The RFP Database
New business relationships start here

USPSC OTI SOCCENT Conflict and Stabilization Advisor (CSA) - Tampa, Florida


District Of Columbia, United States
Government : Military
RFI
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 SOCCENT Conflict and Stabilization Advisor (CSA) - Tampa, Florida
Solicitation Number: 72D0T119R00038
Salary Level:        GS-14 Equivalent: $104,821 - $136,271
Issuance Date:        August 8, 2019
Closing Date:         August 23, 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 SOCCENT Conflict and Stabilization Advisor 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 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 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) SOCCENT Conflict and Stabilization Advisor (CSA) - Tampa, Florida


I.    GENERAL INFORMATION


1.    SOLICITATION NO.: 72D0T119R00038


2.    ISSUANCE DATE: August 8, 2019


3.    CLOSING DATE/TIME FOR RECEIPT OF OFFERS: August 23, 2019, 1:00 pm Eastern Time


4.    POSITION TITLE: SOCCENT Conflict and Stabilization Advisor


5.    MARKET VALUE: This position has been designated at the GS-14 equivalent level, Florida-locality pay ($104,821 - $136,271 per annum). Final compensation will be negotiated within the GS-14 equivalent level based upon the selected candidate's salary history, qualifications, previous relevant experience and work history, and educational background as reported on AID-309-2. For selected candidates whose salary has been established on a Federal pay scale (i.e. General Schedule) or its equivalent, the base salary (not including locality pay) of their grade/step will be the basis of the salary negotiation. Salaries over and above the pay range will not be entertained or negotiated. Offerors who live outside the Tampa, Florida 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: Tampa, Florida


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 Conflict and Stabilization Advisor (CSA) is a member of USAID's Bureau for Democracy, Conflict and Humanitarian Assistance (DCHA)/OTI Field Programs Division (FPD), and is considered an expert in the field of political transition and stabilization programming overseas with a strong civil-military background, program and budget management experience, and operational skills. The CSA is a senior-level position in support of OTI's numerous field programs, including handling multiple high-level civil-military engagements, planning efforts, and reporting lines. The CSA provides advice to the strategic and operational components of OTI country programs to better integrate stabilization and transition assistance with ongoing Theater Special Operations Command - Central Command (SOCCENT) and the Central Geographic Combatant Command (CENTCOM) presence and operations, and provides expertise that helps communities recover from conflict and resist extremist influence.


 


CORE FUNCTIONAL AREAS OF RESPONSIBILITY


DUTIES AND RESPONSIBILITIES


The Conflict and Stabilization Advisor (CSA) will serve in Tampa, Florida as the Senior USAID/Office of Transition Initiatives (OTI) Advisor and Representative to SOCCENT and the Central Geographic Combatant Command (CENTCOM) for stabilization and transition assistance coordination, as well as OTI's representative to the SOCCENT Commander and to USAID's CENTCOM Senior Development Advisor (SDA). The work of the incumbent requires teamwork, the exercise of discretion, judgment, and personal responsibility. The incumbent must have a solid understanding of U.S. foreign policy priorities; stabilization and/or political transition approaches, tools and mechanisms; ideally, strategic planning experience in a Department of Defense environment. 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. The incumbent 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 CSA 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 Washington, DC-based DCHA/OTI Senior Civil-Military Transition Specialist or designee, the Conflict and Stabilization Advisor will perform the following duties:


●    Advise and liaise with SOCCENT and CENTCOM to inform campaign plans and operations on stabilization and transition, ensuring that OTI field programs are coordinated with the Department of Defense (DoD) theater planning; ensure OTI stabilization and transition activities are nested in and around security operations; and, ensure a common civil-military picture of the political and security environment;


●    Facilitate unity of effort between USAID/OTI field programs, SOCCENT and CENTCOM, providing regular information, reporting and analysis on political and security developments; engage and coordinate with other civilian assistance interests relevant to stabilization and political transition;


●    Establish regular communication channels and information and product exchange and organize briefings to ensure a common operating picture between OTI, SOCCENT and CENTCOM; circulate status reports which summarize relevant CENTCOM and SOCCENT activities impacting OTI field or Washington, DC teams;


●    Determine and manage requests between OTI, SOCCENT, and CENTCOM for participation in trainings and exercises. Represent OTI at planning exercises with SOCCENT and CENTCOM;


●    Inform SOCCENT and CENTCOM on issues pertaining to OTI-led countering violent extremism (CVE); early recovery; disarmament, demobilization, and reintegration (DDR); media support; service delivery; and other OTI stabilization and transition assistance activities in the SOCCENT area of operations and other overlapping areas of operation;
●    Coordinate with SOCCENT, CENTCOM, and Special Operations Command (SOCOM) to provide USAID/OTI staff with briefings on relevant procedures, assets, roles, capabilities, culture, and chain-of-command on stabilization and transition-related activities;
●    Respond to OTI Request for Information's (RFIs) for information critical to program decision-making and forward planning.


SUPERVISORY RELATIONSHIP:


It is expected that the Conflict and Stabilization Advisor will take direction from and will initially report to OTI's Senior Civil-Military Transition Specialist or his/her designee. This is an advisory position, and the candidate may be required to advise relevant USAID and Department of Defense (DoD) leadership.
SUPERVISORY CONTROLS:


The supervisor will provide administrative directions in terms of broadly defined missions or functions. The employee will independently plan, design and carry out programs, projects, studies or other work assignments. The employee'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. If traveling overseas, the incumbent 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 incumbent 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: 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")


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)    Six (6) years of project management experience with a U.S. government foreign affairs agency, domestic or international assistance organization, or non-governmental organization, in community development, economic development, mediation/arbitration, conflict resolution, democracy and governance, international law, and/or human rights activities;


AND


(3)     Two (2) years of overseas field experience working in a developing country.


AND


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


SELECTION FACTORS:
(Determines basic eligibility for the position. Offerors who do not meet all of the selection factors are considered NOT qualified for the position.)
•    Offeror is a U.S. Citizen;
•    Complete resume submitted. See cover page for resume requirements. Experience that cannot be quantified will not be counted towards meeting the solicitation requirements;
•    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 engaging and advising Department of Defense counterparts in the design, management, or implementation of dynamic political crisis and/or transition plans and programs.
Factor #2     Demonstrated experience preparing and conducting presentations on a wide variety of topics at senior levels; and, experience using diplomacy, tact, and effective communication when interacting with and representing organizations to U.S. military counterparts, other USG agencies, donor and international organizations, and local counterparts, including beneficiaries.


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: 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