USPSC-OTI Senior Deputy Country Representative- Sudan (GS -14) (Deadline Extended)
SOLICITATION NUMBER: 72C0T121R00042 ISSUANCE DATE: September 16, 2021 CLOSING DATE AND TIME: October 8, 2021, 1:00 P.M. Eastern Standard Time (Deadline Extended) SUBJECT: Solicitation for U.S. Persona... SOLICITATION NUMBER: 72C0T121R00042 ISSUANCE DATE: September 16, 2021 CLOSING DATE AND TIME: October 8, 2021, 1:00 P.M. Eastern Standard Time (Deadline Extended) 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 Deputy Country Representative - Sudan 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: 1 | Page 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 Telephone Number: (202) 836-7487 E-Mail Address: OTIjobs@usaid.gov Website: www.OTIjobs.net Sincerely, Martina Wills Contracting Officer 2 | Page 72C0T121R00042 ATTACHMENT I I. GENERAL INFORMATION 1. SOLICITATION NO.: 72C0T121R00042 2. ISSUANCE DATE: September 16, 2021 3. CLOSING DATE AND TIME FOR RECEIPT OF OFFERS: October 8, 2021, 1:00 pm Eastern Time (Deadline Extended) 4. POINT OF CONTACT: OTI Recruitment Team, (202)836-7487, e-mail at OTIjobs@usaid.gov. 5. POSITION TITLE: Senior Deputy Country Representative 6. MARKET VALUE: This position has been designated at the GS-14 equivalent level, non locality pay ($93,907 - $122,077 per annum). Final compensation will be negotiated within the listed market value based upon qualifications, previous relevant experience and work history, salary, and educational background. Salaries over and above the pay range will not be entertained or negotiated. 7. 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. 8. PLACE OF PERFORMANCE: Sudan 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 3 | Page 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: https://www.usaid.gov/stabilization-and-transitions INTRODUCTION The Senior Deputy Country Representative is a member of the Bureau of Conflict Prevention and Stabilization (CPS) Office of Transition Initiatives (OTI) Southern and Eastern Regional Team, reports to the OTI Sudan Sr. Country Representative/Country Representative or designee, and is based in Khartoum, Sudan. The incumbent may be required to travel regionally as necessary. The Senior Deputy Country Representative’s principal responsibility will be development, oversight and management of CPS/OTI's Sudan country program. The incumbent will be called upon to represent OTI’s mission and programs to senior-level government officials, in-country visitors, senior officials from other international organizations, bilateral donors and local government officials. The OTI Sudan program supports the larger objectives of the U.S. Government to support a more stable, unified, and democratic Sudan. In close coordination with State Department representatives and other USG actors, OTI’s rapid and targeted program addresses emerging issues and empowers local partners such as local and national government offices, non-governmental organizations, civil society groups, and media outlets to leverage timely and locally driven activities that increase credibility and confidence in national and local governance. 4 | Page CORE FUNCTIONAL AREAS OF RESPONSIBILITY DUTIES AND RESPONSIBILITIES The work of the Senior 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 proper 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, 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 Senior 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 CPS/OTI Country Representative/Sr. Country Representative or designee, the Senior Deputy Country Representative will perform the following duties: ? Provide strategic guidance and oversight to research and monitoring initiatives to understand the political environment, identify and target program interventions, verify delivery of assistance, and evaluate the effects of programming; ? Represent OTI interests during meetings with USAID Mission personnel, U.S. Embassy staff, host-country government officials, international organizations, indigenous and international non-governmental organizations (NGOs), and international donors interested in DCHA/OTI activities; ? Provide continued guidance on the identification and development of projects tha t meet OTI funding criteria, further OTI programmatic objectives, and complement other projects and programs implemented by other OTI offices, U.S. Government agencies and donor organizations; ? Provide support for the design and execution of programs that follow OTI’s quick impact programming model in U.S. Embassies or USAID Missions. Support to U.S. Embassies and USAID Missions may 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; ? Evaluate proposals and grant concepts and work with diverse groups, many of which have not previously had international funding; 5 | Page ? Collaborate with the Sr. Country Representative/Country Representative, and support/mentor other OTI field staff, 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 independently assess political conditions, implementing partner operational platforms, meet with potential grantees, senior host-country government and other program counterparts, and develop recommendations in response to evolving dynamics; ? Assume the lead and/or mentor others on collecting and analyzing information, as well as, drafting/editing regular reporting products for internal and external audience; ? Regularly assume high-level representational responsibilities serving as a subject matter expert including, but not limited to serving as Acting Country Representative in their 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 Sr. Country Representative/Country Representative to develop an exit strategy that ensures reasonable time to transition from OTI programs to follow-on USAID or other donor programs; ? Actively collaborate and share program information with other USAID project managers, the U.S. Embassy, bilateral donors, United Nations organizations, international organizations, and indigenous and international NGOs to ensure visibility and synergy of USAID/OTI activities; ? Support the OTI Sr. Country Representative/Country Representative to ensure cross portfolio use of OTI systems and procedures to maintain effective and efficient management of funds, programming, and monitoring and evaluation; ? Report to the OTI Sr. Country Representative/Country Representative and OTI/Washington on the status of: 1) grant development and implementation across the portfolio, 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 the FSN staff, including program officers, administrative assistants, and drivers alongside of the Country Representative; 6 | Page ? Supervise staff as delegated by the Country Representative. 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, program and operations requests; 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 Deputy Country Representative will be supervised by the OTI Sr. Country Representative/Country Representative or designee in the country of assignment. The incumbent is expected to take initiative, act independently, and manage their tasks with minimal supervision. The incumbent is expected to actively and proactively collaborate with OTI/Washington 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: At the GS-14 level, the supervisor provides administrative direction in terms of broadly defined missions or functions. The incumbent independently plans, designs and carries out projects, studies, and programs. Results of the work are considered technically authoritative. There is no higher level official technically responsible for administering the program/project. 12. PHYSICAL DEMANDS The work is generally sedentary and does not pose undue physical demands. During site visits in Sudan, 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 at post, the work is generally performed in an office environment. However, the position also requires travel throughout the region, which may additionally involve special safety and/or security precautions, wearing of protective equipment, and exposure to severe weather conditions. 7 | Page 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 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 any of the following organizations, including but not limited to: a non-governmental organization in community development, mediation/arbitration, conflict resolution, democracy and governance, international law, human rights activities, and/or political analysis; an international assistance organization, or a U.S. Government foreign affairs agency; (3) Two (2) 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 global COVID pandemic; (4) Two (2) years of supervisory experience (includes mentoring, guiding, and/or training staff). 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. 8 | Page 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); ? 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. 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 senior level experience in the implementation, management, and monitoring of political transition, political reform, or similar programs in high visibility, high-pressure environments. Factor #2 Demonstrated experience using political analysis to inform the strategic design and management of programming, especially in conflict prone and/or transition environments. 9 | Page Factor #3 Demonstrated experience interacting with, and representing organizations to U.S. Government agencies, host governments, international organizations, and local counterparts. BASIS OF RATING: Offerors who clearly meet the Education/Experience Requirements and Selection Factors will be further evaluated based on scoring of the Evaluation Factor responses. Offerors are required to address each of the Evaluation Factors in a separate document describing specifically and accurately what experience, training, education and/or awards they have received that are relevant to each factor. Be sure to include your name and the announcement number at the top of each additional page. Failure to specifically address the Selection and/or Evaluation Factors may result in your not receiving credit for all of your pertinent experience, education, training and/or awards. The Offeror Rating System is as Follows: Evaluation Factors have been assigned the following points: Factor #1 – 30 Factor #2 – 30 Factor #3 – 10 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 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. 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: 1. Complete resume. In order to fully evaluate your offer, your resume must include: 10 | Page (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. 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. 11 | Page 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 USPSCs with a place of performance in the United States are required to have a DUNS Number and be registered in the SAM database. USAID will provide a generic DUNS Number for USPSC’s with a place of performance outside the United States. 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, 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/ 1. Declaration for Federal Employment (OF-306). 2. Medical History and Examination Form (DS-1843). 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 AND ALLOWANCES As a matter of policy, and as appropriate, a USPSC is normally authorized the following benefits and allowances: 12 | Page 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 and Sick 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. VIII. 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 . 13 | Page 2. Contract Cover Page form AID 309-1 available at https://www.usaid.gov/forms One Base Year Table – Senior Deputy Country Representative 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 Deputy Country Representative 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 1 LOT $____ $____ 14 | Page Product Service Code: R497 Accounting Info: [insert from Phoenix] 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. 15 | Page 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 – PSCMEDICAL 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...
Data sourced from SAM.gov.
View Official Posting »