Federal Bid

Last Updated on 30 Apr 2019 at 8 AM
Combined Synopsis/Solicitation
Washington

USPSC OTI Surge Staff Manager - Washington, D.C. (Intermittent) (GS-13)

Solicitation ID 72D0T119R00021
Posted Date 29 Mar 2019 at 2 PM
Archive Date 30 Apr 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 Washington United states
Request for Personal Services Contractor

USAID Office of Transition Initiatives

Position Title: OTI Surge Staff Manager - Washington, D.C. (Intermittent)
Solicitation Number: 72D0T119R00021
Salary Level: GS-13 Equivalent: $96,970 - $126,062
Issuance Date: March 29, 2019
Closing Date: April 15, 2019
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 a Surge Staff Manager 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 two (2) 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 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: [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 (PSC) Surge Staff Manager - Washington, D.C. (Intermittent)

I. GENERAL INFORMATION

1. SOLICITATION NO.: 72D0T119R00021

2. ISSUANCE DATE: March 29, 2019

3. CLOSING DATE/TIME FOR RECEIPT OF OFFERS: April 15, 2019, 1:00 pm Eastern Time

4. POSITION TITLE: Surge Staff Manager

5. MARKET VALUE: This position has been designated at the GS-13 equivalent level, D.C. locality pay ($96,970 - $126,062 per annum). Final compensation will be negotiated within the GS-13 equivalent level based upon the selected offeror's salary history, qualifications, previous relevant experience and history, and educational background as reported on AID-309-2. 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: One year, with four one-year option periods.

The Personal Services Contractor 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 work locations, will be determined by mutual agreement between the contractor and his/her OTI supervisor according to the programmatic needs of OTI. There is no obligation by OTI to provide assignments for a minimum number of days, and the contractor is free to provide "blackout" dates during which he or she will not be available to accept assignments.

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. Some of these USPSCs serve on intermittent contracts and are referred to in OTI as "bullpenners," providing support in a surge capacity. Those serving in the bullpen must be prepared to work both in Washington and the field, often with little time for preparations. 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 Surge Staff Manager will be responsible for the overall management of the OTI Field Program Division (FPD) Bullpen, an intermittent workforce consisting of approximately 35 high-level professionals and experts that support OTI overseas and domestically in a surge capacity. Within OTI, this position is also referred to as the FPD Bullpen Manager. The Surge Staff Manager is a member of the FPD management team with the Division Chief, Deputy Chiefs, Senior Advisors, and the Administrative Program Assistants.

OTI uses the FPD Bullpen to support a variety of functions throughout the office in Washington, DC and the field. The Surge Staff Manager is charged with managing the FPD Bullpen and will have additional responsibilities of monitoring and evaluation, mentoring, and training (including on-the-job training). The incumbent will ensure that individuals serving in the FPD Bullpen possess a minimum standard of knowledge about OTI and its country program functions throughout the standard OTI program cycle, in an effort to continually improve this important office resource.

CORE FUNCTIONAL AREAS OF RESPONSIBILITY

DUTIES AND RESPONSIBILITIES

The work of the Surge Staff Manager (also referred to as the Field Programs Division (FPD) Bullpen Manager) requires teamwork, the exercise of discretion, judgment, and personal responsibility. As a member of a highly operational office, the incumbent is willing and able to perform a wide range of management and administrative functions to help ensure programmatic success. The incumbent has a high level of integrity and attention to detail to ensure the use of OTI systems and procedures to maintain effective and efficient management of FPD Bullpen staff, a cadre of approximately 35 intermittent employees. The incumbent must also exercise effective management of the Bullpen budget and financial resources. The incumbent is highly flexible and willing 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 the building of positive relationships with his or her respective team both in the field and in Washington, 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 Surge Staff Manager 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 Bureau for Democracy, Conflict and Humanitarian Assistance (DCHA)/OTI Deputy Chief of Field Programs Division (FPD) the Surge Staff Manager will perform the following duties:

● Oversee the development and maintenance of the OTI/FPD Bullpen; ensuring a minimum standard of knowledge about OTI and its country program functions across Bullpen staff. Maintain staffing levels that position the office to effectively respond to critical needs in the field;

● Supervise FPD Bullpen staff, fellows, and other short-term employees assigned to the OTI Field Programs Division. Provide advice, guidance, mentoring as well as training;

● Collaborate with FPD Management and the five (5) regional teams (Middle East (ME), Europe, Asia, West Africa (AFR), and Latin America and the Caribbean and Southeast Africa (LACSEA)) to identify critical program implementation staffing needs in Washington, DC and the field. Recommend relevant FPD Bullpen staff skills, experience, and availability to fill those needs;

● Assist in the development of systems and contribute to business processes that ensure efficiency and rapid response of FPD Bullpen staff, maintaining a constant awareness of compliance with office and agency policies, regulations and procedures;

● Design and implement FPD Bullpen staffing plans for OTI Surge Staff ensuring Bullpen positions are well defined and recruitment is initiated immediately when staffing needs arise;

● Analyze the knowledge, skills, and professional gaps within individual Bullpen staff while working closely with FPD Management, OTI's Program, Learning and Innovation (PLI) Division and the Human Capital Talent Management's (HCTM) Employee Relations (ER) Team to develop appropriate orientations and trainings in all aspects of OTI operations and programming. Collaborate with the Regional Team Leaders to professionally develop FPD Bullpen staff through diverse assignments;

● Assist in identifying gaps within the FPD Bullpen and coordinate with the FPD Deputy Chief to develop new solicitations, collaborate on staffing and workforce planning issues, as well as recommend actions to ensure effective use of the FPD Bullpen;

● Establish and maintain effective relationships with OTI Division Chiefs, Team Leaders, OTI staff and other USAID offices sharing procedures and systems in order to review practices as well as seek out innovative ways of doing business to improve efficiency and effectiveness;

● Manage the OTI FPD Bullpen Database and PSC contracts administration process: to include monitoring and tracking contract year ceilings, ensuring budgets are up-to-date, reviewing the status of obligations and disbursements, as well as reviewing and approving timesheets and payment vouchers;

● Maintain constant communication with FPD Bullpen staff and Team Leaders to understand and meet OTI staff support needs. Serve as an advocate for FPD Bullpen staff with Team Leaders;

● Update and manage FPD Bullpen profiles to ensure OTI teams are aware of the range of FPD Bullpen resources available;

● Assist in broader strategic workforce planning for FPD in consultation with the FPD Deputy Chief. Review and draft scopes of work (SOW) and other documents necessary for effective planning and recruitment of FPD staff;

● Coordinate with other OTI Divisions, such as Operations and Management Division (OMD) and the Program, Learning and Innovation Division (PLI) on in-processing and orientation for new staff;

● Oversee and coordinate the FPD Bullpen performance evaluation process. Work with US Embassy staff including Mission Directors, US Ambassadors, and Deputy Chiefs of Mission; international organizations (IO's); implementing partners (IP's); and other key stakeholders to evaluate the effectiveness of FPD Bullpen staff on various work assignments;

● Prepare Acquisition requests for the procurement of new FPD Bullpen staff;

● Write and communicate periodic updates and reminders to FPD Bullpen staff on important policy, regulatory and procedural issues directly as well as through OTI's internal Bullpen Knowledge Network;

● Coordinate with the FPD Deputy Chief on decisions regarding contract extensions, renewals and terminations. Oversee the FPD Bullpen performance evaluation process;

● Perform services under this SOW at physical locations other than Washington OTI headquarters, including within other USAID offices, bureaus or other United States Government (USG) agencies for a period not to exceed six months.

SUPERVISORY RELATIONSHIP:

The Surge Staff Manager will be supervised by the Deputy Chief of FPD and is a member of the FPD Management Team.

SUPERVISORY CONTROLS:

The supervisor will set overall objectives and resources available, and work with the employee to develop deadlines, projects, and work to be accomplished. The employee will be responsible for planning and carrying out assignments, resolving most conflicts, coordinating with others, and interpreting policy in terms of established objectives. Keeping the supervisor informed of progress, the employee may determine the approach to be taken and the methodology to be used. The supervisor will review completed work from an overall standpoint of feasibility, compatibility with other work, or effectiveness in meeting requirements.

10. AREA OF CONSIDERATION: U.S. Citizenship

11. PHYSICAL DEMANDS

PHYSICAL DEMANDS:

The work is generally sedentary and does not pose undue physical demands. If traveling overseas, the employee may be subject to some additional physical exertion including long periods of standing, walking over rough terrain, or carrying of moderately heavy items (less than 50 pounds).

WORK ENVIRONMENT:

Work is primarily performed in an office setting. If the employee travels overseas, the work may involve additional safety and/or security precautions, wearing of protective equipment, and exposure to severe weather conditions.

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")

(1) A Master's Degree with six (6) years of work experience;

OR

A Bachelor's Degree with eight (8) years of work experience;

AND

(2) Five (5) years of experience with a U.S. government foreign affairs agency, domestic or international assistance organization, contractor or non-governmental organization, in community development, economic development, mediation/arbitration, conflict resolution, democracy and governance, international law, and/or human rights activities;

(3) Two (2) years of overseas field experience working in one or more developing countries;

(4) Two (2) years of experience in the management, administration, and/or professional development of a workforce.

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 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 #1 Demonstrated experience in the management and administration of a workforce.

Factor #2 Demonstrated experience in identifying performance gaps, reviewing policy and
practice, and seeking out innovative ways of doing business to improve organizational effectiveness.

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 - 35
Factor #2 - 35
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 offers. 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 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.

2. Supplemental document specifically addressing:
Each of the two (2) 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: [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.

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 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.

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 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