The RFP Database
New business relationships start here

USPSC OTI Regional Team Leader - Washington, D.C. (GS-14)


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 Regional Team Leader - Washington, D.C.
Solicitation Number: 72D0T119R00034
Salary Level:        GS-14 Equivalent: $117,191 - $152,352
Issuance Date:        July 18, 2019
Closing Date:         August 2, 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 Regional Team Leader under a personal services contract, as described in the attached solicitation.


Submittals must be in accordance with the attached information at the place and time specified. Offerors interested in applying for this position MUST submit the following materials:


1.    Complete resume. In order to fully evaluate your offer your resume must include:


(a)    Paid and non-paid experience, job title, location(s), dates held (month/year), and hours worked per week for each position. Dates (month/year) and locations for all overseas field experience must also be detailed. Any experience that does not include dates (month/year), locations, and hours per week will not be counted towards meeting the solicitation requirements.
(b)    Specific duties performed that fully detail the level and complexity of the work.
(c)    Names and contact information (phone and email) of your current and/or previous supervisor(s).
(d)    Education and any other qualifications including job-related training courses, job-related skills, or job-related honors, awards or accomplishments.
(e)    U.S. Citizenship.


Note: Your resume should contain explicit information to make a valid determination that you fully meet the experience requirements as stated in this solicitation. This information should be clearly identified in your resume. Failure to provide explicit information to determine your qualifications for the position will result in loss of full consideration.


2.    Supplemental document specifically addressing:
Each of the three (3) Evaluation Factors shown in the solicitation. Responses must be limited to 500 words per factor. Any additional words above the limit will neither be read nor scored.


NOTE: The Evaluation Factors are worth 70 out of 100 points. Offerors are required to address each of the Evaluation Factors in a separate document describing specifically and accurately what experience, training, education and/or awards they have received that are relevant to each factor.


3.    USPSC Offeror Information for Personal Services Contracts form AID 309-2. Offerors are required to complete and sign the form. This form must be physically signed. Electronic signatures will not be accepted.


Additional documents submitted will not be accepted. Incomplete or late offers will not be considered. Your complete resume and the supplemental document addressing the EFs must be mailed or emailed to:


Office of Transition Initiatives
529 14th Street, NW, Suite 300
Washington, DC 20045
E-Mail Address: OTIjobs@usaid.gov


Offerors can expect to receive a confirmation email when offer materials have been received. Offerors should retain for their records copies of all enclosures which accompany their offers. Offeror resources are available at www.otijobs.net/#!guidance-for-applying/c1ggu. Any questions on this solicitation may be directed to:


OTI Recruitment Team
Telephone Number: (202) 836-7487
E-Mail Address: OTIjobs@usaid.gov
Website: www.OTIjobs.net



Sincerely,

Cristina Sylvia
Contracting Officer

ATTACHMENT 1


Solicitation for U.S. Personal Services Contractor (PSC) OTI Regional Team Leader


I.    GENERAL INFORMATION


1.    SOLICITATION NO.: 72D0T119R00034


2.    ISSUANCE DATE: July 18, 2019


3.    CLOSING DATE/TIME FOR RECEIPT OF OFFERS: August 2, 2019, 1:00 pm Eastern Time


4.    POSITION TITLE: Regional Team Leader


5.    MARKET VALUE: This position has been designated at the GS-14 equivalent level, D.C. locality pay ($117,191 - $152,352 per annum). Final compensation will be negotiated within the listed market value based upon qualifications, previous relevant experience and work history, salary and educational background. Salaries over and above the pay range will not be entertained or negotiated. 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 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 Regional Team Leader is a member of the Bureau for Democracy, Conflict and Humanitarian Assistance (DCHA)/OTI Field Programs Division (FPD), reports to the OTI Chief of FPD, and is based in Washington, D.C. OTI currently has six regional teams as part of its Field Programs Division: East Africa. West Africa (AFR), Latin America, the Caribbean (LAC), Asia, Middle East (ME), and Europe (EUR). OTI's Regional Teams are responsible for all program implementation-related activity in the specific region.


Under this solicitation, the Regional Team Leader will be responsible for overseeing specific OTI country programs in any of OTI's six regional teams. The first regional team assignment will be Southern and Eastern Africa (SEA). This is a program-funded USPSC position that focuses the vast majority of its time on managing country programs. The Regional Team Leader will ensure that U.S. government funds are spent wisely, in coordination with other key actors, and in a manner that reflects OTI standard practices and U.S. government policy.


CORE FUNCTIONAL AREAS OF RESPONSIBILITY


DUTIES AND RESPONSIBILITIES


The work of the Regional Team Leader requires teamwork, the exercise of discretion, judgment, and personal responsibility. 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 programs, funds and monitoring and evaluation. 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. He or she places a premium on the building of positive relationships with his or her respective team both in the field and in Washington, D.C., 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 Regional Team Leader is a strategic thinker, articulates innovative ideas, presents solutions, and is a positive role model for colleagues both in and outside of OTI. As a member of a highly operational office, the incumbent is willing and able to perform a wide range of administrative functions to help ensure programmatic success.


Under the direct supervision of the DCHA OTI FPD Chief or his/her designee, the Regional Team Leader will perform the following duties:


At the GS-14 Regional Team Leader level:
Note: Duties and responsibilities are listed in order of importance for this position.


●    Lead and oversee an OTI Regional Team, including Deputy Team Leader(s) and Program Managers in Washington, D.C.; and Country Representatives and implementing partners in the field and at headquarters. Oversee the management, logistical, budget, administrative, human resources, and contractual issues for the program;
●    Design staffing plans to meet overall program objectives, and provide managerial and supervisory support to staff. Ensure staff work objectives and tasks are well defined, that recruitment is initiated immediately when staffing needs arise. Ensure that staff is highly qualified, trained, and mentored in all critical aspects of OTI operations and programming. Ensure that employee performance evaluations are completed in a timely manner in accordance with OTI office policy;


●    Apply a sound understanding of USAID's programmatic and operational processes in Washington, D.C. to support transition programming overseas, including assessment and conceptualization, design, management, analysis and evaluation of political transition and/or post-conflict activities. Perform complex country and program analysis to maintain a "watch country" list, and develop existing and future strategies in high-priority countries;


●    Monitor and evaluate OTI country programs through regular communication with staff, reviewing reports from the field and Washington, D.C., liaising with relevant OTI teams, as well as conducting regular site visits;


●    Supervise the implementation of OTI-financed activities, including overseeing and/or managing the selection of program implementers such as grantees, contractors, and PSC's;


●    Negotiate, oversee and manage the overall Regional Team country budgets to ensure that the team procurement plan is kept up to date, and that country programs are appropriately budgeted. Additional responsibilities include working to secure additional funding from other U.S. government sources, and ensuring that the team is trained on all the appropriate systems and tools for budgeting, finances and procurement;


●    Represent OTI equities on inter- and intra-agency policy and crisis task forces, in addition to developing and maintaining collaborative relationships with USAID, Department of State, Department of Defense, and other U.S. government Agencies, to share programmatic information and coordinate intra-agency and inter-agency development efforts;


●    Liaise with grassroots organizations and their constituencies, national and local government officials, U.S. government agencies, non-governmental organizations, and donor and international organizations, to monitor and evaluate OTI country program activities;


●    In conjunction with OTI Washington, D.C. staff and the Country Representative in the field, oversee, develop and manage, an OTI close-out strategy that will ensure reasonable and effective handover to follow-on USAID and/or other donor programs;


●    Ensure the proper documentation for contracts, grants or cooperative agreements is generated and retained in conformance with the Federal Acquisition Regulations (FAR), agency and office guidelines;


●    Assume higher representational responsibilities, potentially serving as Acting Chief of Field Programs in his or her absence;

●    Serve on short-term assignments with other USAID offices or bureaus in direct support of OTI programs, for a period not to exceed three months.


SUPERVISORY RELATIONSHIP:


The Regional Team Leader will be supervised by the OTI Chief of the Field Programs Division or his/her designee.


SUPERVISORY CONTROLS:


The supervisor will provide administrative directions in terms of broadly defined missions or functions. The incumbent will independently plan, design and carry out programs, projects, studies or other work assignments. The incumbent's work will be considered technically authoritative and routinely accepted without significant change, and will be reviewed in terms of fulfillment of program objectives, influence on the overall program, or contribution to the advancement of the objective.


10.    AREA OF CONSIDERATION: U.S. Citizenship


11. PHYSICAL DEMANDS


PHYSICAL DEMANDS:


The work is generally sedentary and does not pose undue physical demands. When 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. When traveling 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: 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)    A Master's Degree with seven (7) years of work experience;


OR


A Bachelor's Degree with nine (9) years of work experience;


AND


(2)    Seven (7) years of project management experience with a U.S. government foreign affairs agency, international or domestic assistance organization, or non-governmental organization in community development, economic development, mediation/arbitration, conflict resolution, democracy and governance, international law, humanitarian assistance, and/or human rights activity;


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


(4)    Three (3) years of supervisory experience;


(5)    Demonstrated experience in contract and grant management, including the design, management, and evaluation of political transition project activities.


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.


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


(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.


Evaluation Factors:
Factor #1    Demonstrated experience leading, managing, and providing strategic guidance to a team in person and remotely, in support of successful program design and implementation.


Factor #2    Demonstrated experience interacting with, and representing organizations to, U.S. government agencies, international organizations, local counterparts, and other stakeholders.

Factor #3    Demonstrated experience in political and conflict analysis in support of informing foreign policy, and/or political transition or other complex crisis programming.


BASIS OF RATING: Offerors who clearly meet the Education/Experience Requirements and Selection Factors will be further evaluated based on scoring of the Evaluation Factor responses. Offerors are required to address each of the Evaluation Factors in a separate document describing specifically and accurately what experience, training, education and/or awards they have received that are relevant to each factor. Be sure to include your name and the announcement number at the top of each additional page. Failure to specifically address the Selection and/or Evaluation Factors may result in your not receiving credit for all of your pertinent experience, education, training and/or awards.


The Offeror Rating System is as Follows:
Evaluation Factors have been assigned the following points:
Factor #1 - 30
Factor #2 - 20
Factor #3 - 20
Total Possible - 70 Points


Interview Performance - 30 points


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


Total Possible Points: 100


The most qualified offeror may be interviewed, required to provide a writing sample, and demonstrate an ability to operate commonly used office 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 three (3) Evaluation Factors shown in the solicitation. Responses must be limited to 500 words per factor. Any additional words above the limit will neither be read nor scored.


NOTE: The evaluation factors are worth 70 out of 100 points. Offerors are required to address each of the Evaluation Factors in a separate document describing specifically and accurately what experience, training, education and/or awards they have received that are relevant to each factor.


3.    USPSC Offeror Information for Personal Services Contracts AID 309-2. Offerors are required to complete and sign the form. This form must be physically signed. Electronic signatures will not be accepted.


Additional documents submitted will not be accepted.


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


Offerors resources are available at www.otijobs.net/#!guidance-for-applying/c1ggu.


DOCUMENT SUBMITTALS


Via mail: Office of Transition Initiatives, 529 14th Street, NW, Suite 300, Washington, D.C. 20045
Via email: OTIjobs@usaid.gov


Please note in your document submittal where you heard about this position.


NOTE REGARDING GOVERNMENT OBLIGATIONS FOR THIS SOLICITATION


This solicitation in no way obligates USAID to award a PSC contract, nor does it commit USAID to pay any cost incurred in the preparation and submission of the offer.


NOTE REGARDING DATA UNIVERSAL NUMBERING SYSTEM (DUNS) NUMBERS AND THE SYSTEM FOR AWARD MANAGEMENT



All individuals contracted as US PSCs in the United States are required to have a DUNS Number and be registered in the SAM database. The selected offeror will be provided with guidance regarding this registration.


For general information about DUNS Numbers and SAM, please refer to Federal Acquisition Regulation (FAR) Clause 52.204-6, Data Universal Numbering System (DUNS) Number and FAR 52.204-7, System for Award Management.
https:/acquisition.gov/far/current/html/52_200_206.html or www.sam.gov.



ALL QUALIFIED OFFERORS WILL BE CONSIDERED REGARDLESS OF AGE, RACE, COLOR, SEX, CREED, NATIONAL ORIGIN, LAWFUL POLITICAL AFFILIATION, NON-DISQUALIFYING DISABILITY, MARITAL STATUS, SEXUAL ORIENTATION, AFFILIATION WITH AN EMPLOYEE ORGANIZATION, OR OTHER NON-MERIT FACTOR.


V.    LIST OF REQUIRED FORMS FOR PSC HIRES


Once the CO informs the successful offeror about being selected for a contract award, the CO will provide the successful offeror instructions about how to complete and submit the following forms. Forms outlined below can found at http://www.usaid.gov/forms/


1.    Declaration for Federal Employment (OF-306).
2.    Medical History and Examination Form (DS-6561).
3.    Questionnaire for Sensitive Positions (for National Security) (SF-86), or Questionnaire for Non-Sensitive Positions (SF-85).
4.    Finger Print Card (FD-258).


VI.    BENEFITS/ALLOWANCES


As a matter of policy, and as appropriate, a PSC is normally authorized the following benefits and allowances:


1. BENEFITS:


(a) Employer's FICA Contribution
(b) Contribution toward Health & Life Insurance
(c) Pay Comparability Adjustment
(d) Annual Increase (pending a satisfactory performance evaluation)
(e) Eligibility for Worker's Compensation
(f) Annual & Sick Leave


2. ALLOWANCES:
Section numbers refer to rules from the Department of State Standardized Regulations (Government Civilians Foreign Areas)


(a) Post 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]


 


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