Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 25, 2008 FBO #2525
DOCUMENT

R -- USPSC - Senior Management Advisor (Multiple Positions) - M/OAA/DCHA/OTI-09-055 - Solicitation

Notice Date
10/23/2008
 
Notice Type
Solicitation
 
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-09-055
 
Archive Date
11/28/2008
 
Point of Contact
Leigh M. Carlson, Phone: 202-661-9369, Lindsey Johnson, Phone: (202) 661-9366
 
E-Mail Address
lcarlson@ofda.gov, ljohnson@ofda.gov
 
Small Business Set-Aside
N/A
 
Description
SOLICITATION NUMBER: M/OAA/DCHA/OTI-09-055 ISSUANCE DATE: October 23, 2008 CLOSING DATE: November 13, 5:00 p.m. EST SUBJECT: Solicitation for U.S. Personal Service Contractor for a Senior Management Advisor (Multiple Positions) located Worldwide. 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 a Senior Management 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: srmgmtadvisor@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: srmgmtadvisor@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) Senior Management Advisor (Multiple Positions) 1. SOLICITATION NO.: M/OAA/DCHA/OTI-09-055 2. ISSUANCE DATE: October 23, 2008 3. CLOSING DATE/TIME FOR RECEIPT OF APPLICATIONS: November 13, 2008, 5:00 pm EST 4. POSITION TITLE: Senior Management Advisor 5. MARKET VALUE: GS-15, non-locality ($95,390 - $124,010). Final compensation will be negotiated within the listed market value based upon the candidate’s past salary, work history and educational background. Salaries over and above the top of the GS-15 pay range will not be entertained or negotiated. It may be in the interest of OTI for the contractor to work on lengthy field and/or Washington projects and activities or to backstop field activities out of Washington which requires the contractor to be temporarily based in Washington. 6. PERIOD OF PERFORMANCE: 1 year, renewable up to 5 years. The Personal Services Contractor(s) 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. 7. PLACE OF PERFORMANCE: Worldwide, with possible travel as stated in the position description. 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. OTI uses such mechanisms as support for: 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. For more information about OTI and its country programs please see: http://www.usaid.gov/our_work/cross-cutting_programs/transition_initiatives/ INTRODUCTION To respond quickly and effectively and meet its objectives and mandates, the Office of Transition Initiatives (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 Washington and the field. These knowledgeable and skilled professionals must be prepared to work both in Washington and the field, often with little time for preparations. The Senior Management Advisor is a top-level expert in the multitude of functions that comprise operations and management for USAID’s Office of Transition Initiatives programs in the U.S. and overseas. The Senior Management Advisor provides services which require the highest level of professionalism, knowledge and expertise. This individual must be readily available to provide the required services on an intermittent basis, often on short notice with little time for preparation. He or she will provide services to DCHA/OTI both in various field offices located overseas and in Washington. OTI field offices are located in countries with complex problems, often in difficult and harsh environments, with some offices located in countries with no other USAID presence. The Senior Management Advisor reports to the Chief of OTI’s Operations and Management Division or his/her designee, and spends the majority of his or her time working side by side with OTI country program implementation teams in the Field and in Washington. All of the field activities supported, and at least 90% of the headquarters activities supported are program-focused and program funded. The position of Senior Management Advisor is intermittent and a very senior position that requires an experienced professional who has overseas experience in diplomacy, can efficiently and effectively function in complex, difficult and unstable environments when called upon, often on extremely short notice. The incumbent must be extremely knowledgeable not only in administrative management functions but in the manner, historical style and procedures employed by the U.S. government in the normal conduct of its business with emergency, transitional, and development activities overseas. The ability to identify key leaders in the field, and also in Washington to establish a sound professional relationship with them is critical to the success of OTI’s programs in transition countries overseas. Excellent analytical skills and the ability to grasp and resolve problems quickly are essential. Administrative management functions include management analysis, human resources in relation to Personal Service Contractors (U.S. and Foreign National), general services (which includes vehicle management, real and personal property management and equipment and facility maintenance), records keeping and management, operating budgets, ICASS, security, and contracting and procurement. A thorough comprehension and proven record of performance in these functions is an absolute necessity for a Senior Management Advisor to meet the requirements of the position. OBJECTIVE To hire an intermittent Senior Management Advisor. 9. CORE FUNCTIONAL AREAS OF RESPONSIBILITY DUTIES AND RESPONSIBILITIES The position requires services both in the many countries in which OTI has field offices implementing country programs, and in OTI/Washington. The services to be provided include but are not limited to providing advice and assistance on design, implementation and evaluation of management systems which support the implementation of transition activities in the field. This includes the application of government and OTI office policies on all aspects of transition program management and operations: program security, personnel support for U.S. and Foreign National Personal Service Contractors, financial management of funds for transition initiatives, records management, facilities and property management particular to the Office of Transition Initiatives activities, training for OTI program-funded staff and implementing partners. The incumbent serves as OTI’s advisor on transition-funded operations and management issues with OTI implementing partners, USAID Missions, Embassy Officials such as the Ambassador, Management Counselor and Regional Security Officer (RSO). The incumbent conducts management analyses (including reviewing, proposing and implementing management systems across the board for OTI program implementation in the field), and as needed, advises senior managers in field offices and OTI headquarters on issues in any of these areas when requested. The incumbent advises on, and frequently manages, administrative activities in connection with the opening and closing of program-funded OTI country programs. The incumbent also serves as an advisor on issues relating to program-funded personal services contracting and ICASS. Finally, the incumbent may be called upon to temporarily step into a range of roles, including program management and oversight roles, as well as the highest of leadership and management positions in OTI, particularly in the field but also in Washington, helping to fill program implementation and management gaps in the field and in Washington to ensure that OTI programs continue to run smoothly. Specifically, the Senior Management Advisor will be required to do the following: •Conduct field site visits where OTI has country programs to assess and evaluate administrative management systems, issues and operations for OTI country program start-ups, management, and close-out, and if necessary, provide in-country reviews and advice regarding the internal control procedures of OTI implementing partners to help improve program support and coordination with the OTI country team; •Serve as a management analyst for OTI transition programs in the field, and in Washington; •Execute proper administrative start-up procedures that provide quick and smooth running of operations for OTI field offices; •Provide advice on personnel support services for program funded personal service contract positions such as establishing PSC (US and FN) positions, as well as for implementing partner staff positions, and reviewing position descriptions and market value analyses and justifications; •When required, lead, manage and implement an assigned country program, including assessing project sites and participating committee(s) to select OTI implementing partners (contractors and/or grantees) to execute OTI's country program; monitor and evaluate the country program, individual projects, and contractor and grantee performance; and negotiate program and project agreements with host countries and non-governmental officials within the guidelines provided by the OTI/Washington Team Leader; •Review field staff mixes with the OTI country team for both the ongoing OTI program staff and the ongoing OTI implementing partner staff to ascertain that field staff requirements are adequate, and review the preparation of staff training plans to ensure that they are adequate and that they are fully implemented in support of transition programs, and conduct training for OTI and implementing partner staff as needed; •Develop and provide training for headquarters and field staff (both U.S. and foreign national as well as implementing partner staff on the ground) as needed to ensure that OTI staff are in compliance with OTI policies as well as Agency regulations; •Conduct records management reviews of both OTI and implementing partner staff to ensure that files are established, maintained and disposed of in accordance with OTI policies for managing transition grant records, as well as USAID policies and procedures; •Coordinate with the OTI Country Team, IRM, USAID or the U.S. Embassy and the OTI implementing partner if necessary to ensure that OTI field programs are able to procure and install adequate computer hardware and software (either within the mission, or within the implementing partner office); •Advise on the establishment of ICASS agreements and review ICASS budgets and invoices in collaboration with the OTI Country Team to ensure that costs are consistent with the services being provided for OTI program funded staff, and assist with the determination of appropriate services (and levels of services) to be obtained under ICASS; •Identify and negotiate agreements with service providers (e.g. US Embassy, USAID mission, OTI implementing partner, private firms, etc), for OTI field team administrative support, and assess the quality and cost of services being provided to OTI field offices by USG and implementing partner service providers; advise OTI field managers on alternatives to be considered when services do not meet established quality standards. This includes ensuring that residential housing for OTI field staff (90% of whom are program funded), including furnishings and equipment, are adequate and consistent with Post policy; and ensuring that OTI program-funded vehicles are being maintained and operated in accordance with established guidelines (for vehicles purchased by the OTI contractor, ensure that the contractor is maintaining and operating them in accordance with their contract); •Coordinate with USAID/SEC and the Embassy RSO in the field to ensure that proper security measures are in place both in the OTI workplace and residences, and review OTI implementing partner security procedures with the OTI Country Team to ensure the same; •Ensure that all OTI property is properly inventoried, marked, and in good condition (this refers to OTI property purchased through the mission or from Washington – property purchased through the OTI contractor must be inventoried as well, in coordination with the OTI contractor), and that inventory controls are in place to ensure proper use of program-funded property; •Execute proper close-out procedures for ending OTI country transition programs that include proper disposition of property (including advise for OTI implementing partners on the disposition of property, as requested), termination of agreements such as ICASS, and termination of host country staff in accordance with the Embassy Compensation Plan and host country laws; •Be readily available on an intermittent basis to provide OTI with advice and assistance on OTI and government management policies and systems at all levels of the organization; •Establish relationships with OTI Washington and field staff, OTI implementing partner staff, and USAID and Embassy management officials, providing guidance and leadership on administrative management issues; •Advise on, and if necessary coordinate, management activities and issues between OTI and USAID/Missions and U.S. Embassies, implementing partners, as well as on occasion with DCHA, USAID geographic bureaus, Management Bureau, USAID/SEC; •As needed, advise OTI managers on OTI and Agency USPSC policies and issues; advise OTI USPSC employees on agency policies and regulations relating to the employment of program-funded USPSCS; •At times, be available as a resource for other USAID offices or USG agencies when the work corresponds with the incumbent’s experience, the scope of work, and with the clearance of the Supervisor and Office Director; and, •When required, step into a range of roles, including program management, operations support, and oversight roles, as well as the highest of leadership and management positions in OTI, helping to fill program implementation and management gaps to ensure that OTI programs continue to run smoothly. SUPERVISORY RELATIONSHIP: The Sr. Management Advisor will take direction from and will report to the Chief, Management and Operations Division or his/her designee. SUPERVISORY CONTROLS: The Supervisor will set overall objectives. The employee and the supervisor together will develop deadlines, projects, and work to be accomplished. 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, Country Start-ups, Disaster Assistance Response Teams (DARTs) (if required), and 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, Country Start-Ups, Disaster Assistance Response Teams (DARTs) (if required), and during site visits, the work may additionally involve special safety and/or security precautions, wearing of protective equipment, and exposure to severe weather conditions. 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 with a minimum of seventeen (17) years work experience, of which nine (9) years must include experience in progressively more complex operation management or administrative management positions that have included human resources, contract and procurement, personal property management, records management, security, and other related functions, of which seven (7) of these years must have been overseas in conflict-prone countries, working in a development context, and in a supervisory management capacity (defined as supervising supervisors). OR Master's degree with significant study in or pertinent to the specialized field, including, but not limited to, international relations, business administration, and social sciences, and a minimum of fifteen (15) years work experience, of which nine (9) years must include experience in progressively more complex operation management or administrative management positions that have included human resources, contract and procurement, personal property management, records management, security, and other related functions, of which seven (7) of these years must have been overseas in conflict-prone countries, working in a development context, and in a supervisory management capacity (defined as supervising supervisors). AND •Demonstrated knowledge of U.S. government acquisition and assistance regulations, especially as applied in overseas settings in developing or crisis countries; •Demonstrated experience putting together small and large teams/staff, including drafting position descriptions for program-funded contractor staff, hiring staff, mentoring/supervising/managing staff with varying skills sets over a multi-year period overseas. 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; •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 #1Experience working and communicating with such organizations as USAID, U.S. Embassies, other international organizations providing transition or development assistance programming overseas, and/or foreign governments overseas to ensure an organization’s operational/administrative management systems and procedures are most effective and support the organization’s achievement of critical, high profile objectives; Factor #2Experience starting up, managing, and closing out large and small office support functions including support teams in difficult overseas environments, ensuring that offices or missions are well-supported in human resources, security, procurement, records management, motor pool, housing, property management, and all other necessary functions; Factor #3A customer service-oriented team player, who also has a keen ability to operate independently and with self-sufficiency if necessary in complex political or emergency situations in pre/post-conflict countries or countries undergoing political transitions; Factor #4Excellent communication, writing, analytical and social/interpersonal skills, demonstrating diplomacy and an ability to communicate and represent a US Government organization’s mission, core values and ethos diplomatically to key partners, stakeholders and beneficiaries both within and outside the USG within the US and overseas, with host government officials, USG implementing partners, and others from all walks of life; and Factor #5Experience designing, implementing, monitoring and evaluating development activities, especially small grant activities; Factor #6An active or recent USG security clearance with a US Government Agency. 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 – 5 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: 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: srmgmtadvisor@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: 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. 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=11e23ad980c21230cbde08f1709d7572&tab=core&_cview=1)
 
Document(s)
Solicitation
 
File Name: Solicitation for USPSC - Senior Management Advisor (Multiple Positions) - M/OAA/DCHA/OTI-09-055 (Sr Management Advisor Solicitation - FINAL.doc)
Link: https://www.fbo.gov//utils/view?id=fa5d76719accb4abb15730bd745408d8
Bytes: 121.00 Kb
 
File Name: OF-612 Form (OF612 form.doc)
Link: https://www.fbo.gov//utils/view?id=815d19271aedd692ecede340d908ce75
Bytes: 202.00 Kb
 
File Name: OF-612 Continuation Sheet (OF612 Continuation Sheet.doc)
Link: https://www.fbo.gov//utils/view?id=d44af577d25336e3af18df0c85a53391
Bytes: 423.00 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: Worldwide, United States
 
Record
SN01695622-W 20081025/081023220707-11e23ad980c21230cbde08f1709d7572 (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.