Federal Bid

Last Updated on 23 Jul 2019 at 8 AM
Combined Synopsis/Solicitation
Location Unknown

USPSC OTI IT Business Analyst - Washington, D.C. (GS-12)

Solicitation ID 72D0T119R00028
Posted Date 01 Jul 2019 at 4 PM
Archive Date 23 Jul 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Usaid M/Oaa
Agency Agency For International Development
Location United states
** The purpose of this amendment is to extend the closing date for this solicitation. All other information remains the same. **

Request for Personal Services Contractor

USAID Office of Transition Initiatives

Position Title: OTI IT Business Analyst - Washington, D.C.
Solicitation Number: 72D0T119R00028
Salary Level: GS-12 Equivalent: $83,398 - $108,422
Issuance Date: June 7, 2019
Closing Date: July 8, 2019 (DEADLINE EXTENDED)
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 (IT) Business Analyst 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. 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 AID 309-2 form must be mailed or emailed to:

Office of Transition Initiatives
529 14th Street, NW, Suite 300
Washington, D.C. 20045
E-Mail Address: [email protected]

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: [email protected]
Website: www.OTIjobs.net


Sincerely,

Cristina Sylvia
Contracting Officer

ATTACHMENT 1

Solicitation for U.S. Personal Services Contractor (USPSC) IT Business Analyst

I. GENERAL INFORMATION

1. SOLICITATION NO.: 72D0T119R00028

2. ISSUANCE DATE: June 7, 2019

3. CLOSING DATE/TIME FOR RECEIPT OF OFFERS: July 8, 2019, 1:00 pm Eastern Time (DEADLINE EXTENDED)

4. POSITION TITLE: IT Business Analyst

5. MARKET VALUE: This position has been designated a GS-12 position and the market value is $83,398 -$108,422 per annum. Final compensation will be negotiated within the listed market value based upon qualifications, previous relevant work experience and work history, salary, and education background. Salaries over and above the pay range will not be entertained or negotiated. Offerors who live outside the Washington, D.C. area will be considered for employment but no relocation expenses will be reimbursed.

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 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 Business Analyst is a member of OTI's Operations and Management Division (OMD) which prides itself on maintaining positive morale in the division and a high degree of customer support and innovation for the office. OTI is undergoing the process of merging into the newly formed Conflict Prevention and Stabilization (CPS) Bureau. The IT Business Analyst must learn and understand OTI's business model and requirements in order to provide support for operational projects that improve the office's efficiency and effectiveness. Current projects underway include an internal website used by staff and implementing partners to provide guidance and share program information, a recruiting website, and databases for financial management and human resources. The incumbent performs business analysis and architecture development in support of system users. The incumbent provides data expertise to be able to trace data through the system and assess the quality of data throughout the business process. The incumbent analyzes existing processes/performs reverse engineering; provides elicitation, analyses, and management of requirements; and develops Systems Development Life Cycle (SDLC) documents. Individuals in this position are responsible for providing the day-to-day project management for a small team including customer communications, expectations settings, and timeline deliverable monitoring and risk management. The IT Business Analyst will demonstrate sound judgment, excellent written and oral communication skills, including the ability to communicate technical topics to management and non-technical audiences, as well as interface with the customer on a daily basis. He/she demonstrates a positive attitude, while also possessing exceptional analytical and critical thinking abilities in order to manage the delivery and execution of high quality, multiple work assignments on schedule and with minimal direction.


CORE FUNCTIONAL AREAS OF RESPONSIBILITY

DUTIES AND RESPONSIBILITIES

The work of the Information Technology (IT) Business Analyst is a coordination role that requires teamwork in an agile environment, as well as the exercise of discretion, judgment, and personal responsibility. To advance the Office of Transition Initiatives (OTI) efforts in software development and as a member of a highly operational office, the incumbent should have excellent interpersonal skills, and should be willing and able to perform a wide range of functions to help ensure programmatic success of the Agency. The ideal candidate is a professional who pays attention to details, has a high level of integrity, is a strategic thinker with the ability to articulate innovative ideas, presents solutions, and is a positive role model for all USAID colleagues.

The function of the IT Business Analyst is principally to support OTI's IT Team in the development and implementation of efficient and cost effective IT systems as solutions to OTI programs and operations' requirements. The position requires a high level of flexibility and the willingness to work under conditions of ongoing change while remaining professional and respectful of colleagues and authority in a diverse workforce. To be successful, the incumbent should be able to build positive relationships with his or her respective team both in the field and in Washington D.C. as well as with internal and external key USAID stakeholders. With a considerable amount of functional autonomy, 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.

Under the direct supervision of the Bureau for Democracy, Conflict, and Humanitarian Assistance (DCHA)/OTI IT Team Leader or his/her designee, the IT Business Analyst will perform the following duties:

● Support the development of custom-designed software that enables OTI's field-focused programming; facilitate design meetings with other OTI teams; ensure that the in-house custom-designed applications and systems meet OTI office needs in a continual improvement process; formulate technically intelligible user requirements that are developed from general feedback, suggestions or complaints;

● Assess current systems, processes, and requirements in order to provide optimal support for the OTI programs; liaise and collaborate with the IT Team, OTI staff, and USAID's Office of the Chief Information Officer (CIO) on the maintenance and support of existing OTI's IT systems that are made out of a combination of Intranet, Microsoft Access systems, Human Resources Management and other web-enabled programs such as the current OTI field activity database and a financial management system;

● Collaborate with OTI internal users and external partners in various working groups in order to document the common technical and functional requirements for enterprise cloud-based solutions; facilitate meetings with project stakeholders to elicit requirements; analyze, develop, and manage detailed requirements documentation; map-out specific requirements for each of OTI systems and define end-to-end IT business processes that are acceptable by all the stakeholders including both within OTI and from the USAID CIO office;

● Develop lifecycle documents such as use cases, detailed functional requirements, software requirement specifications, detailed design specifications, test scenarios, and user manuals;

● Conduct user acceptance testing on newly developed software solutions to ensure expected performance upon release; standardize user acceptance testing and bench-mark the performance of existing systems in order to report the status of applicable Service-Level Agreements (SLAs) on a regular basis;

● Provide project management, planning and risk management support; provide status reporting on assigned projects and/or activities;

● Liaise with other OTI divisions in the development of user manuals and other training material to help in the orientation, training, and mentoring of new staff;

● Organize and facilitate meetings, events, workshops and working groups;

● If required, serve on short-term assignments with other USAID offices or bureaus in direct support of OTI programs, not to exceed three months.

SUPERVISORY RELATIONSHIP:


The IT Business Analyst will be supervised by the IT Team Lead, or his/her designee, and is a member of the IT Team within the OMD.

SUPERVISORY CONTROLS:


The supervisor will set overall objectives and resources available, and work with the incumbent to develop deadlines, methodology, and work to be accomplished. The incumbent will be responsible for carrying out assignments and consulting with the supervisor on policy interpretations. The supervisor will evaluate work for technical soundness and effectiveness in meeting work objectives.

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: [email protected]

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) A Master's Degree with a minimum of four (4) years of related work experience;

OR

A Bachelor's Degree with a minimum of five (5) years of related work experience;

AND

(2) Two (2) years of IT project management experience;

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;
● 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.

I. OFFEROR RATING SYSTEM

The offeror rating system factors are used to determine the competitive ranking of qualified offerors in comparison to the technical evaluation criteria. Offerors must demonstrate the rating factors outlined below within their resume, as they are evaluated strictly by the information provided.

Note: Supplemental documentation with written responses is not required and will not be reviewed for this solicitation.

Note: Offerors are required to address each factor of the Offeror Rating System in their resume, describing specifically and accurately what experience, training, education, and/or awards they have received as it pertains to each factor. Failure to address the selection factors and/or Offeror Rating System evaluation factors may result in not receiving credit for all pertinent experience, education, training and/or awards.

The evaluation factors are as follows:

Development (30 Points):
● Demonstrated experience in the development of lifecycle documentation, to include user manuals, detailed functional requirements, software specifications, design specifications and test scenarios;
● Demonstrated experience developing requirements for custom-designed software and systems with end-to-end IT business processes that include performance metrics such as SLA measurement and customer satisfaction;
● Demonstrated experience testing custom-developed software prior to release;

Project Management (20 Points):
● Demonstrated experience managing IT projects based on industry best practices and approved methodologies;

Analytical Skills (20 Points):
● Demonstrated experience analyzing business functions, mission statements, strategic objectives, use cases and proposing effective IT software solutions that increase productivity and maximize user collaboration in a rapidly evolving crisis response type of work environment.

BASIS OF RATING: Offerors who clearly meet the Education/Experience Requirements and Selection Factors will be further evaluated in accordance with the Offeror Rating System. Those offerors determined to be competitively ranked may also be evaluated on interview performance and satisfactory professional reference checks. In the event that a offeror has fully demonstrated his/her qualifications and there are no other competitive offerors, OTI reserves the right to forego the interview process.

Evaluation Factors - 70 Points

Interview Performance - 30 Points

Satisfactory Professional Reference Checks - Pass/Fail (no points assigned)

Total Possible Points: 100

The most qualified offerors 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.

II. APPLYING

Offers 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 minimum qualification 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.

NOTE: The Offeror Rating System Evaluation Factors are worth 70 out of 100 points. Offerors are required to address each factor of the Offeror Rating System in their resume, describing specifically and accurately what experience, training, education, and/or awards they have received as it pertains to each factor. Failure to address the selection factors and/or Offeror Rating System factors may result in not receiving credit for all pertinent experience, education, training and/or awards.

2. 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.

Additional documents submitted will not be accepted.

To ensure consideration of offers for the intended position offers must prominently reference the solicitation number in the offer submission.

Offeror 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: [email protected]

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.

III. 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).

IV. 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 Differential Chapter 500 and Tables in Chapter 900.
(b) Living Quarters Allowance Section 130.
(c) Temporary Lodging Allowance Section 120.
(d) Post Allowance Section 220.
(e) Supplemental Post Allowance Section 230.
(f) Payments During Evacuation Section 600.
(g) Education Allowance Section 270.
(h) Separate Maintenance Allowance Section 260.
(i) Danger Pay Allowance Section 650.
(j) Education Travel Section 280.

V. TAXES

USPSCs are required to pay Federal Income Taxes, FICA, and Medicare

VI. 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 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

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]

 

Bid Protests Not Available