The RFP Database
New business relationships start here

USPSC OTI Financial Management Specialist - Washington, D.C. (Ladder) (GS-9/11)


District Of Columbia, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

Request for Personal Services Contractor

USAID Office of Transition Initiatives


Position Title:        OTI Financial Management Specialist - Washington, D.C. (Ladder)
Solicitation Number:    72D0T119R00014
Salary Level:        GS-9 Equivalent: $56,233 - $73,105
GS-11 Equivalent: $68,036 - $88,450
Issuance Date:        February 12, 2019
Closing Date:         February 28, 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 Financial Management Specialist 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 AID309-2 form 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) Financial Management Specialist (Ladder)


I.    GENERAL INFORMATION


1.    SOLICITATION NO.: 72D0T119R00014


2.    ISSUANCE DATE: February 12, 2019


3.    CLOSING DATE/TIME FOR RECEIPT OF OFFERS: February 28, 2019, 1:00 pm Eastern Time


4.    POSITION TITLE: Financial Management Specialist


5.    MARKET VALUE: This position has been designated as a "ladder" position. The highest level of this position is a GS-11 ($68,036 - $88,450 per annum); however, USAID intends to fill this position at the entry GS-9 ($56,233 - $73,105 per annum) equivalent level, DC-locality pay. 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. Offerors who live outside the Washington, D.C. area will be considered for employment but no relocation expenses will be reimbursed.

Following at least one year at the GS-9 grade, the offeror may have the opportunity for advancement to the GS-11 equivalent grade. In order to be advanced to the higher grade, the incumbent must meet the minimum qualifications of the higher grade and receive an excellent performance rating in their most recent annual performance evaluation. The evaluation must include a statement by the supervisor that the employee is performing successfully at the current grade and is considered ready to perform at the higher grade level. Neither advancement nor extension of the contract is guaranteed.


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 Financial Management Specialist reports directly to the Democracy, Conflict, and Humanitarian Assistance (DCHA)/OTI Finance Team Leader. The incumbent of the position is OTI's financial expert and must possess knowledge of financial systems, especially those employed by USAID, to support OTI's transition programs. As the OTI financial expert, the Financial Management Specialist is the office's financial analyst and budget professional, and must have the presence and ability to identify and articulate financial issues that impact OTI programs to counterparts. The Financial Management Specialist will efficiently manage all OTI financial resources, ensuring that program funding for OTI activities is readily available. Approximately 95% or more of OTI's resources are program funds, and 5% or less are operational expenses. The Financial Management Specialist must be able to quickly master OTI and USAID budget and finance systems, and be able to guide program and operations staff, including senior management, in their use when required. The Financial Management Specialist must be readily available to advise and train OTI/Washington, field staff, and implementing partner staff on financial issues.

OTI is a fast-paced office with frequently changing priorities, and staff must be able to multitask and move quickly from one activity to another. Effective organizational skills, attention to detail, and understanding of financial management systems and processes are required. Ledgers, records and relevant financial documentation must be current and accurate. This is a key position in a very demanding office that responds rapidly to numerous complex activities and provides OTI staff with financial services and support, including training. The demands of this position require a Financial Management Specialist with superb customer service and work ethic, and with the ability to operate independently and anticipate the needs of a complex organizational unit.


CORE FUNCTIONAL AREAS OF RESPONSIBILITY


DUTIES AND RESPONSIBILITIES


The work of the Financial Management Specialist 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 to ensure the use of OTI systems and procedures to maintain effective and efficient management of funds, programming, and monitoring and evaluation. The incumbent is 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 Financial Management Specialist 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 OTI Finance Team Leader or his/her designee, the Financial Management Specialist will perform the following duties:

At the GS-9 Level:

●    Support program budgets and assist with financial planning, management and reconciliation;


●    Provide general administrative support such as scheduling and facilitating meetings, drafting meeting minutes, drafting and tracking memos, ensuring that action items are followed up, filing, correspondence control, and other administrative services;


●    Maintain the Bureau for Democracy, Conflict, and Humanitarian Assistance (DCHA)/OTI official accounts for OTI program funds, including commitments and obligations for the current year and carryover funds. Monitor prior year obligation balances. Perform regular account reconciliation and determine necessary adjustments to balance accounts accordingly;


●    Provide support to the development and maintenance of DCHA/OTI's budget and finance database;


●    Maintain continuous liaison and effective working relationships with OTI teams, particularly OTI's Program Office budget team;


●    Maintain continuous liaison and effective working relationships with Agency counterparts such as the DCHA Bureau Controller, Bureau of Policy and Program Coordination (PPC), Management Bureau Office of Acquisition and Assistance (M/OAA), Management Bureau Office of Financial Management (M/FM), and USAID Missions overseas on matters relating to procurement, financial issues, obligations and de-obligations of program-funded activities. [Note: 95% or more of OTI funding is from program funding sources, and 5% or less of OTI funding is from operational expense funding];


●    Maintain accurate records of all DCHA/OTI budget and finance activities supporting transition programs;


●    After an initial learning period, provide orientation, training, and mentoring for new staff that have since on-boarded as delegated; communicate with supervisor to recognize good performance and communicate where performance needs to be improved;


●    Serve on short-term assignments with other USAID offices or bureaus in support of OTI programs. These placements shall not exceed three months.


At the GS-11 Level:


●    Prepare accurate financial and budget reports. Conduct regular and special financial analyses that cover reimbursements and special appropriations;


●    Prepare and monitor financial reports for program-funded activities. Monitor OTI's resource availability, prepare reports on disbursements and use of funds and manage the obligation/de-obligation process to maximize use of available funds;


●    Manage program funds for the Office. Control the allocation of approximately $50 million of OTI funds as well as additional program funds from other sources per year (ranging from $15 million to $200 million or more). Coordinate and work closely with the DCHA Bureau controller's office, as well as with other Bureaus when additional funds are received or transferred to OTI for OTI managed programs;


●    Conducts the day-to-day operation and maintenance of OTI program financial accounts. These statements are required under legislation to assure compliance with laws and regulations affecting the expenditure of funds, control of the budget, and reports on the status of obligations and expenditures;


●    Review financial proposal to adhere to financial procedures, conformance to agency requirements and/or limitations to generally accepted accounting principles and standards. Assure approved documents are within established guidelines and are readily retrievable from country or project files;


●    Utilize funding analysis to recommend program budget and staffing levels based on management decisions and/or changes in the program goals, objectives, and priorities and as back-up material for requests for budget increases/decreases;


●    Prepare funding requirements for inclusion in a variety of budgetary and programmatic submissions, e.g., Annual Budget Submission, Congressional Budget Justification, Quarterly Accrual Reports, Monthly reports to Office of Management and Budget (OMB), Annual Report, etc.


●    Advise country team program managers on the preparation of budget requests; consolidate supporting budget data and justifications;


●    Maintain continuous liaison and effective working relationships with OTI teams, particularly OTI's Program Office budget team;


●    Perform Section 1311 Review of Unliquidated Obligations for all years, e.g., contracts, grants, cooperative agreements, inter-agency agreements, International Cooperative Administrative Support Services (ICASS), Congressional Notifications (CNs) and Memorandum of Understandings (MOUs). This process results in making a determination regarding the retention or de-obligation of remaining program funds. Ensure that required documentation supports the analysis and determination. Work with FM and DCHA/ Office of Program, Policy, and Management (PPM) to help ensure that program funds de-obligated are immediately reprogrammed and available for other program priorities;


●    Provide orientation, training, and mentoring for new staff that have since on-boarded as delegated; communicate with supervisor to recognize good performance and communicate where performance needs to be improved;


●    Serve on short-term assignments with other USAID offices or bureaus in support of OTI programs. These placements shall not exceed three months.


SUPERVISORY RELATIONSHIP:
The Financial Management Specialist will be supervised by the OTI Finance Team Leader, as a member of the Operations and Management Division (OMD).


SUPERVISORY CONTROLS:
At the GS-9 level, the supervisor will assign priorities, deadlines, and work to be accomplished. The employee is expected to use initiative in carrying out recurring assignments independently, while referring deviations, problems and unfamiliar situations to the supervisor.


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")


Education/Experience Required:
At a minimum, the offeror must have:


(1)    Bachelor's degree with two (2) years of work experience in finance;


AND


(2)    Demonstrated experience developing and maintaining financial management and information systems;


(3)    Demonstrated experience with U.S. Government rules and regulations pertaining to budget and financial resources.

At the GS-11 level:


(1)    Bachelor's degree with three (3) years of work experience in finance;


AND


(2)    One (1) year of experience developing and maintaining financial management and information systems;


(3)    Demonstrated experience with U.S. Government rules and regulations pertaining to budget and financial resources.


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 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:


Offeror Rating System


Financial (30 Points)
●    Demonstrated experience supporting budgets and ability to maintain a financial database.
●    Demonstrated experience with financial planning, management, and reconciliation.
●    Demonstrated experience using Microsoft Access and/or Excel.
●    Demonstrated experience developing solutions to financial problems
●    Demonstrated experience gathering, analyzing, and evaluating budgets.


Organization (25 Points)
●    Demonstrated customer service experience.
●    Demonstrated experience cultivating and maintaining professional relationships.
●    Demonstrative experience balancing a wide variety of tasks and working independently under pressure, with extremely short deadlines
●    Demonstrated experience with high attention to detail, time management and organizational skills.


Administrative (15 Points)
●    Demonstrated experience providing administrative support such as scheduling and facilitating meetings, drafting meeting minutes, drafting and tracking memos.
●    Demonstrated experience with records keeping.


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: 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.


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]


 


OTIjobs OTIjobs, OTIjobs, Phone 202-836-7455, Email otijobs@usaid.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP