SOLICITATION NOTICE
R -- USPSC OTI Information Technology Team Lead - Washington, D.C. - Solicitation
- Notice Date
- 8/3/2018
- Notice Type
- Combined Synopsis/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, United States
- ZIP Code
- 20523
- Solicitation Number
- 72D0T118R00029
- Archive Date
- 9/4/2018
- Point of Contact
- OTIjobs, Phone: 202-836-7455
- E-Mail Address
-
otijobs@usaid.gov
(otijobs@usaid.gov)
- Small Business Set-Aside
- N/A
- Description
- Solicitation for 72D0T118R00029 Request for Personal Services Contractor USAID Office of Transition Initiatives Position Title:OTI Information Technology Team Leader - Washington, D.C. Solicitation Number: 72D0T118R00029 Salary Level:GS-14 Equivalent: $114,590 - $148,967 Issuance Date:August 3, 2018 Closing Date: August 20, 2018 Closing Time:1:00 P.M. Eastern Time Dear Prospective Offerors: The United States Government (USG), represented by the U.S. Agency for International Development (USAID), is seeking offers from qualified U.S. citizens to provide personal services as an Information Technology Team Leader under a personal services contract, as described in the attached solicitation. Submittals must be in accordance with the attached information at the place and time specified. Offerors interested in applying for this position MUST submit the following materials: 1.Complete resume. In order to fully evaluate your offer your resume must include: (a)Paid and non-paid experience, job title, location(s), dates held (month/year), and hours worked per week for each position. Dates (month/year) and locations for all overseas field experience must also be detailed. Any experience that does not include dates (month/year), locations, and hours per week will not be counted towards meeting the solicitation requirements. (b)Specific duties performed that fully detail the level and complexity of the work. (c)Names and contact information (phone and email) of your current and/or previous supervisor(s). (d)Education and any other qualifications including job-related training courses, job-related skills, or job-related honors, awards or accomplishments. (e)U.S. Citizenship. Note: Your resume should contain explicit information to make a valid determination that you fully meet the experience requirements as stated in this solicitation. This information should be clearly identified in your resume. Failure to provide explicit information to determine your qualifications for the position will result in loss of full consideration. 2.Supplemental document specifically addressing: Each of the three (3) Evaluation Factors shown in the solicitation. Responses must be limited to 500 words per factor. Any additional words above the limit will neither be read nor scored. NOTE: The Evaluation Factors are worth 70 out of 100 points. Offerors are required to address each of the Evaluation Factors in a separate document describing specifically and accurately what experience, training, education and/or awards they have received that are relevant to each factor. 3.USPSC Offeror Information for Personal Services Contracts form AID 309-2. Offerors are required to complete and sign the form. This form must be physically signed. Electronic signatures will not be accepted. NOTE ABOUT THE DATA UNIVERSAL NUMBERING SYSTEM AND SYSTEM FOR AWARD MANAGEMENT REQUIREMENTS All USPSCs with a place of performance in the United States are required to have a Data Universal Numbering System (DUNS) number and be registered in the System for Award Management (SAM) database prior to receiving an offer. You will be disqualified if you either fail to comply with this requirement or if your name appears on the excluded parties list. The selectee will be provided with guidance regarding this registration. Additional documents submitted will not be accepted. Incomplete or late offers will not be considered. Your complete resume and the supplemental document addressing the EFs must be mailed or emailed to: Office of Transition Initiatives 529 14th Street, NW, Suite 300 Washington, DC 20045 E-Mail Address: OTIjobs@usaid.gov Offerors can expect to receive a confirmation email when offer materials have been received. Offerors should retain for their records copies of all enclosures which accompany their offers. Offeror resources are available at www.otijobs.net/#!guidance-for-applying/c1ggu. Any questions on this solicitation may be directed to: OTI Recruitment Team Telephone Number: (202) 836-7487 E-Mail Address: OTIjobs@usaid.gov Website: www.OTIjobs.net Sincerely, Cristina Sylvia Contracting Officer ATTACHMENT 1 Solicitation for U.S. Personal Services Contractor (PSC) OTI Information Technology Team Lead I.GENERAL INFORMATION 1.SOLICITATION NO.: 72D0T118R00029 2.ISSUANCE DATE: August 3, 2018 3.CLOSING DATE/TIME FOR RECEIPT OF OFFERS: August 20, 2018, 1:00 pm Eastern Time 4.POSITION TITLE: Information Technology Team Lead 5.MARKET VALUE: This position has been designated at the GS-14 equivalent level, D.C. locality pay ($114,590 - $148,967 per annum). Final compensation will be negotiated within the listed market value based upon qualifications, previous relevant experience and work history, salary and educational background. Salaries over and above the pay range will not be entertained or negotiated. 6.PERIOD OF PERFORMANCE: Two years, with three one-year option periods. START DATE: Within 45 days of receiving notification that required security clearance has been obtained. 7.PLACE OF PERFORMANCE: Washington, D.C. 8.SECURITY LEVEL REQUIRED: Secret 9.STATEMENT OF DUTIES POSITION DESCRIPTION BACKGROUND USAID's Office of Transition Initiatives (OTI) is seeking highly motivated, highly qualified individuals who want the opportunity to help support rapid international transition programs for priority conflict-prone countries. Created in 1994 as a distinct operating unit within USAID, OTI helps local partners advance peace and democracy in politically-transitioning countries. In support of U.S. foreign policy, OTI seizes emerging windows of opportunity in the political landscape to promote stability, peace, and democracy by catalyzing local initiatives through adaptive and agile programming. Countries experiencing a significant political transition in the midst of a disaster or emerging from civil conflict have unique needs that cannot be fully addressed by traditional disaster relief. Timely and effective assistance to promote and consolidate peaceful, democratic advances can make the difference between a successful or a failed transition. OTI assists in securing peace by aiding indigenous, mostly non-governmental, civil society and media organizations. OTI uses such mechanisms as support for re-integration of ex-combatants into civilian society; development of initiatives to promote national reconciliation; identification of quick-impact community self-help projects to meet urgent economic needs; and aid to independent media outlets and community-based organizations to help promote informed debate and broaden public participation. To respond quickly and effectively and meet its program objectives and mandate OTI retains a group of high level professionals and experts under U.S. Personal Services Contracts (USPSCs). These knowledgeable and skilled professionals make up the vast majority of the OTI work force and are at its forefront implementing and achieving the office's programmatic goals and objectives. There are several benefits that USPSCs may participate in, such as partial reimbursement for health and life insurance costs, as well as full coverage of workers' compensation, among other benefits. For more complete information on USPSC benefits, please see Section VI of this solicitation. For more information about OTI and its country programs please see: http://www.usaid.gov/political-transition-initiatives INTRODUCTION The IT Team is a member of OTI's Operations and Management Division which prides itself on maintaining positive morale in the division and a high degree of customer support and innovation for the office. OTI is under USAID's Bureau for Democracy, Conflict and Humanitarian Assistance (DCHA). The IT Team supports OTI program staff and operations by ensuring the development and maintenance of OTI IT applications (web and non-web-based) that support the management of OTI programs. The IT team liaises with USAID's Chief Information Officer (CIO) on IT support and security requirements, manages OTI's mobile devices in collaboration with USAID/CIO, manages OTI's IT budget and inventory, and collaborates closely with OTI's two other divisions: Programs, Learning and Innovations (PLI) and Field Programs Division (FPD). The IT Team Leader supervises several US Personal Service Contract staff and works closely with a small team of institutional contract staff. Members of the IT Team work in a fast-paced environment and support the full IT development life cycle. The team has daily interaction with both U.S. and international based users, and gains a wealth of experience learning to implement or backstop all of the various facets of a small-scale yet modern web application as well as providing other IT support for a unique, rapid response office in USAID. OTI's portfolio of applications manages DC-based operations as well as grants under contract programs implemented throughout the world in support of USAID's mission, containing a robust geospatial element. CORE FUNCTIONAL AREAS OF RESPONSIBILITY DUTIES AND RESPONSIBILITIES The work of the Information Technology (IT) Team Leader requires teamwork, the exercise of discretion, judgment, and personal responsibility. As a member of an operational office, the incumbent is willing and able to perform a wide range of administrative functions to help ensure programmatic success. The incumbent has a high level of integrity and attention to detail and ensures the use of OTI systems and procedures will maintain effective and efficient management of funds, programming, and monitoring and evaluation. The incumbent is flexible and has the ability to work under conditions of ongoing change, and remains professional and respectful of colleagues and authority in a diverse workforce. She or he places a premium on building positive relationships with his or her respective team, with the office, and with key stakeholders both in and outside of USAID. The incumbent is able to prioritize and complete tasks without follow-up by the supervisor, while also filling in gaps as needed to ensure the responsiveness of the team. The IT Team Leader is a strategic thinker, articulates innovative ideas, presents solutions, and is a positive role model for colleagues both in and outside of OTI. Under the direct supervision of the Washington-based DCHA/OTI Deputy Chief of Operations and Management Division or his/her designee, the IT Team Leader will perform the following duties: •Manage and prioritize IT Team's projects, ensuring targets are met, while coordinating the efforts of the team with internal and external stakeholders; align OTI's program needs with available technology to promote productivity and efficiency; provide status reports, project risk audits, and justification when plan timelines need to be adjusted; •Supervise or act as the Contracting Officer's Representative (COR) or Agreement Officer's Representative (AOR) for IT contracts and/or agreements; • Manage OTI's IT budget, which includes budget for USPSC IT personnel, mobile devices, software and IT systems support (e.g. external IT support, server hosting, domain names); •Ensure IT inventory is being tracked and monitored to prevent excess inventory or misuse; manage equipment and software licenses; •Directly supervise USPSC staff and ensure staff are trained and mentored in all critical aspects of OTI IT functions. Ensure that employee Individual Development Plans (IDP) and performance evaluations are completed in a timely manner in accordance with OTI office policy. Design staffing plans to meet overall project requirements, ensure staff work objectives and tasks are well defined, and ensure that recruitment is initiated immediately when staffing needs arise. For institutional contractor staff: Coordinate with the contractor to ensure work is effectively performed; •Analyze OTI program management, and collaborate with OTI staff in the development, maintenance and support of OTI's enterprise systems for worldwide users, including but not limited to, OTI's internal website, OTI's activity/grants management, Budget and Finance systems and HR systems. Ensure provision of ad hoc development of simple, software-based solutions that improve productivity. Lead system architectural design sessions in collaboration with other OTI teams; ensure that OTI systems are continually monitored, evaluated and improved upon in consultation with other OTI divisions; •Effectively articulate (verbally and in writing) OTI/IT team's role in supporting OTI's overall mission to a variety of audiences (such as system users, technical staff, and senior leadership); •Ensure a high level of customer service with OTI users; maintain collaborative relationships with other teams internal and external to OTI ; ensure the provision of training and assistance for staff on the usage of various OTI equipment, software and supplies not supported by USAID/CIO; manage implementation of hardware maintenance cycles; repair/replace failed equipment and re-provisioning; •Oversee and/or develop and maintain IT policy and security requirements in collaboration with USAID/M/CIO; oversee and manage the ISSO responsibilities assigned to the Business Analyst; act as ISSO during absences of the Business Analyst. •Carry out higher representational responsibilities, potentially servings as acting OMD Deputy Chief in his or her absence; •Perform services under this scope of work at physical locations other than Washington OTI headquarters, including within other USAID offices, bureaus or other USG agencies not to exceed six months. SUPERVISORY RELATIONSHIP: The IT Team Leader will be supervised by the OTI Operations and Management Division Deputy Chief or his/her designee. SUPERVISORY CONTROLS: The supervisor will provide administrative directions in terms of broadly defined missions or functions. The employee will independently plan, design and carry out programs, projects, studies or other work assignments. The employee's work will be considered technically authoritative and normally accepted without significant change, and will be reviewed in terms of fulfillment of program objectives, influence on the overall program, or contribution to the advancement of the objective. 10.AREA OF CONSIDERATION: U.S. Citizenship 11. PHYSICAL DEMANDS PHYSICAL DEMANDS: The work is generally sedentary and does not pose undue physical demands. WORK ENVIRONMENT: Work is performed in an office setting. Overseas deployments are not required for this position. 12.POINT OF CONTACT: OTI Recruitment Team 529 14th Street, NW, Suite 300 Washington, DC 20045 Telephone Number: (202) 836-7487 E-Mail Address: OTIjobs@usaid.gov II.MINIMUM QUALIFICATIONS REQUIRED FOR THIS POSITION (Determines basic eligibility for the position. Offerors who do not meet all of the education and experience factors are considered NOT qualified for the position. See detailed instructions for demonstrating Education/Experience under "Applying") At a minimum, the offeror must have: (1)Master's degree, with a minimum of seven (7) years of professional experience of which six (6) should be in managing Information Technology (IT) and/or Information Communication and Technology (ICT) projects; OR Bachelor's degree, with a minimum of nine (9) years of professional experience of which seven (7) should be in managing Information Technology (IT) and/or Information Communication and Technology (ICT) projects; OR High School diploma or equivalent with a minimum of eleven (11) years of professional experience of which eight (8) should be in managing Information Technology (IT) and/or Information Communication and Technology (ICT) projects; AND (2)At least four (4) years supervisory experience (including mentoring, guiding, and training staff). SELECTION FACTORS: (Determines basic eligibility for the position. Offerors who do not meet all of the selection factors are considered NOT qualified for the position.) •Offeror is a U.S. Citizen; •Complete resume submitted. See cover page for resume requirements. Experience that cannot be quantified will not be counted towards meeting the solicitation requirements; •Supplemental document specifically addressing how the offeror meets each of the Evaluation Factors submitted; •Ability to obtain a SECRET level security clearance (NOTE: Dual citizens may be asked to renounce second-country citizenship); •Satisfactory verification of academic credentials. A USAID Secret level security clearance is required prior to issuance of the contract for this position. NOTE: If a full security investigation package is not submitted by the selected within 30 days after it is requested, the offer may be rescinded. If a security clearance is not able to be obtained within four months after the selected submits the initial security clearance documentation, the offer may be rescinded. III.EVALUATION FACTORS EVALUATION FACTORS: (Used to determine the competitive ranking of qualified offerors in comparison to other offerors. The factors are listed in priority order from highest to least.) Offerors should cite specific, illustrative examples for each factor. Responses must be limited to 500 words per factor. Any additional words above the limit will neither be read nor scored. Factor #1Demonstrated training in the IT, ICT, and supervisory/management fields. Please include a complete list of trainings, certifications, or degrees received to include course provider, name and length of course, and date completed. Factor #2Demonstrated experience designing and managing IT project plans and customized IT applications. Factor #3Demonstrated experience managing budgets, inventory, and IT help desk functions. BASIS OF RATING: Offerors who clearly meet the Education/Experience Requirements and Selection Factors will be further evaluated based on scoring of the Evaluation Factor responses. Offerors are required to address each of the Evaluation Factors in a separate document describing specifically and accurately what experience, training, education and/or awards they have received that are relevant to each factor. Be sure to include your name and the announcement number at the top of each additional page. Failure to specifically address the Selection and/or Evaluation Factors may result in your not receiving credit for all of your pertinent experience, education, training and/or awards. The Offeror Rating System is as Follows: Evaluation Factors have been assigned the following points: Factor #1 - 30 Factor #2 - 20 Factor #3 - 20 Total Possible - 70 Points Interview Performance - 30 points Satisfactory Professional Reference Checks - Pass/Fail (no points assigned) Total Possible Points: 100 The most qualified offeror may be interviewed, required to provide a writing sample, and demonstrate an ability to operate commonly used office applications. OTI will not pay for any expenses associated with the interviews. In addition, offers (written materials and interviews) will be evaluated based on content as well as on the offerors writing, presentation, and communication skills. In the event that an offeror has fully demonstrated his/her qualifications and there are no other competitive offerors OTI reserves the right to forego the interview process. Professional references and academic credentials will be evaluated for offerors being considered for selection. OTI reserves the right to contact previous employers to verify employment history. IV.APPLYING Offerors must be received by the closing date and time at the address specified in Section I, item 3, and submitted to the Point of Contact in Section I, item 12. Qualified offerors are required to submit: 1.Complete resume. In order to fully evaluate your offer, your resume must include: (a) Paid and non-paid experience, job title, location(s), dates held (month/year), and hours worked per week for each position. Dates (month/year) and locations for all overseas field experience must also be detailed. Any experience that does not include dates (month/year), locations, and hours per week will not be counted towards meeting the solicitation requirements. (b) Specific duties performed that fully detail the level and complexity of the work. (c) Names and contact information (phone and email) of your current and/or previous supervisor(s). (d) Education and any other qualifications including job-related training courses, job-related skills, or job-related honors, awards or accomplishments. (e) U.S. Citizenship. Your resume should contain explicit information to make a valid determination that you fully meet the experience requirements as stated in this solicitation. This information should be clearly identified in your resume. Failure to provide explicit information to determine your qualifications for the position will result in loss of full consideration. 2.Supplemental document specifically addressing: Each of the three (3) Evaluation Factors shown in the solicitation. Responses must be limited to 500 words per factor. Any additional words above the limit will neither be read nor scored. NOTE: The Evaluation Factors are worth 70 out of 100 points. Offerors are required to address each of the Evaluation Factors in a separate document describing specifically and accurately what experience, training, education and/or awards they have received that are relevant to each factor. 3.USPSC Offeror Information for Personal Services Contracts AID 309-2. Offerors are required to complete and sign the form. This form must be physically signed. Electronic signatures will not be accepted. Additional documents submitted will not be accepted. To ensure consideration of offers for the intended position, offerors must prominently reference the solicitation number in the offer submission. Offerors resources are available at www.otijobs.net/#!guidance-for-applying/c1ggu. DOCUMENT SUBMITTALS Via mail: Office of Transition Initiatives, 529 14th Street, NW, Suite 300, Washington, D.C. 20045 Via email: OTIjobs@usaid.gov Please note in your document submittal where you heard about this position. NOTE REGARDING GOVERNMENT OBLIGATIONS FOR THIS SOLICITATION This solicitation in no way obligates USAID to award a PSC contract, nor does it commit USAID to pay any cost incurred in the preparation and submission of the offer. NOTE REGARDING DATA UNIVERSAL NUMBERING SYSTEM (DUNS) NUMBERS AND THE SYSTEM FOR AWARD MANAGEMENT All individuals contracted as US PSCs in the United States are required to have a DUNS Number and be registered in the SAM database. The selected offeror will be provided with guidance regarding this registration. For general information about DUNS Numbers and SAM, please refer to Federal Acquisition Regulation (FAR) Clause 52.204-6, Data Universal Numbering System (DUNS) Number and FAR 52.204-7, System for Award Management. https:/acquisition.gov/far/current/html/52_200_206.html or www.sam.gov. ALL QUALIFIED OFFERORS WILL BE CONSIDERED REGARDLESS OF AGE, RACE, COLOR, SEX, CREED, NATIONAL ORIGIN, LAWFUL POLITICAL AFFILIATION, NON-DISQUALIFYING DISABILITY, MARITAL STATUS, SEXUAL ORIENTATION, AFFILIATION WITH AN EMPLOYEE ORGANIZATION, OR OTHER NON-MERIT FACTOR. V.LIST OF REQUIRED FORMS FOR PSC HIRES Once the CO informs the successful offeror about being selected for a contract award, the CO will provide the successful offeror instructions about how to complete and submit the following forms. Forms outlined below can found at http://www.usaid.gov/forms/ 1.Declaration for Federal Employment (OF-306). 2.Medical History and Examination Form (DS-6561). 3.Questionnaire for Sensitive Positions (for National Security) (SF-86), or Questionnaire for Non-Sensitive Positions (SF-85). 4.Finger Print Card (FD-258). VI.BENEFITS/ALLOWANCES As a matter of policy, and as appropriate, a PSC is normally authorized the following benefits and allowances: 1. BENEFITS: (a) Employer's FICA Contribution (b) Contribution toward Health & Life Insurance (c) Pay Comparability Adjustment (d) Annual Increase (pending a satisfactory performance evaluation) (e) Eligibility for Worker's Compensation (f) Annual & Sick Leave 2. ALLOWANCES: Section numbers refer to rules from the Department of State Standardized Regulations (Government Civilians Foreign Areas) (a) Post DifferentialChapter 500 and Tables in Chapter 900. (b) Living Quarters AllowanceSection 130. (c) Temporary Lodging AllowanceSection 120. (d) Post AllowanceSection 220. (e) Supplemental Post AllowanceSection 230. (f) Payments During EvacuationSection 600. (g) Education AllowanceSection 270. (h) Separate Maintenance AllowanceSection 260. (i) Danger Pay AllowanceSection 650. (j) Education TravelSection 280. VII.TAXES USPSCs are required to pay Federal Income Taxes, FICA, and Medicare VIII.ACQUISITION & ASSISTANCE POLICY DIRECTIVES (AAPDS) AND CONTRACT INFORMATION BULLETINS (CIBS) PERTAINING TO PSCs AAPDs and CIBs 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 AAPDs and CIBs apply to this contract. AAPD 06-10 - PSC MEDICAL EXPENSE PAYMENT RESPONSIBILITY General Provision 28, 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/16fam/index.htm. Note: Personal services contractors are not eligible to participate in the Federal Employees Health Programs. (b) MEDICAL EVACUATION (MEDEVAC) SERVICES - Please see Attachment 2 to this solicitation for information on AAPD No. 18-02. (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 receivesthe 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 Title 48 of the Code of Federal Regulations (CFR) Chapter 7. USAID Acquisition Regulation (AIDAR) APPENDIX D - DIRECT USAID CONTRACTS WITH A U.S. CITIZEN OR A U.S. RESIDENT ALIEN FOR PERSONAL SERVICES ABROAD GP 25. MEDICAL EVACUATION (MEDEVAC) SERVICES (MAY 2018) (Pursuant to class deviation #M/OAA-DEV-AIDAR-18-3c) USAID will provide Medevac services to the contractor and authorized dependents, through the Department of State's Bureau for Medical Services (MED), similar to those provided to U.S. Government employees in accordance with 16 FAM 300 Medical Travel. Medevac costs include travel and per diem, but do not include medical care costs. To be covered by the Medevac program, the contractor and authorized dependents must obtain and maintain international health insurance coverage that includes overseas hospitalization, and must provide proof of such insurance to the contracting officer prior to relocation abroad. [END OF PROVISION]
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/AID/OP/WashingtonDC/72D0T118R00029/listing.html)
- Place of Performance
- Address: Washington, D.C., Washington, District of Columbia, United States
- Record
- SN05020998-W 20180805/180803231300-59c3c6cff2787a2b90b8d93c3806dfc5 (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 |