USPSC OTI Senior Transition Advisor - Worldwide (GS-15) (Multiple, Intermittent)
Submit Questions to Government Officer Anonymously
Place your question(s) below. One of our analysts will anonymously submit the question(s) within 8 hours and provide any responses via email once received.
Opportunity Assistant
Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.
Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company
Select Document for Processing
Description
SOLICITATION NUMBER: 72C0T122R00038
ISSUANCE DATE: May 31, 2022
CLOSING DATE AND TIME: June 30, 2022, 1:00 PM Eastern Standard Time
SUBJECT: Solicitation for U.S. Personal Service Contractor (USPSC)
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 Senior Transition Advisor - Worldwide (GS-15)(Multiple)(Intermittent) 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:
- 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. Due to COVID-19 and limited access to equipment, we are currently accepting electronic and typed signatures on the AID 309-2 form.
Additional documents submitted will not be accepted. Incomplete or late offers will not be considered. Your complete resume and the AID 309-2 form must be mailed or emailed to 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. 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.
Offeror resources are available at www.otijobs.net/guidance-for-applying. Any questions on this solicitation may be directed to:
OTI Recruitment Team
E-Mail Address: OTIjobs@usaid.gov
Website: www.OTIjobs.net
Sincerely,
Jaclyn Humphrey
Supervisory Contracting Officer
72C0T122R00038
I. GENERAL INFORMATION
1. SOLICITATION NO.: 72C0T122R00038
2. ISSUANCE DATE: May 31, 2022
3. CLOSING DATE AND TIME FOR RECEIPT OF OFFERS: June 30, 2022, 1:00 pm Eastern Time
4. POINT OF CONTACT: OTI Recruitment Team, Email at OTIjobs@usaid.gov.
5. POSITION TITLE: Senior Transition Advisor
6. MARKET VALUE: This position has been designated at the GS-15 equivalent level, non-locality pay ($112,890 - $146,757 per annum). Final compensation will be negotiated within the GS-15 levels based upon the selectee's history, qualifications, previous relevant experience and work history, and educational background as reported on AID-309-2. For selectees 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.
As this is a Worldwide, non-locality position, incumbents who do not live in the DC metropolitan area will be provided with travel and/or per diem if they are required to work in Washington, DC. Incumbents will be provided with travel and/or per diem for all other USAID/OTI travel assignments as well.
7. PERIOD OF PERFORMANCE: One (1) year, with four (4) one-year option periods
START DATE: Within 45 days of receiving notification that required security clearance has been obtained.
The Personal Services Contractor hired under this contract will provide up to a maximum of 250 workdays of services on an annual basis. The specific projects, as well as dates, number of days and locations to be worked, will be determined by mutual agreement between the contractor and his/her OTI supervisor according to the programmatic needs of OTI. There is no obligation by OTI to provide assignments for a minimum number of days, and the contractor is free to provide blackout dates during which he or she will not be available to accept assignments.
8. PLACE OF PERFORMANCE: Worldwide
9. ELIGIBLE OFFERORS: United States Citizens
10. SECURITY LEVEL REQUIRED: SECRET
11. STATEMENT OF DUTIES
POSITION DESCRIPTION
BACKGROUND
USAID's Office of Transition Initiatives (OTI) is seeking highly motivated, highly qualified individuals who want the opportunity to help support rapid international transition programs for priority conflict-prone countries. Created in 1994 as a distinct operating unit within USAID, OTI helps local partners advance peace and democracy in politically-transitioning countries. In support of U.S. foreign policy, OTI seizes emerging windows of opportunity in the political landscape to promote stability, peace, and democracy by catalyzing local initiatives through adaptive and agile programming.
Countries experiencing a significant political transition in the midst of a disaster or emerging from civil conflict have unique needs that cannot be fully addressed by traditional disaster relief. Timely and effective assistance to promote and consolidate peaceful, democratic advances can make the difference between a successful or a failed transition. OTI assists in securing peace by aiding indigenous, mostly non-governmental, civil society and media organizations. OTI uses such mechanisms as support for re-integration of ex-combatants into civilian society; development of initiatives to promote national reconciliation; identification of quick-impact community self-help projects to meet urgent economic needs; and aid to independent media outlets and community-based organizations to help promote informed debate and broaden public participation.
To respond quickly and effectively and meet its program objectives and mandate OTI retains a group of high level professionals and experts under U.S. Personal Services Contracts (USPSCs). These knowledgeable and skilled professionals make up the vast majority of the OTI work force and are at its forefront implementing and achieving the office's programmatic goals and objectives. Some of these USPSCs serve on intermittent contracts and are referred to in OTI as bullpenners, providing support in a surge capacity. Those serving in the bullpen must be prepared to work both in Washington and the field, often with little time for preparations. There are several benefits that USPSCs may participate in, such as partial reimbursement for health and life insurance costs, as well as full coverage of workers' compensation, among other benefits. For more complete information on USPSC benefits, please see Section VI of this solicitation.
OTI's DEIA Vision Statement: OTI is a collaborative environment that represents the global community at all levels of our organization. Uniting diverse backgrounds and experiences, we value individual expertise to advance peace and democracy around the world.
Values and associated behaviors that will enable this vision are:
Trust
- Model open communication, active listening and candor.
- Believe others when they share their experiences.
Respect
- A respectful attitude should be shown to everyone.
- Allow for others to express complete opinion/thoughts without interruption, while recognizing that there are other perspectives and lived experiences.
Belonging (Accessibility)
- Serve as an ally to those who feel excluded (professionally, socially, personally, etc.).
- Promote togetherness and acceptance through equitable behavior.
Empathy
- Listen to understand, create space to be real/feel.
- Remind yourself to be conscious of how others may feel or receive your words
Self-awareness/accountability
- Supervisors hold their peers to account on their expectations and behaviors.
- Seek regular, constructive feedback to understand how your words and actions affect and influence others, and how they are being perceived and interpreted.
- Acknowledge unconscious bias and be willing to learn and change behavior when confronted/corrected.
For more information about OTI and its country programs please see:
https://www.usaid.gov/stabilization-and-transitions
INTRODUCTION
The Senior Transition Advisor is a member of USAID's Bureau for Conflict Prevention and Stabilization (CPS)/OTI Field Programs Division (FPD), and is considered an expert in the field of political transition programming overseas with strong program management, budgetary and operational skills. The Senior Transition Advisor is an intermittent and senior-level position in support of OTI's numerous field programs, including ad hoc support for assessments, country start-ups, program implementation and close-outs. You are involved in the strategic design of OTI country programs, the development of management products based on lessons learned, and will support the training and mentoring of field and DC-based staff. The complex demands of this position requires overseas travel with short notice, and the ability to respond to immediate and challenging managerial, operational, and security issues. You must be prepared to work and collaborate with senior officials from other international organizations, bilateral donors, and non-governmental organizations important to OTI's programs and objectives, with an in-depth knowledge of international relations.
CORE FUNCTIONAL AREAS OF RESPONSIBILITY
DUTIES AND RESPONSIBILITIES
The work of the Senior Transition Advisor requires teamwork, the exercise of discretion, judgment, and personal responsibility. As a member of an operational office, you are willing and able to perform a wide range of administrative functions to help ensure programmatic success. You have a high level of integrity and attention to detail to ensure the use of Office of Transition Initiatives (OTI) systems and procedures to maintain effective and efficient management of funds, programming, and monitoring and evaluation. You are flexible and willing to work under conditions of ongoing change, and remain professional and respectful of colleagues and authority in a diverse workforce. You place a premium on the building of positive relationships with your respective team both in the field and in Washington, and with key stakeholders both in and outside of USAID. You are 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. You are a strategic thinker, articulate innovative ideas, present solutions, and are a positive role model for colleagues both in and outside of OTI. You are also committed to upholding USAID/OTI's Diversity, Equity, Inclusion, and Accessibility (DEIA) Vision and Values as outlined in the background.
Under the direct supervision of the Washington-based Bureau for Conflict Prevention and Stabilization(CPS)/OTI Field Programs Division (FPD) Chief or their designee, the Senior Transition Advisor will perform the following duties:
- Conceptualize and design country program strategies and objectives in close coordination with OTI staff, USAID and U.S. Department of State personnel, and other governmental and non-governmental actors, based on political objectives and advocate on behalf of new programmatic approaches;
- Manage OTI programs broadly within the framework of United States Government (USG) policy in order to both problem solve and develop new ideas, theories or techniques which optimize the impact and effectiveness of transition programs;
- Conduct, in collaboration with relevant OTI regional team, assessments for possible new country programs, and visits to field sites in areas where OTI has projects;
- Fill critical program implementation staffing needs in the field and in Washington, DC including the provision of ad hoc support to new OTI Country Program start-ups and on-call technical assistance;
- Discuss and assist OTI Regional Teams in determining program and project agreements with governmental and non-governmental counterparts;
- Ensure that plans and activities of OTI Implementing Partners are well coordinated with USAID Mission, the U.S. Embassy, and international organizations and that roles and objectives are clearly defined;
- Lead, manage, and implement an assigned country program, including assessing project sites and selecting a contractor/and or grantees to execute OTI's country program;
- Conduct field visits to areas where OTI has projects and advise and guide OTI Country Representatives on political transition and strategy issues. Analyze and propose specific improvements/actions at both the program and project levels and report on all coordination activities and command structures, detailing the effectiveness of each site's operations as well as identifying problems/issues and making recommendations;
- Lead or participate on Technical Evaluation Committees (TECs) for the selection of OTI implementing partners and U.S. Personal Services Contractors;
- Provide support for the design and execution of programs that follow OTI's quick-impact programming model. Support to Embassies and USAID Missions may also include attendance and/or facilitation of program management processes for follow-on programming including but not limited to rolling assessments, strategy review sessions, program performance reviews and management reviews;
- Provide technical assistance for OTI program staff and implementing partner staff on a variety of issues (e.g. budget, OTI activity database reporting and use, activity cycles, general implementation systems setup, etc.) to enable them to manage OTI country programs throughout the activity life cycle;
- Serve as OTI's liaison official with other CPS offices, other USAID divisions and State Department officials, articulate OTI's position on program and policy direction;
- Identify Non-Governmental Organizations (NGOs), international donors, USG agencies and other appropriate organizations interested in OTI programs and activities and establish, develop, and maintain sound professional relationships with them;
- Represent and articulate OTI's mission and global programs to U.S. Ambassadors, Mission Directors, high level visitors, senior officials from international organizations, bilateral donors, national and foreign government officials;
- Participate in conferences, meetings, or presentations involving issues of strategic relevance to political transition programming in order to provide sustained knowledge to the OTI Senior Leadership Team or current events and programs;
- Identify issues and potential problems with appropriate recommendations that affect program implementation and policy direction and present them to USAID, U.S. Embassy officials, and the OTI grantee;
- Monitor and evaluate the country program, individual projects, and contractor and grantee performance;
- Supervise staff as delegated by the supervisor (e.g. Country Representatives, Regional Team Leaders, Program Managers, etc.). Provide orientation, training, and mentoring for staff supervised; assign work, explain how duties are to be performed to meet expectations and communicate how the successful performance of those duties will be measured; evaluate staff performance; recognize good performance; communicate where performance needs to be improved; resolve complaints; and approve leave requests and timesheets as well as training, travel, and program operations requests;
- When required, act as OTI Director, Deputy Director, Regional Team Leader, or Country Representative; and,
- Serve on temporary details within OTI, other USAID bureaus/offices, or other USG agencies under this scope of work for a period not to exceed six months. Duties performed while on detail must be directly related to the scope of work. Contracting Officer (CO) approval is required for the temporary detail. Any extension past the six months requires CO approval.
SUPERVISORY RELATIONSHIP:
The Senior Transition Advisor will be supervised by the OTI Field Program Division Chief or their designee, and also work under the general guidance and direction of the OTI Country Representative in the field.
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 normally 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.
12. PHYSICAL DEMANDS
While in Washington, the work is generally sedentary and does not pose undue physical demands. While traveling overseas, there may be some additional physical exertion including long periods of standing, walking over rough terrain, or carrying of moderately heavy items (less than 50 pounds).
13. WORK ENVIRONMENT:
While in Washington, the work is generally performed in an office environment. While traveling overseas, the work may additionally involve special safety and/or security precautions, wearing of protective equipment, and exposure to severe weather conditions.
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 Submitting an Offer )
At a minimum, the offeror must have:
1. A Master's Degree with nine (9) years of work experience;
OR
A Bachelor's Degree with eleven (11) years of work experience;
OR
An Associate's Degree with twelve (12) years of work experience;
OR
A High School diploma/equivalent with thirteen (13) years of work experience;
AND
2. Nine (9) 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, political analysis, and/or human rights activities;
3. Six (6) years of overseas field experience (in person or virtual). A virtual temporary duty (TDY) is defined as work that would have been conducted in an overseas location if not for the COVID pandemic;
4. Six (6) years of supervisory experience.
III. EVALUATION AND SELECTION FACTORS
(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.
The Government may award a contract without discussions with offerors in accordance with FAR 52.215-1. The CO reserves the right at any point in the evaluation process to establish
a competitive range of offerors with whom negotiations will be conducted pursuant to
FAR 15.306(c). In accordance with FAR 52.215-1, if the CO determines that the number of offers that would otherwise be in the competitive range exceeds the number at which an efficient competition can be conducted, the CO may limit the number of offerors in the competitive range to the greatest number that will permit an efficient competition among the most highly rated
offers. FAR provisions of this solicitation are available at https://www.acquisition.gov/browse/index/far.
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 candidate 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 is required prior to issuance of the contract for this position.
NOTE: If a full security investigation package is not submitted by the selected within 30 days after it is requested, the offer may be rescinded. If a security clearance is not able to be obtained within four months after the selected submits the initial security clearance documentation, the offer may be rescinded.
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 will be rated using the point system described below. Failure to fully respond to each element of each Evaluation Factor will result in a reduction of points awarded. Responses must be limited to 500 words per factor. Any additional words above the limit will neither be read nor scored.
Factor #1 Demonstrated senior leadership level experience developing strategy and conducting and applying political analysis to programs in highly sensitive transitional environments.
Factor #2 Demonstrated experience designing, implementing, monitoring and evaluating development/political transition activities, especially small grant activities.
Factor #3 Demonstrated experience leading, supervising, and training diverse professional staff, contractors or grantees in challenging operating environments.
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 25
Factor #2 25
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 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 their qualifications and there are no other competitive offerors, OTI reserves the right to forgo the interview process. Professional references and academic credentials will be evaluated for offerors being considered for selection. Offerors must submit at least three (3) professional references, one (1) of which must be a current or former supervisor. OTI reserves the right to contact previous employers to verify employment history. If the offeror had a previous position with USAID, the TEC and/or CO are encouraged to obtain reference checks from the previous supervisor(s) or CO(s). See ADS 309.3.1.11.a.4
IV. SUBMITTING AN OFFER
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 4.
Qualified offerors are required to submit:
- 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. Offeror Information for Personal Services Contracts form AID 309-2. Offerors are required to complete and sign the form. Due to COVID-19 and limited access to equipment, we are currently accepting electronic and typed signatures on the AID 309-2 form.
4. Ensuring Adequate COVID-19 Safety Protocols for Federal Contractors - The Offeror
will be required to show proof that the Offeror is fully vaccinated against COVID-19 on or
before the first day of onboarding or submit an approved reasonable accommodation to the
CO. If the contractor does not meet this requirement the contract may be terminated.*
*See Notice Regarding Any Court Order Affecting the Implementation of E.O. 14042 in
Section VIII below.
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.
DOCUMENT SUBMITTALS
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 THE SYSTEM FOR AWARD MANAGEMENT (SAM)
All individuals contracted as USPSCs with a place of performance in the United States are required to be registered in the SAM database. The selected offeror will be provided with guidance regarding this registration.
For general information about SAM, please refer to Federal Acquisition Regulation (FAR) Clause 52.204-6, Unique Entity Identifier and FAR 52.204-7, System for Award Management.
https://www.acquisition.gov/far/part-52#FAR_52_204_7 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 PRIOR TO AWARD
Once the Contracting Officer (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/
- Declaration for Federal Employment (OF-306).
- Questionnaire for Sensitive Positions (for National Security) (SF-86), or Questionnaire for Non-Sensitive Positions (SF-85).
- Fingerprint Card (FD-258).
The contractor will be required to show proof that the contractor is fully vaccinated against COVID-19 on or before the first date of onboarding, or submit an approved reasonable accommodation to the CO. If the contractor does not meet this requirement the contract may be terminated.
VI. BENEFITS AND ALLOWANCES
As a matter of policy, and as appropriate, a USPSC is normally authorized the following
benefits and allowances:
1. BENEFITS:
- Employer's FICA Contribution
- Contribution toward Health & Life Insurance
- Pay Comparability Adjustment
- Annual Increase (pending a satisfactory performance evaluation)
- Eligibility for Worker's Compensation
- Annual and Sick Leave
- Paid Parental Leave
2. ALLOWANCES:
Section numbers refer to rules from the Department of State Standardized Regulations
(Government Civilians Foreign Areas), available at
https://aoprals.state.gov/content.asp?content_id=282&menu_id=101
(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, Medicare and applicable State income taxes.
- USAID REGULATIONS, POLICIES AND CONTRACT CLAUSES PERTAINING TO PSCs
USAID regulations and policies governing USPSC awards are available at these sources:
1. USAID Acquisition Regulation (AIDAR), Appendix D, Direct USAID Contracts
with a U.S. Citizen or a U.S. Resident Alien for Personal Services Abroad, including
contract clause General Provisions, available at
https://www.acquisition.gov/aidar/aidar-appendix-d-direct-usaid-contracts-us-citizen-or-us-resident-alien-personal-services-abroad .
2. Contract Cover Page form AID 309-1 available at https://www.usaid.gov/forms.
One Base Year Table Senior Transition Advisor
Item
No
(A)
Services (Description)
(B)
Qty
(C)
Unit
(D)
Unit Price
(E)
Amount
(F)
0001
Base Year 1 - Compensation
Award Type: Cost
Product Service Code: R497
Accounting Info: [insert from Phoenix]
1
LOT
$____
$____
Fringe Benefits/Other Direct Costs (ODCs)
Award Type: Cost
Product Service Code: R497
Accounting Info: [insert from Phoenix]
Total Estimated Cost
$____
Four Option Years Table- Senior Transition Advisor
Item
No
(A)
Services (Description)
(B)
Qty
(C)
Unit
(D)
Unit Price
(E)
Amount
(F)
1001
Option Period (OP) 1 - Compensation
Award Type: Cost
Product Service Code: R497
Accounting Info: [insert from Phoenix]
1
LOT
$____
$____
OP 1 - ODCs
Award Type: Cost
Product Service Code: R497
Accounting Info: [insert from Phoenix]
2001
OP 2 - Compensation
Award Type: Cost
Product Service Code: R497
Accounting Info: [insert from Phoenix]
1
LOT
$____
$____
OP 2 - ODCs
Award Type: Cost
Product Service Code: R497
Accounting Info: [insert from Phoenix]
3001
Option Period (OP) 3 - Compensation
Award Type:Cost
Product Service Code: R497
Accounting Info: [insert from Phoenix]
1
LOT
$____
$____
OP 3 - ODCs
Award Type: Cost
Product Service Code: R497
Accounting Info: [insert from Phoenix]
4001
Option Period (OP) 4 - Compensation
Award Type: Cost
Product Service Code: R497
Accounting Info: [insert from Phoenix]
1
LOT
$____
$____
OP 4 - ODCs
Award Type: Cost
Product Service Code: R497
Accounting Info: [insert from Phoenix]
Total Estimated Cost [base + options]
$____
3. Acquisition and Assistance Policy Directives/Contract Information Bulletins
(AAPDs/CIBs) for Personal Services Contracts with Individuals available at
http://www.usaid.gov/work-usaid/aapds-cibs.
4. Ethical Conduct. By the acceptance of a USAID personal services contract as an
individual, the contractor will be acknowledging receipt of the Standards of Ethical
Conduct for Employees of the Executive Branch, available from the U.S. Office
of Government Ethics, in accordance with General Provision 2 and 5 CFR 2635.
See https://www.oge.gov/web/oge.nsf/OGE%20Regulations
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.
5. PSC Ombudsman The PSC Ombudsman serves as a resource for any Personal Services Contractor who has entered into a contract with the United States Agency for International Development and is available to provide clarity on their specific contract with the agency. Please visit our page for additional information: https://www.usaid.gov/workusaid/personal-service-contracts-ombudsman7 The PSC Ombudsman may be contacted via: PSCOmbudsman@usaid.gov.
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 II
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 (DEC 2019)
A contractor who is required to relocate abroad and accompanying eligible family members; or a contractor on official travel status abroad on temporary duty or training, will be provided Medevac services through the Department of State, Bureau of Medical Services, similar to that provided to U.S. Government employees in 16 FAM 300 Medical Travel. Medevac costs that will be covered by USAID include travel and per diem, but do not include medical care costs.
To be eligible for Medevac services covered by the Department of State Medevac program, the contractor and accompanying eligible family members must obtain and maintain international health insurance coverage in accordance with the clause of the contract entitled, Insurance.
GP 29. INCENTIVE AWARDS (DEC 2019)
The contractor is eligible to receive certain monetary and non-monetary USAID incentive awards in accordance with the AIDAR and USAID internal policy.
ATTACHMENT III
PERSONAL SERVICES CONTRACTS WITH INDIVIDUALS
PART 52 SOLICITATION PROVISIONS AND CONTRACT CLAUSES
Subpart 52.2 Text of Provisions and Clauses
52.223-99 Ensuring Adequate COVID-19 Safety Protocols for Federal Contractors, Alternate 70.
ENSURING ADEQUATE COVID-19 SAFETY PROTOCOLS FOR FEDERAL CONTRACTORS (OCT 2021)-Alternate 70 (OCT 2021) (M/OAA-DEV-FAR22-01c)
(a) Definition. As used in this clause -
United States or its outlying areas means
(1) The fifty States;
(2) The District of Columbia;
(3) The commonwealths of Puerto Rico and the Northern Mariana Islands;
(4) The territories of American Samoa, Guam, and the United States Virgin Islands; and
(5) The minor outlying islands of Baker Island, Howland Island, Jarvis Island, Johnston Atoll, Kingman Reef, Midway Islands, Navassa Island, Palmyra Atoll, and Wake Atoll.
(b) Authority . This clause implements Executive Order 14042, Ensuring Adequate COVID Safety Protocols for Federal Contractors, dated September 9, 2021 (published in the Federal Register on September 14, 2021, 86 FR 50985).
(c) Personal Services Contracts with individuals. As a matter of policy, the contractor must comply with the USAID's guidance applicable to direct-hire federal employees.
(End of clause)
Notice Regarding Any Court Order Affecting the Implementation of E.O. 14042 USAID will take no action to enforce the clause (FAR 52.223-99) implementing the requirements of Executive Order 14042, absent further written notice from USAID, where the place of performance identified in the contract is in a U.S. state or outlying area subject to a court order prohibiting the application of requirements pursuant to the Executive Order (hereinafter, Excluded State or Outlying Area ). In all other circumstances, USAID will enforce the clause, except for contractor employees who perform substantial work on or in connection with a covered contract in an Excluded State or Outlying Area, or in a covered contractor workplace located in an Excluded State or Outlying Area. A current list of such Excluded States and Outlying Areas is maintained at https://www.saferfederalworkforce.gov/contractors/.
[END OF PROVISION]