UNITED STATES AGENCY FOR INTERNATIONAL DEVELOPMENT (USAID) has floated a tender for USPSC - OTI Deputy Country Representative Libya. The project location is USA and the tender is closing on 03 Sep 2019. The tender notice number is 72D0T119R00037, while the TOT Ref Number is 35576775. Bidders can have further information about the Tender and can request the complete Tender document by Registering on the site.

Expired Tender

Procurement Summary

Country : USA

Summary : USPSC - OTI Deputy Country Representative Libya

Deadline : 03 Sep 2019

Other Information

Notice Type : Tender

TOT Ref.No.: 35576775

Document Ref. No. : 72D0T119R00037

Competition : ICB

Financier : United States Agency for International Development (USAID)

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

Purchaser : UNITED STATES AGENCY FOR INTERNATIONAL DEVELOPMENT (USAID)
1300 Pennsylvania Avenue, NW Room 7.10-006 Washington, District of Columbia 20523 United States Attn: OTIjobs, OTIjobs Tel: 202-836-7455
USA
Email :otijobs@usaid.gov

Tender Details

Tenders are invited for USPSC - OTI Deputy Country Representative Libya.

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 Deputy Country Representative under a personal services contract, as described in the attached solicitation.


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


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


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


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


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


Additional documents submitted will not be accepted. Incomplete or late offers will not be considered. Your complete resume and the AID309-2 form must be mailed or emailed to:


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


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


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



Sincerely,

Cristina Sylvia
Contracting Officer

ATTACHMENT 1


Solicitation for U.S. Personal Services Contractor (PSC) Deputy Country Representative - Libya


I. GENERAL INFORMATION


1. SOLICITATION NO.: 72D0T119R00037


2. ISSUANCE DATE: August 16, 2019


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


4. POSITION TITLE: Deputy Country Representative - Libya


5. MARKET VALUE: This position has been designated at the GS-13 equivalent level, non-locality pay ($76, 687- $99, 691 per annum). Final compensation will be negotiated within the GS-13 equivalent level based upon the selected offeror`s salary history, qualifications, previous relevant experience and work history, and educational background as reported on AID-309-2. For selected offeror`s 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.


6. PERIOD OF PERFORMANCE: One year, with four one-year option periods.


START DATE: Within 45 days of receiving notification that required security and medical clearances have been obtained.


7. PLACE OF PERFORMANCE: Tunis


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 OTI Deputy Country Representative - Libya is a member of the Bureau for Democracy, Conflict and Humanitarian Assistance (DCHA)/OTI Middle East Regional Team, and reports to the OTI Country Representative for Libya. The Deputy Country Representative`s principal responsibility will be development, oversight and management of USAID/OTI`s Libya country program. The incumbent will be called upon to support the OTI Country Representative with managing an implementing partner and may be called upon to represent OTI`s program to local partners, senior-level U.S. government officials, in-country visitors, senior officials from other international organizations, bilateral donors and local government officials.

USAID/OTI bolsters the U.S. government`s efforts to assist Libyans in establishing a unified, democratic government capable of securing its territory, controlling its resources and providing services to its citizens. A stable and unified Libya will reduce the ability of violent extremist groups to operate in North Africa. The USAID/OTI Libya program aims to reinforce Libyan resilience to further fragmentation. To achieve this objective, USAID/OTI leverages targeted, timely and locally driven projects that accelerate recovery and stability in strategic conflict-affected areas; preserve public institutions; strengthen moderate space; and support the inclusion of strategic marginalized groups.
Due to the sensitive, fragile, and challenging environments in which OTI works, the office`s approach to programming is one that seeks to find creative, entrepreneurial, and unique ways to approach problem sets. These dynamic contexts require that programs adapt to rapidly evolving situations and that teams continually explore assumptions and test innovative tools and methods to achieve program objectives. Given OTI`s short-term political mission, its unpredictable working environments and the difficult problems it seeks to address, OTI has developed ways to act quickly and fast. OTI has honed a program approach that uses iterative strategic planning, where staff consistently reviews the political situation, create relationships with communities and key actors, and undertake activities that will test methods in order to inform future activities and priorities. Core qualities of a successful OTI program are characterized by a team that is able to be: fast, flexible, iterative, adaptive, and entrepreneurial.


Aligned with USG policy priorities, USAID/OTI`s rapid and targeted programming addresses emerging issues and empowers local implementing partners to leverage timely and locally driven activities that enhance engagement between government and citizens and promote norms of tolerance, coexistence, and dialogue.


The USAID/OTI program coordinates with, and complements other USAID Mission and Department of State assistance efforts, as well as those of other donors.


CORE FUNCTIONAL AREAS OF RESPONSIBILITY


DUTIES AND RESPONSIBILITIES


The work of the Deputy Country Representative requires teamwork, the exercise of discretion, judgment, and personal responsibility. As a member of a highly operational office, the incumbent is willing and able to perform a wide range of administrative functions to help ensure programmatic success. The incumbent has a high level of integrity and attention to detail to ensure the use of OTI systems and procedures to maintain effective and efficient management of funds, programming, and monitoring and evaluation. The incumbent is highly flexible and willing to work under conditions of ongoing change, and remains professional and respectful of colleagues and authority in a diverse workforce. She or he places a premium on the building of positive relationships with his or her respective team both in the field and in Washington, DC, 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 Deputy Country Representative 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 DCHA/OTI Country Representative or his/her designee, the Deputy Country Representative will perform the following duties:


? Represent OTI interests during meetings with USAID Mission personnel, U.S. Embassy staff, host-country government officials, international organizations (IO`s), indigenous and international non-governmental organizations (NGOs), and international donors interested in DCHA/OTI activities;


? Provide guidance on the identification and development of projects that meet OTI funding criteria, further OTI programmatic objectives, and complement other projects and programs implemented by other OTI offices, USG agencies and donor organizations;


? Provide support for the design and execution of programs that follow OTI`s quick impact programming model in US Embassies or USAID Missions. Support to embassies and USAID Missions will include attendance and/or facilitation of program management processes for follow-on programming, including rolling assessments, strategy review sessions, program performance reviews and management reviews;


? Review proposals and grant concepts and work with diverse groups, many of which have not previously had international funding;


? Collaborate with the Country Representative in monitoring the performance of OTI implementing partners in the implementation of OTI-financed activities designed to achieve OTI strategic objectives;


? Travel to monitor and assess political conditions, implementing partner operational platforms, meet with potential grantees, host-country government and other program counterparts, and develop activity ideas;


? Mentor and train other OTI and implementing partner field staff;


? Take the lead on collecting information and drafting/editing regular reporting products, such as weekly reports, cables and digest reports;


? Assume higher representational responsibilities, potentially serving as Acting OTI Country Representative in his/her absence;


? Perform a wide range of administrative functions including budget preparation, financial management, records management, and travel assistance to help ensure programmatic success;


? Coordinate with the OTI Country Representative to develop an exit strategy that ensures reasonable time to transition from OTI programs to follow-on USAID or other donor programs;


? Communicate regularly and share program information with other USAID project managers, the US Embassy, bilateral donors, United Nations (UN) Organizations, IO`s, and indigenous and international NGOs to ensure visibility and synergy of USAID/OTI activities;


? Support the Country Representative to ensure the use of OTI systems and procedures to maintain effective and efficient management of funds, programming, and monitoring and evaluation;

? Report to the OTI Country Representative and OTI Washington, DC office on the status of: 1) grant development and implementation, 2) OTI contractor performance, 3) Foreign Service National (FSN) staff support needs and morale, 4) communication and coordination issues among OTI offices with other U.S. government entities, 5) security concerns, 6) relations with local partners including local, state and national government representatives, and 7) other pertinent information required to achieve OTI`s program objectives;


? Manage and/or supervise Foreign Service National (FSN) staff, including program officers, administrative assistants and drivers alongside of the Country Representative;


? Supervise staff as delegated by the Country Representative (e.g. Program Managers, Program Assistants, Program Administrative Assistants, etc.). Provide orientation, training and mentoring for USAID 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 and operations requests.


SUPERVISORY RELATIONSHIP:


The Deputy Country Representative will be supervised by the OTI Country Representative or his/her designee for Libya, currently based in Tunisia. The incumbent is expected to take initiative, act independently, and manage his/her tasks with minimal supervision. Though this is a senior field-based position, the incumbent is expected to actively and proactively collaborate with OTI/Washington DC leadership, and to fully utilize, embrace, and become an expert on OTI systems and processes. Failure to adequately perform the scope of work above and/or failure to take direction from the supervisor may result in corrective actions, including denial of step or grade increases, extension of contract probationary periods, performance improvement plans, and/or termination for the convenience of USAID/OTI.



SUPERVISORY CONTROLS:


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


10. AREA OF CONSIDERATION: U.S. Citizenship


11. PHYSICAL DEMANDS


PHYSICAL DEMANDS:


While in the country of assignment, the work is generally sedentary and does not pose undue physical demands. However, the position may require travel throughout the country of assignment, or regionally, which may involve 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:


While at the Libya External Office (LEO) in Tunis, the work is primarily performed in an office setting. The position will require regular travel to partner offices within Tunis, and may occasionally require travel elsewhere in the country of assignment or internationally. While travel to Libya is currently restricted, U.S. government restrictions may change in the future, requiring the incumbent to travel to approved locations in Libya. Such travel may involve additional special 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")


The USAID/OTI Deputy Country Representative position requires the ability to work effectively with a wide array of individuals and institutions, and an in-depth knowledge of international relations in general and of the sub-region in particular. Prior work experience with U.S. government agencies or within a U.S. Embassy is preferred. Prior work and/or program management experience in support of host country governments in countries undergoing reform processes and/or with media actors is also strongly preferred. The successful offeror will possess excellent political analysis and reporting skills and the ability to operate with a high degree of autonomy, responsibility and authority in a high stress and politically charged environment. Strong team-building skills are essential.


At a minimum, the offeror must have:


(1) A Master`s Degree with five (5) years of work experience;


OR


A Bachelor`s Degree with seven (7) years of work experience;


AND


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


(3) One (1) year of overseas field experience working in a developing country;


(4) One (1) year 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;
• Ability to obtain a SECRET level security clearance (NOTE: Dual citizens may be asked to renounce second-country citizenship);
• Ability to obtain a Department of State medical clearance;
• Satisfactory verification of academic credentials.


A USAID Secret level security clearance and Department of State medical clearance are 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.


NOTE: The selected must obtain Department of State medical clearance within four months after offer acceptance. If medical clearance is not obtained within this period, the offer may be rescinded.


Due to anticipated program needs, individuals should be able to travel to post within 60 days after a contract is awarded.


I. OFFEROR RATING SYSTEM


The offeror rating system factors are used to determine the competitive ranking of qualified offerors in comparison to the technical evaluation criteria. Offerors must demonstrate the rating factors outlined below within their resume, as they are evaluated strictly by the information provided.


Note: Supplemental documentation with written responses is not required and will not be reviewed for this solicitation.


Note: Offerors are required to address each factor of the Offeror Rating System in their resume, describing specifically and accurately what experience, training, education, and/or awards they have received as it pertains to each factor. Failure to address the selection factors and/or Offeror Rating System evaluation factors may result in not receiving credit for all pertinent experience, education, training and/or awards.


The evaluation factors are as follows:


Factor 1
Industry Experience (20 Points):
• Demonstrated experience in the design, management, and implementation of post-conflict, political transition, and/or political reform programs.
• Demonstrated experience independently managing projects in high-visibility and high-pressure environments, including transitional, crisis, or conflict zones.


Factor 2
Program Operations and Management (30 Points):
• Demonstrated experience in contract and grant management of a non-Federal organization implementing an assistance or acquisition activity under a Federal contract, grant, or cooperative agreement.
• Demonstrated experience monitoring the performance of implementing partners.
• Demonstrated experience mentoring, guiding, training, and evaluating staff, including local staff.


Factor 3
Representation (20 Points):
• Demonstrated experience interacting with and representing an organization to U.S. Government agencies, host government counterparts, civil society, and other stakeholders.
• Demonstrated experience building and managing relationships with local counterparts including beneficiaries.


BASIS OF RATING: Offerors who clearly meet the Education/Experience Requirements and Selection Factors will be further evaluated in accordance with the Offeror Rating System. Those offerors determined to be competitively ranked may also be evaluated on interview performance and satisfactory professional reference checks. In the event that a offeror has fully demonstrated his/her qualifications and there are no other competitive offerors, OTI reserves the right to forego the interview process.


Evaluation Factors - 70 Points


Interview Performance - 30 Points


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


Total Possible Points: 100


The most qualified offerors may be interviewed, required to provide a writing sample, and demonstrate an ability to operate commonly used office applications. OTI will not pay for any expenses associated with the interviews. In addition, offers (written materials and interviews) will be evaluated based on content as well as on the offerors writing, presentation, and communication skills. In the event that an offeror has fully demonstrated his/her qualifications and there are no other competitive offerors OTI reserves the right to forego the interview process. Professional references and academic credentials will be evaluated for offerors being considered for selection. OTI reserves the right to contact previous employers to verify employment history.


II. APPLYING


Offers must be received by the closing date and time at the address specified in Section I, item 3, and submitted to the Point of Contact in Section I, item 12.


Qualified offerors are required to submit:


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


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


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


NOTE: The Offeror Rating System Evaluation Factors are worth 70 out of 100 points. Offerors are required to address each factor of the Offeror Rating System in their resume, describing specifically and accurately what experience, training, education, and/or awards they have received as it pertains to each factor. Failure to address the selection factors and/or Offeror Rating System factors may result in not receiving credit for all pertinent experience, education, training and/or awards.


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


Additional documents submitted will not be accepted.


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


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


DOCUMENT SUBMITTALS


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


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


NOTE REGARDING GOVERNMENT OBLIGATIONS FOR THIS SOLICITATION


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


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


All individuals contracted as US PSCs are required to have a DUNS Number. USAID will provide a generic DUNS Number.


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



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


III. LIST OF REQUIRED FORMS FOR PSC HIRES


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


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


IV. BENEFITS/ALLOWANCES


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


1. BENEFITS:


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


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


(a) Post Differential Chapter 500 and Tables in Chapter 900.
(b) Living Quarters Allowance Section 130.
(c) Temporary Lodging Allowance Section 120.
(d) Post Allowance Section 220.
(e) Supplemental Post Allowance Section 230.
(f) Payments During Evacuation Section 600.
(g) Education Allowance Section 270.
(h) Separate Maintenance Allowance Section 260.
(i) Danger Pay Allowance Section 650.
(j) Education Travel Section 280.


V. TAXES


USPSCs are required to pay Federal Income Taxes, FICA, and Medicare


VI. ACQUISITION & ASSISTANCE POLICY DIRECTIVES (AAPDS) AND CONTRACT INFORMATION BULLETINS (CIBS) PERTAINING TO PSCs


AAPDs and CIBs contain changes to USAID policy and General Provisions in USAID regulations and contracts. Please refer to http://www.usaid.gov/work-usaid/aapds-cibs#psc to determine which AAPDs and CIBs apply to this contract.


AAPD 06-10 - PSC MEDICAL EXPENSE PAYMENT RESPONSIBILITY


General Provision 28, MEDICAL EXPENSE PAYMENT RESPONSIBILITY
(OCTOBER 2006)


(a) Definitions. Terms used in this General Provision are defined in 16 FAM 116 available at http://www.state.gov/m/a/dir/regs/fam/16fam/index.htm. Note: Personal services contractors are not eligible to participate in the Federal Employees Health Programs.


(b) MEDICAL EVACUATION (MEDEVAC) SERVICES - Please see Attachment 2 to this solicitation for information on AAPD No. 18-02.


(c) When the contractor or eligible family member is covered by health insurance, that insurance is the primary payer for medical services provided to that contractor or eligible family member(s) both in the United States and abroad. The primary insurer`s liability is determined by the terms, conditions, limitations, and exclusions of the insurance policy. When the contractor or eligible family member is not covered by health insurance, the contractor is the primary payer for the total amount of medical costs incurred and the U.S. Government has no payment obligation (see paragraph (f) of this provision).


(d) USAID serves as a secondary payer for medical expenses of the contractor and eligible family members who are covered by health insurance, where the following conditions are met:


(1) The illness, injury, or medical condition giving rise to the expense is incurred, caused, or materially aggravated while the eligible individual is stationed or assigned abroad;


(2) The illness, injury, or medical condition giving rise to the expense required or requires hospitalization and the expense is directly related to the treatment of such illness, injury, or medical condition, including obstetrical care; and


(3) The Office of Medical Services (M/MED) or a Foreign Service medical provider (FSMP) determines that the treatment is appropriate for, and directly related to, the illness, injury, or medical condition.


(e) The Mission Director may, on the advice of M/MED or an FSMP at post, authorize medical travel for the contractor or an eligible family member in accordance with the General Provision 10, Travel and Transportation Expenses (July 1993), section (i) entitled "Emergency and Irregular Travel and Transportation." In the event of a medical emergency, when time does not permit consultation, the Mission Director may issue a Travel Authorization Form or Medical Services Authorization Form DS-3067, provided that the FSMP or Post Medical Advisor (PMA) is notified as soon as possible following such an issuance. The contractor must promptly file a claim with his or her medevac insurance provider and repay to USAID any amount the medevac insurer pays for medical travel, up to the amount USAID paid under this section. The contractor must repay USAID for medical costs paid by the medevac insurer in accordance with sections (f) and (g) below. In order for medical travel to be an allowable cost under General Provision 10, the contractor must provide USAID written evidence that medevac insurance does not cover these medical travel costs.


(f) If the contractor or eligible family member is not covered by primary health insurance, the contractor is the primary payer for the total amount of medical costs incurred. In the event of a medical emergency, the Medical and Health Program may authorize issuance of Form DS-3067, Authorization for Medical Services for Employees and/or Dependents, to secure admission to a hospital located abroad for the uninsured contractor or eligible family member. In that case, the contractor will be required to reimburse USAID in full for funds advanced by USAID pursuant to the issuance of the authorization. The contractor may reimburse USAID directly or USAID may offset the cost from the contractor`s invoice payments under this contract, any other contract the individual has with the U.S. Government, or through any other available debt collection mechanism.


(g) When USAID pays medical expenses (e.g., pursuant to Form DS-3067, Authorization for Medical Services for Employees and/or Dependents), repayment must be made to USAID either by insurance payment or directly by the contractor, except for the amount of such expenses USAID is obligated to pay under this provision. The Contracting Officer will determine the repayment amount in accordance with the terms of this provision and the policies and procedures for employees contained in 16 FAM 521. When USAID pays the medical expenses, including medical travel costs (see section (e) above), of an individual (either the contractor or an eligible family member) who is covered by insurance, that individual promptly must claim his or her benefits under any applicable insurance policy or policies. As soon as the individual receives the insurance payment, the contractor must reimburse USAID for the full amount that USAID paid on the individual`s behalf or the repayment amount determined by the Contracting Officer in accordance with this paragraph, whichever is less. If an individual is not covered by insurance, the contractor must reimburse USAID for the entire amount of all medical expenses and any travel costs the contractor receives from his/her medevac provider.


(h) In the event that the contractor or eligible family member fails to recover insurance payments or transfer the amount of such payments to USAID within 90 days, USAID will take appropriate action to collect the payments due, unless such failure is for reasons beyond the control of the USPSC/dependent.


(i) Before departing post or terminating the contract, the contractor must settle all medical expense and medical travel costs. If the contractor is insured, he or she must provide proof to the Contracting Officer that those insurance claims have been submitted to the insurance carrier(s) and sign a repayment agreement to repay to USAID any amounts paid by the insurance carrier(s).
?
ATTACHMENT 2


Title 48 of the Code of Federal Regulations (CFR) Chapter 7.
USAID Acquisition Regulation (AIDAR)


APPENDIX D - DIRECT USAID CONTRACTS WITH A U.S. CITIZEN OR A U.S. RESIDENT ALIEN FOR PERSONAL SERVICES ABROAD


GP 25. MEDICAL EVACUATION (MEDEVAC) SERVICES (MAY 2018) (Pursuant to class deviation #M/OAA-DEV-AIDAR-18-3c)


USAID will provide Medevac services to the contractor and authorized dependents, through the Department of State`s Bureau for Medical Services (MED), similar to those provided to U.S. Government employees in accordance with 16 FAM 300 Medical Travel. Medevac costs include travel and per diem, but do not include medical care costs. To be covered by the Medevac program, the contractor and authorized dependents must obtain and maintain international health insurance coverage that includes overseas hospitalization, and must provide proof of such insurance to the contracting officer prior to relocation abroad.

Documents

 Tender Notice