences or hotel rooms. 12.START DATE: Immediately, once necessary clearances are obtained. 13.POINT OF CONTACT: See Cover Letter. 14.QUALIFICATIONS FOR THE POSITION: (Determines basic eligibility for the position. Applicants who do not meet all of the education and experience requirements and selective factors are considered NOT qualified for the position.) Minimum Education and Experience Requirements Masters Degree's in international affairs, international economics, public health or other related field, including technical areas emphasizing multi-sectoral approaches to addressing challenges arising from complex interactions at the human - environment interface; AND Four (4) years of relevant experience working on related international development issues such as public health service provision with a demonstrated understanding of the role of One Health strategies in addressing multi-sectorial challenges; Selective Factors •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 the Evaluation Factors (EFs) submitted •Satisfactory verification of academic credentials •Proficiency in the English language is required •Experience and ability to manage and administer contracts •Willingness to travel internationally (up to 30% of time) US Citizenship required •Ability to obtain a SECRET level security clearance provided by USAID as access to sensitive facility areas is necessary 15.EVALUATION FACTORS: Applicants must address each Evaluation Factor listed below separately to demonstrate how s/he meets each. In no more than three (3) pages total (8 ½" x 11" paper only; no less than 11 point font; double sided pages count as 2 pages) describe your experience and knowledge of each Evaluation Factor listed below. When responding to the Evaluation Factor below, demonstrate how your experience relates to the duties and responsibilities listed. Cite examples where appropriate. Evaluation Factor 1 - Work Experience (35 points): •Demonstrated ability to understand the strategic purpose and goals of multiple organizations from different sectors (e.g. public health, animal health, environment), identify and solve problems, and coordinate and support activities that lead to mutual success across the different sectors •Demonstrated ability to work effectively in a team environment and communicate highly technical information related to human health, animal health, and environment to a variety of technical and non-technical audiences •Experience with monitoring and evaluation methodologies including frameworks, data quality assurance, analysis reporting and best practices in data dissemination in international/resource poor settings, as well as budget management •Knowledge of U.S. Government or other international assistance donor policies, procedures, and reporting requirements Evaluation Factor 2 - Interpersonal and Management skills (25 points): •High degree of judgment, maturity, ingenuity, and originality to interpret strategy and to analyze, develop, and present work results •Excellent leadership, communications and interpersonal skills 16.BASIS OF RATING/SELECTION CRITERIA: All applications will be evaluated and scored based on the documentation submitted with the application. Applicants who meet the Education/Experience requirements will be further evaluated based on scoring of the Evaluation Factor (EF) responses. Those applicants determined to be competitively ranked will also be evaluated on interview performance and satisfactory professional reference checks. USAID reserves the right to call the highest ranked candidates for an interview and/or conduct a reference check on those individuals. Selection criteria listed below will be the basis for the evaluation of all applications. Applicants are required to address each of the EFs 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 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: Master's Degree in international affairs, international economics, public health or other related field - Pass/Fail EFs have been assigned the following points: EF #1 - 35 points EF #2 - 25 points EF Total - 60 points Interview Performance - 40 points Satisfactory Professional Reference Checks - Pass/Fail Total Possible Points: 100 The applicants determined to be competitively ranked will be interviewed and may be required to provide a writing sample. Face-to-face interviews will be conducted in Washington D.C. Global Health will not pay for expenses associated with the interviews, but will conduct telephone or videoconference interviews for those not able to interview in person. Professional references and academic credentials will be evaluated for applicants being considered for selection. 17.APPLYING: Applications must be received by the closing date and time at the address specified in the cover letter. Please refer to cover letter for application document requirements. By submitting your application materials, you certify that all of the information on and attached to the application is true, correct, complete, and made in good faith. You agree to allow all information on and attached to the application to be investigated. False or fraudulent information on or attached to your application may result in you being eliminated from consideration for this position, or being terminated after award, and may be punishable by fine or imprisonment. To ensure consideration of applications for the intended position, please reference the solicitation number on your application, and as the subject line in any email. 18.DOCUMENT SUBMITTALS: Via website: www.globalcorps-health.com Via fax: 202-870-5200 Via mail: GlobalCorps-Health Attn: Contract Specialist 1401 K Street, NW Suite 801 Washington, DC 20005 NOTE: If the full security application package is not submitted within 30 days after it is requested, the offer may be rescinded. If a Secret security clearance is not obtained within six (6) months after offer acceptance, 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 USPSCs are required to have a DUNS Number. In this instance, USAID will provide a generic DUNS Number, and USPSCs are not required to register with CCR. For general information about DUNS Numbers, please refer to Federal Acquisition Regulation (FAR) Clause 52.204-6, Data Universal Numbering System (DUNS) Number (10/2003) https://www.acquisition.gov/far/current/html/52_200_206.html 19.LIST OF REQUIRED FORMS FOR PSCs: Forms outlined below can found at: http://www.usaid.gov/forms/ or http://www.usa.gov/Topics/Reference-Shelf/forms.shtml 1.Optional Form 612. 2.Medical History and Examination Form (DS-6561). 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). Forms 1 through 5 shall be completed ONLY upon the advice of the Contracting Officer that an applicant is the successful candidate for the job. 20.CONTRACTINFORMATIONBULLETINS(CIBs)andACQUISITION& 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/work-usaid/aapds-cibs#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. FAR 52.222-50 - COMBATING TRAFFICKING IN PERSONS FAR clause 52.222-50 is hereby incorporated as Attachment 2 to the solicitation. 21.OTHER INFORMATION: As a matter of policy, and as appropriate, a USPSC 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)Post Differential (Chapter 500). (F)Payments during Evacuation/Authorized Departure (Section 600), and (G)Danger Pay (Section 650). * Department of State 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 DISABILITY, 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). ATTACHMENT 2 FAR 52.222-50 COMBATING TRAFFICKING IN PERSONS (FEB 2009). (a)Definitions. As used in this clause- "Coercion" means- (1)Threats of serious harm to or physical restraint against any person; (2)Any scheme, plan, or pattern intended to cause a person to believe that failure to perform an act would result in serious harm to or physical restraint against any person; or (3)The abuse or threatened abuse of the legal process. "Commercial sex act" means any sex act on account of which anything of value is given to or received by any person. "Debt bondage" means the status or condition of a debtor arising from a pledge by the debtor of his or her personal services or of those of a person under his or her control as a security for debt, if the value of those services as reasonably assessed is not applied toward the liquidation of the debt or the length and nature of those services are not respectively limited and defined. "Employee" means anemployee of the Contractor directly engaged in the performance of work under the contract who has other than a minimal impact or involvement in contract performance. "Forced Labor" means knowingly providing or obtaining the labor or services of a person- (1)By threats of serious harm to, or physical restraint against, that person or another person; (2)By means of any scheme, plan, or pattern intended to cause the person to believe that, if the person did not perform such labor or services, that person or another person would suffer serious harm or physical restraint; or (3)By means of the abuse or threatened abuse of law or the legal process. "Involuntary servitude" includes a condition of servitude induced by means of- (1)Any scheme, plan, or pattern intended to cause a person to believe that, if the person did not enter into or continue in such conditions, that person or another person would suffer serious harm or physical restraint; or (2)The abuse or threatened abuse of the legal process. "Severe forms of trafficking in persons" means- (1)Sex trafficking in which a commercial sex act is induced by force, fraud, or coercion, or in which the person induced to perform such act has not attained 18 years of age; or (2)The recruitment, harboring, transportation, provision, or obtaining of a person for labor or services, through the use of force, fraud, or coercion for the purpose of subjection to involuntary servitude, peonage, debt bondage, or slavery. "Sex trafficking" means the recruitment, harboring, transportation, provision, or obtaining of a person for the purpose of a commercial sex act. (b)Policy. The United States Government has adopted a zero tolerance policy regarding trafficking in persons. Contractors and contractor employees shall not- (1)Engage in severe forms of trafficking in persons during the period of performance of the contract; (2)Procure commercial sex acts during the period of performance of the contract; or (3)Use forced labor in the performance of the contract. (c)Contractor requirements. The Contractor shall- (1)Notify its employees of- (i)The United States Government's zero tolerance policy described in paragraph (b) of this clause; and (ii)The actions that will be taken against employees for violations of this policy. Such actions may include, but are not limited to, removal from the contract, reduction in benefits, or termination of employment; and (2)Take appropriate action, up to and including termination, against employees or subcontractors that violate the policy in paragraph (b) of this clause. (d)Notification. The Contractor shall inform the Contracting Officer immediately of- (1)Any information it receives from any source (including host country law enforcement) that alleges a Contractor employee, subcontractor, or subcontractor employee has engaged in conduct that violates this policy; and (2)Any actions taken against Contractor employees, subcontractors, or subcontractor employees pursuant to this clause. (e)Remedies. In addition to other remedies available to the Government, the Contractor's failure to comply with the requirements of paragraphs (c), (d), or (f) of this clause may result in- (1)Requiring the Contractor to remove a Contractor employee or employees from the performance of the contract; (2)Requiring the Contractor to terminate a subcontract; (3)Suspension of contract payments; (4)Loss of award fee, consistent with the award fee plan, for the performance period in which the Government determined Contractor non-compliance; (5)Termination of the contract for default or cause, in accordance with the termination clause of this contract; or (6)Suspension or debarment. (f)Subcontracts. The Contractor shall include the substance of this clause, including this paragraph (f), in all subcontracts. (g)Mitigating Factor. The Contracting Officer may consider whether the Contractor had a Trafficking in Persons awareness program at the time of the violation as a mitigating factor when determining remedies. Additional information about Trafficking in Persons and examples of awareness programs can be found at the website for the Department of State's Office to Monitor and Combat Trafficking in Persons at http://www.state.gov/g/tip.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/AID/OP/WashingtonDC/SOL-OAA-14-000190/listing.html)
 
Place of Performance
Address: Washington, District of Columbia, United States
 
Record
SN03518822-W 20140920/140919000310-2b9c50431eb36dbb4a108b7069a14de1 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.