SPECIAL NOTICE
R -- Recruit, Hire, and Administer Personal Services Contract (RHAPSC) Indefinite Delivery Indefinite Quantity (IDIQ) Contract
- Notice Date
- 11/20/2024 7:23:27 AM
- Notice Type
- Special Notice
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- AGENCY FOR INTERNATIONAL DEVELOPMENT
- ZIP Code
- 00000
- Solicitation Number
- RHAPSC
- Response Due
- 12/12/2024 10:00:00 AM
- Archive Date
- 01/01/2025
- Point of Contact
- Ousay Wahaj, Yvonne Camarce
- E-Mail Address
-
bhapsc@usaid.gov, bhapsc@usaid.gov
(bhapsc@usaid.gov, bhapsc@usaid.gov)
- Description
- Description RHAPSC INDUSTRY DAY INVITATION The U.S. Agency for International Development (USAID) Bureau for Humanitarian Assistance (BHA) is considering a new and experimental approach to procuring Personal Service Contractors (PSCs). The Agency is inviting interested businesses to a virtual Industry Day on Tuesday, December 17, 2024, at 1:00 pm EST to clarify the Governments approach and invite comments and questions. Interested businesses must preregister by using the hyperlink no later than Thursday, December 12, 2024 at 1:00 pm EST. Each business is limited to five attendees. The conference will be recorded and available as an update to this Notice. Questions/comments must be submitted no later than Friday, December 20, 2024, at 1:00pm EST. PURPOSE: USAID/BHA seeks to reduce the internal management burden of administering its personal services contractor (PSC) workforce, improve the hiring and retention of the PSC workforce, and (to improve hiring and retention) provide the PSC workforce with competitive benefits packages reflective of the marketplace. To meet this purpose, USAID intends to award a seven-year indefinite delivery, indefinite quantity Personal Services Contract to a single business entity to provide Co-Employed Personnel (CEPs), which are essentially the same as current USAID PSC staff (and have the same inherently governmental functions and responsibilities), but are recruited, hired, and administered by the contractor. The contract will use a hybrid fixed-price and cost reimbursement construct with a ceiling of approximately $900 million. An initial draft of the solicitation under consideration is attached to this Notice. USAID/BHA�s APPROACH The award will be a personal services contract to a business, rather than to an individual. A personal service contract is �a contract that, by its express terms or as administered, makes the contractor personnel appear to be, in effect, Government employees� (FAR Subpart 2.101). Because a personal services contract is characterized by the employer-employee relationship it creates between the Government and the contractor�s personnel, the contractor�s personnel � those specifically designated as Co-Employed Personnel (CEPs) � will be supervised and directed in their daily work assignments by the Government but shall be administratively supported by the contractor in a �turnkey� human resource management solution. The contractor will provide support services to its personnel to include payroll, benefits and allowances, performance, travel, onboarding and offboarding, etc. This approach utilizes the commercial concept of �co-employment�, where both USAID and the contractor are, in substance, employers of the contractor�s designated personnel, each employer having specific rights and responsibilities as delineated by the contract. The contractor, through its designated personnel, shall, as a result, be able to perform inherently governmental functions, in accordance with any limitations established under the contract and Agency policy. This effort shall include the hiring of new personnel as well as the transfer of existing PSCs currently under separate individual contracts to this contract vehicle. This is an experimental approach for USAID and a significant departure from the way the Agency normally operates. For this reason, the Government is considering a three-phased collaborative approach to the procurement, and an adaptive management approach to the performance of the contract. In the procurement process, there will be three phases to the source selection process: two evaluation phases and a third collaboration phase. Phase 1 will consist of the evaluation of the initial written proposals from all offerors, where up to three of the best technically acceptable offerors with competitive cost and pricing structures will be selected to move on to Phase 2. In Phase 2, the selected offerors from the first phase will be invited to present their technical proposals orally and in person at USAID/BHA in Washington DC. This in-person oral presentation is a condition of award as technical discussions will also occur at this stage. The evaluation at the end of Phase 2 will determine the apparently successful offeror. The evaluative portion of the source selection process is concluded in Phase 2, the results of the evaluation and scoring at this phase are final. In Phase 3, the apparently successful offeror will be required to collaborate with the USAID technical team to refine their Performance Work Statement, then submit a final revised technical and cost proposal. Once awarded, and during contract performance, the Government is considering an initial order of 30 CEPs. An adaptive management process is being considered to evaluate the success of the first task order during the first year of performance and to adjust and change if necessary. If initially successful, the Government may order up to an additional 30 CEPs and may order up to 100 existing USAID PSCs to be transferred to the contract as CEPs for support and administration only. Again, based on the adaptive management process, the ongoing results will be evaluated and improved. After approximately two years of operation, USAID will determine whether this approach provides substantial advantages over its current approach of awarding PSC contracts directly to individuals. If this IDIQ approach proves more advantageous to the Government, USAID may move additional USAID PSCs to this instrument and order additional CEPs, based on workforce needs. QUESTIONS/COMMENTS Attendees to the Industry Day will be invited to submit written questions and comments during the conference. Select questions/comments will receive a response during the conference. In addition, attendees will be invited to submit questions and comments in writing within five days of the conference. The Government will post written responses to questions and comments, including those submitted during the conference, as an update to this Special Notice. USAID may choose to address questions and/or clarifications at the pre-solicitation conference, may choose to factor answers into any final solicitation, and may choose to not respond to questions. USAID will not provide responses to individual organizations. No phone calls regarding this procurement will be accepted. This event does not constitute a formal Request for Proposal (RFO) or proposal abstracts. Attendance is voluntary and USAID will not provide reimbursement for any costs incurred to participate in this Industry Day. Nothing stated in this event is contractually binding. Any information provided at this event is for conversation purposes only.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/ed28e6b00c5647ff9509911633d971c4/view)
- Place of Performance
- Address: Washington, DC 20004, USA
- Zip Code: 20004
- Country: USA
- Zip Code: 20004
- Record
- SN07269848-F 20241122/241120230109 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |