Printing Tenders
Printing Tenders
U S COAST GUARD USA Tender
Machinery and Tools...+1Aerospace and Defence
United States
Closing Date22 Jan 2025
Tender AmountRefer Documents
Details: The United States Coast Guard Surface Forces Logistics Center Has A Requirement To Open, Inspect, Report And Possible Overhaul Of The Below Item And Is Requesting Quotations: 1. This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format Outlined In Far Subpart 12.6, And As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested And A Written Solicitation Will Not Be Issued. 2. Solicitation Number 70z04025qzb018 Is Issued As A Request For Quotation (rfq). This Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (fac) 2025-02, Dated January 3, 2025. It Is Anticipated That A Competitive Price Purchase Order Shall Be Awarded Because Of This Synopsis/solicitation. All Responsible Sources May Submit A Quotation Which If Timely Received, Shall Be Considered By This Agency. 3. This Acquisition Will Be Issued Under Naics 811210. 4. Nsn: 5895-12-395-9484 Control Monitor oem: Rolls-royce Solutions Gmbh pn: B00e50207391/s0002 qty: 3 Ea open, Inspect, Report With Possible Repair In Accordance With The Overhaul Description And Oem Specs. inspection Cost $__________ Each (this Cost Will Be Paid If Items Are Beyond Economic Repair) firm Fixed Repair Price $___________ Each. 5. These Parts Are Used For The U. S. Coast Guard Patrol Boat Product Line. Substitute Parts Or Part Numbers Are Not Acceptable. The Uscg Does Not Own The Rights To The Proprietary Data And Therefore Cannot Provide Drawings, Specifications, Or Schematics For These Parts. It Is The Government’s Belief That Only Rolls-royce Solutions Gmbh And Or Their Authorized Repair Facility Can Obtain The Required Technical And Engineering Data, And Genuine Oem Parts, Required To Successfully Repair These Items. Concerns Having The Expertise And Required Capabilities To Repair These Items Are Invited To Submit Complete Information Discussing The Same With Three (3) Calendar Days From The Day This Notice Is Posted. The Information Submitted Must Include A Letter From The Oem Verifying The Offeror Is An Authorized Repair Facility And Verifying The Oem Will Supply Only Genuine Oem Parts. 6. Packing And Marking: each Unit Shall Be Individually Preserved And Wrapped For Protection Against Deterioration For A Period Of 2 Years Minimum. Each Unit Shall Be Packed Individually In It’s Own Wooden Box Which Shall Be Capable Of Providing Adequate Protection To The Item During Multiple Shipments. Mare Each Box In Legible Black Print Lettering With The Following Information. national Stock Number 5895-12-395-9484 item Name Control-monitor part Number X00e50204217/s0002 gov’t Order Number 70z08025p29****** coast Guard Sflc Material, Condition Code “a” 7. Delivery: delivery Is Required 02 Dec 2025. Please Provide Your Proposed Delivery To Address Below. Deliveries Are To Be Made Monday Through Friday Between The Hours Of 7:00 Am To 1:00 Pm. delivery Shall Be F.o.b. Destination To: united States Coast Guard (sflc) receiving Room, Bldg. #88 2401 Hawkins Point Road baltimore, Md 21226. estimated Delivery Date: _________________ 8. Inspection And Acceptance: F.o.b. Destination inspection And Acceptance Shall Take Place After Verification Of Preservation, Individual Packaging And Marking Requirements And Confirmation Of No Damage During Transit. Failure To Comply With Packaging Requirements Will Result In Rejection And Nonpayment. the Provision At 52.212-1, Instructions To Offerors-commercial, Applies To This Acquisition. In Addition, The Following Language Applies To This Provision: 9. Multiple Awards Will Not Be Made. Vendor Shall Provide An All-or-nothing Quote For The Requirement Identified In (5) Above. 10. Award Will Be Made To The Lowest Price Offeror, That Is Deemed Technical Acceptable. the Contractor Shall Provide A Total Firm Fixed Price With Inspection Fee For All Necessary Equipment And Shipping Cost To Addresses Shown Under Delivery. vendor Must Be Registered At Https://www.sam.gov Prior To Quote Submittal. each Offeror’s Record In Fapiis Will Be Reviewed Prior To Award. Award Will Not Be Made To Any Offeror Who Has Any Adverse Financial Information Or Exclusions. 11. Offerors Shall Include A Completed Copy Of The Provision At 52.212-3, Offeror Representations And Certifications-commercial Products And Commercial Services (may 2024), With Their Offer, If This Information Is Not Already Included In Https://www.sam.gov. 12. The Clause At 52.212-4, Contract Terms And Conditions-commercial Items (nov 2023), Applies To This Acquisition. 13. Far 52.212-5 Contract Terms And Conditions Required To Implement Statues Or Executive Orders-commercial Product And Commercial Services (jan 2025) (a)the Contractorshallcomply With The Following Federalacquisitionregulation (far) Clauses, Which Are Incorporated In This Contract By Reference, To Implement Provisions Of Law Or Executive Orders Applicable Toacquisitionsofcommercial Productsandcommercial Services: (1)52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements(jan 2017)(section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)). (2)52.204-23, Prohibition Oncontractingfor Hardware, Software, And Services Developed Or Provided By Kaspersky Lab Covered Entities(dec 2023)(section 1634 Of Pub. L. 115-91). (3)52.204-25, Prohibition Oncontractingfor Certain Telecommunications And Video Surveillance Services Or Equipment.(nov 2021)(section 889(a)(1)(a) Of Pub. L. 115-232). (4)52.209-10, Prohibition Oncontractingwith Inverted Domestic Corporations(nov 2015). (5)52.232-40, Providing Accelerated Payments Tosmall Business Subcontractors(mar 2023)(31 U.s.c. 3903and10 U.s.c. 3801). (6)52.233-3, Protest After Award(aug 1996)(31u.s.c.3553). (7)52.233-4, Applicable Law For Breach Of Contractclaim(oct 2004)(public Laws 108-77 And 108-78 (19u.s.c.3805note)). (b)the Contractorshallcomply With The Far Clauses In This Paragraph (b) That Thecontracting Officerhas Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable Toacquisitionsofcommercial Productsandcommercial Services: [contracting Officercheck As Appropriate.] x(1)52.203-6, Restrictions On Subcontractor Sales To The Government(jun 2020),withalternatei(nov 2021)(41u.s.c.4704and10 U.s.c. 4655). __(2)52.203-13, Contractor Code Of Business Ethics And Conduct(nov 2021)(41u.s.c.3509)). __(3)52.203-15, Whistleblower Protections Under The American Recovery And Reinvestment Act Of 2009(jun 2010)(section 1553 Of Pub. L. 111-5). (applies To Contracts Funded By The American Recovery And Reinvestment Act Of 2009.) __(4)52.203-17, Contractor Employee Whistleblower Rights(nov 2023)(41 U.s.c. 4712); This Clause Does Not Apply To Contracts Of Dod, Nasa, The Coast Guard, Or Applicable Elements Of The Intelligence Community—see Far3.900(a). __(5)52.204-10, Reporting Executive Compensation And First-tier Subcontract Awards(jun 2020)(pub. L. 109-282) (31u.s.c.6101note). __(6)[reserved]. __(7)52.204-14, Service Contract Reporting Requirements(oct 2016)(pub. L. 111-117, Section 743 Of Div. C). __(8)52.204-15, Service Contract Reporting Requirements For Indefinite-delivery Contracts(oct 2016)(pub. L. 111-117, Section 743 Of Div. C). __(9)52.204-27, Prohibition On A Bytedance Covered Application(jun 2023)(section 102 Of Division R Of Pub. L. 117-328). __(10)52.204-28, Federalacquisitionsupply Chain Security Act Orders—federal Supply Schedules, Governmentwideacquisitioncontracts, And Multi-agency Contracts.(dec 2023)(pub. L. 115–390, Title Ii). __(11)(i)52.204-30, Federalacquisitionsupply Chain Security Act Orders—prohibition.(dec 2023)(pub. L. 115–390, Title Ii). __(ii)alternatei(dec 2023)of 52.204–30. x(12)52.209-6, Protecting The Government’s Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed Fordebarment.(nov 2021)(31u.s.c.6101note). __(13)52.209-9, Updates Of Publicly Available Information Regarding Responsibility Matters(oct 2018)(41u.s.c.2313). __(14)[reserved]. __(15)52.219-3, Notice Ofhubzoneset-aside Or Sole-source Award (oct 2022) (15u.s.c.657a). __(16)52.219-4, Notice Of Price Evaluation Preference Forhubzonesmall Business Concerns (oct 2022) (if Theofferorelects To Waive The Preference, Itshallso Indicate In Itsoffer) (15u.s.c.657a). __(17)[reserved] __(18)(i)52.219-6, Notice Of Total Small Business Set-aside(nov 2020)(15u.s.c.644). __(ii)alternatei(mar 2020)of52.219-6. __(19)(i)52.219-7, Notice Of Partial Small Business Set-aside(nov 2020)(15u.s.c.644). __(ii)alternatei(mar 2020)of52.219-7. __(20)52.219-8, Utilization Of Small Business Concerns (feb 2024) (15u.s.c.637(d)(2)and (3)). __(21)(i)52.219-9, Small Business Subcontracting Plan (sep 2023) (15u.s.c.637(d)(4)). __(ii)alternatei(nov 2016)of52.219-9. __(iii)alternateii(nov 2016)of52.219-9. __(iv)alternateiii(jun 2020)of52.219-9. __(v)alternateiv (sep 2023) Of52.219-9. __(22)(i)52.219-13, Notice Of Set-aside Of Orders(mar 2020)(15u.s.c.644(r)). __(ii)alternatei(mar 2020)of52.219-13. __(23)52.219-14, Limitations On Subcontracting (oct 2022) (15u.s.c.637s). __(24)52.219-16, Liquidated Damages—subcontracting Plan(sep 2021)(15u.s.c.637(d)(4)(f)(i)). __(25)52.219-27, Notice Of Set-aside For, Or Sole-source Award To, Service-disabled Veteran-owned Small Business (sdvosb) Concerns Eligible Under The Sdvosb Program (feb 2024) (15u.s.c.657f). __(26)(i)52.219-28, Post Award Small Business Program Rerepresentation (feb 2024) (15u.s.c.632(a)(2)). __(ii)alternatei(mar 2020)of52.219-28. __(27)52.219-29, Notice Of Set-aside For, Or Sole-source Award To, Economically Disadvantagedwomen-owned Small Business Concerns(oct 2022) (15u.s.c.637(m)). __(28)52.219-30, Notice Of Set-aside For, Or Sole-source Award To, Women-owned Small Business Concerns Eligible Under The Women-owned Small Business Program (oct 2022) (15u.s.c.637(m)). __(29)52.219-32, Orders Issued Directly Under Small Business Reserves(mar 2020)(15u.s.c.644(r)). __(30)52.219-33, Nonmanufacturer Rule(sep 2021)(15u.s.c. 637(a)(17)). x(31)52.222-3, Convict Labor(jun 2003)(e.o.11755). x(32)52.222-19, Child Labor-cooperation With Authorities And Remedies(feb 2024). x (33)52.222-21, Prohibition Of Segregated Facilities(apr 2015). x(34)(i)52.222-26, Equal Opportunity(sep 2016)(e.o.11246). __(ii)alternatei(feb 1999)of52.222-26. __(35)(i)52.222-35, Equal Opportunity For Veterans(jun 2020)(38u.s.c.4212). __(ii)alternatei(jul 2014)of52.222-35. x(36)(i)52.222-36, Equal Opportunity For Workers With Disabilities(jun 2020)(29u.s.c.793). __(ii)alternatei(jul 2014)of52.222-36. __(37)52.222-37, Employment Reports On Veterans (jun 2020) (38u.s.c.4212). __(38)52.222-40, Notification Of Employee Rights Under The National Labor Relations Act(dec 2010)(e.o. 13496). __(39)(i)52.222-50, Combating Trafficking In Persons(nov 2021)(22u.s.c.chapter78and E.o. 13627). __(ii)alternatei(mar 2015)of52.222-50(22u.s.c.chapter78and E.o. 13627). x(40)52.222-54, Employment Eligibility Verification(may2022)(executive Order 12989). (not Applicable To Theacquisitionof Commercially Available Off-the-shelf Items Or Certain Other Types Ofcommercial Productsorcommercial Servicesas Prescribed In Far22.1803.) __(41)(i)52.223-9, Estimate Of Percentage Ofrecovered Materialcontent For Epa–designated Items (may2008) (42u.s.c.6962(c)(3)(a)(ii)). (not Applicable To Theacquisitionof Commercially Available Off-the-shelf Items.) __(ii)alternatei(may2008)of52.223-9(42u.s.c.6962(i)(2)(c)). (not Applicable To Theacquisitionof Commercially Available Off-the-shelf Items.) __(42)52.223-11,ozone-depleting Substancesandhigh Global Warming Potential Hydrofluorocarbons(may 2024) (e.o. 13693). __(43)52.223-12, Maintenance, Service, Repair, Or Disposal Of Refrigeration Equipment And Air Conditioners(may 2024)(e.o. 13693). __(49)52.223-20, Aerosols(may 2024)(e.o. 13693). __(50)52.223-21, Foams (may 2024) (e.o. 13693). __(51)(i)52.224-3privacy Training(may 2024)(5 U.s.c. 552 A). __(ii)alternatei(jan 2017)of52.224-3. __(52)(i)52.225-1, Buy American-supplies(oct 2022)(41u.s.c.chapter83). __(ii)alternatei(oct 2022)of52.225-1. x(53)(i)52.225-3, Buy American-free Trade Agreements-israeli Trade Act(nov 2023)(19 U.s.c. 3301 Note,19 U.s.c. 2112 Note,19 U.s.c. 3805 Note,19 U.s.c. 4001 Note, 19 U.s.c. Chapter 29 (sections 4501-4732), Public Law 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, And 112-43. __(ii)alternatei [reserved]. __(iii)alternateii(jan 2025)of52.225-3. __(iv)alternateiii(nov 2023)of52.225-3. __(v)alternateiv (oct 2022) Of52.225-3. __(54)52.225-5, Trade Agreements(nov 2023)(19u.s.c.2501,et Seq.,19u.s.c.3301note). x(55)52.225-13, Restrictions On Certain Foreign Purchases(feb 2021)(e.o.’s, Proclamations, And Statutes Administered By The Office Of Foreign Assets Control Of The Department Of The Treasury). __(56)52.225-26, Contractors Performing Private Security Functions Outside Theunited States(oct 2016) (section 862, As Amended, Of Thenational Defenseauthorization Act For Fiscal Year 2008; 10 U.s.c. Subtitle A, Part V, Subpart G Note). __(57)52.226-4, Notice Of Disaster Oremergencyarea Set-aside (nov 2007) (42u.s.c.5150). __(58)52.226-5, Restrictions On Subcontracting Outside Disaster Oremergencyarea (nov2007) (42u.s.c.5150). __(59)52.229-12, Tax On Certain Foreignprocurements(feb 2021). __(60)52.232-29, Terms For Financing Of Purchases Ofcommercial Productsandcommercial Services(nov 2021)(41u.s.c.4505,10 U.s.c. 3805). __(61)52.232-30, Installment Payments Forcommercial Productsandcommercial Services(nov 2021)(41u.s.c.4505,10 U.s.c. 3805). x(62)52.232-33, Payment Byelectronic Funds Transfer-system For Award Management(oct2018)(31u.s.c.3332). __(63)52.232-34, Payment Byelectronic Funds Transfer-other Thansystem For Award Management(jul 2013) (31u.s.c.3332). __(64)52.232-36, Payment By Third Party(may2014)(31u.s.c.3332). __(65)52.239-1, Privacy Or Security Safeguards(aug 1996)(5u.s.c.552a). __(66)52.242-5, Payments Tosmall Business Subcontractors(jan 2017)(15u.s.c.637(d)(13)). __(67)(i)52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels(nov 2021)(46 U.s.c. 55305and10u.s.c.2631). __(ii)alternatei(apr 2003)of52.247-64. __(iii)alternateii(nov 2021)of52.247-64. (c)the Contractorshallcomply With The Far Clauses In This Paragraph (c), Applicable Tocommercial Services, That Thecontracting Officerhas Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable Toacquisitionsofcommercial Productsandcommercial Services: [contracting Officercheck As Appropriate.] x(1)52.222-41, Service Contract Labor Standards(aug 2018)(41u.s.c.chapter67). x(2)52.222-42, Statement Of Equivalent Rates For Federal Hires(may2014)(29u.s.c.206and41u.s.c.chapter67). __(3)52.222-43, Fair Labor Standards Act And Service Contract Labor Standards-price Adjustment (multiple Year Andoptioncontracts)(aug 2018)(29u.s.c.206and41u.s.c.chapter67). __(4)52.222-44, Fair Labor Standards Act And Service Contract Labor Standards-price Adjustment (may2014) (29u.s.c.206and41u.s.c.chapter67). __(5)52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment-requirements (may2014) (41u.s.c.chapter67). __(6)52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services-requirements(may2014)(41u.s.c.chapter67). __(7)52.222-55, Minimum Wages For Contractor Workers Under Executive Order 14026(jan 2022). __(8)52.222-62, Paid Sick Leave Under Executive Order 13706(jan 2022)(e.o. 13706). __(9)52.226-6, Promoting Excess Food Donation To Nonprofit Organizations (jun 2020) (42u.s.c.1792). __(10)52.247-69, Reporting Requirement For U.s.-flag Air Carriers Regarding Training To Prevent Human Trafficking(jan 2025)(49 U.s.c. 40118(g)). (d)comptroller General Examination Of Record. The Contractorshallcomply With The Provisions Of This Paragraph (d) If This Contract Was Awarded Using Other Than Sealed Bid, Is In Excess Of Thesimplified Acquisition Threshold, As Defined In Far2.101, On The Date Of Award Of This Contract, And Does Not Contain The Clause At52.215-2, Audit And Records-negotiation. (1)the Comptroller General Of Theunited States, Or An Authorized Representative Of The Comptroller General,shallhave Access To And Right To Examine Any Of The Contractor’s Directly Pertinent Records Involving Transactions Related To This Contract. (2)the Contractorshallmake Available At Its Offices At All Reasonable Times The Records, Materials, And Other Evidence For Examination, Audit, Or Reproduction, Until 3 Years After Final Payment Under This Contract Or For Any Shorter Period Specified In Far Subpart4.7, Contractor Records Retention, Of The Other Clauses Of This Contract. If This Contract Is Completely Or Partially Terminated, The Records Relating To The Work Terminatedshallbe Made Available For 3 Years After Any Resulting Final Termination Settlement. Records Relating To Appeals Under The Disputes Clause Or To Litigation Or The Settlement Ofclaimsarising Under Or Relating To This Contractshallbe Made Available Until Such Appeals, Litigation, Orclaimsare Finally Resolved. (3)as Used In This Clause, Records Include Books, Documents, Accounting Procedures And Practices, And Other Data, Regardless Of Type And Regardless Of Form. This Does Not Require The Contractor To Create Or Maintain Any Record That The Contractor Does Not Maintain In The Ordinary Course Of Business Or Pursuant To A Provision Of Law. (e)(1)notwithstanding The Requirements Of The Clauses In Paragraphs (a), (b), (c), And (d) Of This Clause, The Contractor Is Not Required To Flow Down Any Far Clause, Other Than Those In This Paragraph (e)(1), In A Subcontract Forcommercial Productsor Commercial Services. Unless Otherwise Indicated Below, The Extent Of The Flow Downshallbe As Required By The Clause- (i)52.203-13, Contractor Code Of Business Ethics And Conduct(nov 2021)(41u.s.c.3509). (ii)52.203-17, Contractor Employee Whistleblower Rights(nov 2023)(41 U.s.c. 4712). (iii)52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements (jan 2017) (section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)). (iv)52.204-23, Prohibition Oncontractingfor Hardware, Software, And Services Developed Or Provided By Kaspersky Lab Covered Entities(dec 2023)(section 1634 Of Pub. L. 115-91). (a)definitions. As Used In This Clause— kaspersky Lab Covered Articlemeans Any Hardware, Software, Or Service That– (1)is Developed Or Provided By Akaspersky Lab Covered Entity; (2)includes Any Hardware, Software, Or Service Developed Or Provided In Whole Or In Part By Akaspersky Lab Covered Entity; Or (3)containscomponentsusing Any Hardware Or Software Developed In Whole Or In Part By Akaspersky Lab Covered Entity. kaspersky Lab Covered Entitymeans– (1)kaspersky Lab; (2)any Successor Entity To Kaspersky Lab, Including Any Change In Name, E.g., “kaspersky”; (3)any Entity That Controls, Is Controlled By, Or Is Under Common Control With Kaspersky Lab; Or (4)any Entity Of Which Kaspersky Lab Has A Majority Ownership. (b)prohibition. Section 1634 Of Division A Of Thenational Defenseauthorization Act For Fiscal Year 2018 (pub. L. 115-91) Prohibits Government Use Of Anykaspersky Lab Covered Article. The Contractor Is Prohibited From— (1)providing Anykaspersky Lab Covered Articlethat The Government Will Use On Or After October 1, 2018; And (2)using Anykaspersky Lab Covered Articleon Or After October 1, 2018, In The Development Of Data Or Deliverables First Produced In The Performance Of The Contract. (c)reporting Requirement. (1)in The Event The Contractoridentifies Akaspersky Lab Covered Articleprovided To The Government During Contract Performance, Or The Contractor Is Notified Of Such By A Subcontractor At Any Tier Or Any Other Source, The Contractorshallreport,in Writing, To Thecontracting Officeror, In The Case Of The Department Of Defense, To The Website Athttps://dibnet.dod.mil. For Indefinite Delivery Contracts, The Contractorshallreport To Thecontracting Officerfor The Indefinite Delivery Contract And Thecontracting Officer(s) For Any Affected Order Or, In The Case Of The Department Of Defense, Identify Both The Indefinite Delivery Contract And Any Affected Orders In The Report Provided Athttps://dibnet.dod.mil. (2)the Contractorshallreport The Following Information Pursuant To Paragraph (c)(1) Of This Clause: (i)within 3 Business Days From The Date Of Such Identification Or Notification: The Contract Number; The Order Number(s), If Applicable; Supplier Name; Brand; Model Number (original Equipment Manufacturer (oem) Number, Manufacturer Part Number, Or Wholesaler Number); Item Description; And Any Readily Available Information About Mitigation Actions Undertaken Or Recommended. (ii)within 10 Business Days Of Submitting The Report Pursuant To Paragraph (c)(1) Of This Clause: Any Further Available Information About Mitigation Actions Undertaken Or Recommended. In Addition, The Contractorshalldescribe The Efforts It Undertook To Prevent Use Or Submission Of Akaspersky Lab Covered Article, Any Reasons That Led To The Use Or Submission Of Thekaspersky Lab Covered Article, And Any Additional Efforts That Will Be Incorporated To Prevent Future Use Or Submission Ofkaspersky Lab Covered Articles. (d)subcontracts. The Contractorshallinsert The Substance Of This Clause, Including This Paragraph (d), In All Subcontracts Including Subcontracts For Theacquisitionofcommercial Productsorcommercial Services. (v)52.204-25, Prohibition Oncontractingfor Certain Telecommunications And Video Surveillance Services Or Equipment (nov 2021)(section 889(a)(1)(a) Of Pub. L. 115-232. definitions. As Used In This Clause- backhaulmeans Intermediate Links Between The Core Network, Or Backbone Network, And The Small Subnetworks At The Edge Of The Network (e.g., Connecting Cell Phones/towers To The Core Telephone Network). Backhaul Can Be Wireless (e.g., Microwave) Or Wired (e.g., Fiber Optic, Coaxial Cable, Ethernet). covered Foreign Countrymeans The People’s Republic Of China. covered Telecommunications Equipment Or Servicesmeans– (1)telecommunications Equipment Produced By Huawei Technologies Company Or Zte Corporation (or Any Subsidiary Or Affiliate Of Such Entities); (2)for The Purpose Of Public Safety, Security Of Government Facilities, Physical Security Surveillance Of Critical Infrastructure, And Other National Security Purposes, Video Surveillance And Telecommunications Equipment Produced By Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company, Or Dahua Technology Company (or Any Subsidiary Or Affiliate Of Such Entities); (3)telecommunications Or Video Surveillance Services Provided By Such Entities Or Using Such Equipment; Or (4)telecommunications Or Video Surveillance Equipment Or Services Produced Or Provided By An Entity That The Secretary Of Defense, In Consultation With The Director Of National Intelligence Or The Director Of The Federal Bureau Of Investigation, Reasonably Believes To Be An Entity Owned Or Controlled By, Or Otherwise Connected To, The Government Of Acovered Foreign Country. critical Technologymeans– (1)defense Articles Or Defense Services Included On Theunited Statesmunitions List Set Forth In The International Traffic In Arms Regulations Under Subchapter M Of Chapter I Of Title 22, Code Of Federal Regulations; (2)items Included On The Commerce Control List Set Forth In Supplement No. 1 To Part 774 Of The Export Administration Regulations Under Subchapter C Of Chapter Vii Of Title 15, Code Of Federal Regulations, And Controlled- (i)pursuant To Multilateral Regimes, Including For Reasons Relating To National Security, Chemical And Biological Weapons Proliferation, Nuclear Nonproliferation, Or Missile Technology; Or (ii)for Reasons Relating To Regional Stability Or Surreptitious Listening; (3)specially Designed And Prepared Nuclear Equipment, Parts Andcomponents, Materials, Software, And Technology Covered By Part 810 Of Title 10, Code Of Federal Regulations (relating To Assistance To Foreign Atomic Energy Activities); (4)nuclear Facilities, Equipment, And Material Covered By Part 110 Of Title 10, Code Of Federal Regulations (relating To Export And Import Of Nuclear Equipment And Material); (5)select Agents And Toxins Covered By Part 331 Of Title 7, Code Of Federal Regulations, Part 121 Of Title 9 Of Such Code, Or Part 73 Of Title 42 Of Such Code; Or (6)emerging And Foundational Technologies Controlled Pursuant To Section 1758 Of The Export Control Reform Act Of 2018 (50 U.s.c. 4817). interconnection Arrangementsmeans Arrangements Governing The Physical Connection Of Two Or More Networks To Allow The Use Of Another's Network To Hand Off Traffic Where It Is Ultimately Delivered (e.g., Connection Of A Customer Of Telephone Provider A To A Customer Of Telephone Company B) Or Sharing Data And Other Information Resources. reasonable Inquirymeans An Inquiry Designed To Uncover Any Information In The Entity's Possession About The Identity Of The Producer Or Provider Ofcovered Telecommunications Equipment Or Servicesused By The Entity That Excludes The Need To Include An Internal Or Third-party Audit. roamingmeans Cellular Communications Services (e.g., Voice, Video, Data) Received From A Visited Network When Unable To Connect To The Facilities Of The Home Network Either Because Signal Coverage Is Too Weak Or Because Traffic Is Too High. substantial Or Essential Componentmeans Anycomponentnecessary For The Proper Function Or Performance Of A Piece Of Equipment, System, Or Service. (b)prohibition. (1)section 889(a)(1)(a) Of The John S. Mccainnational Defenseauthorization Act For Fiscal Year 2019 (pub. L. 115-232) Prohibits The Head Of Anexecutive Agencyon Or After August 13, 2019, From Procuring Or Obtaining, Or Extending Or Renewing A Contract To Procure Or Obtain, Any Equipment, System, Or Service That Usescovered Telecommunications Equipment Or Servicesas Asubstantial Or Essential Componentof Any System, Or Ascritical Technologyas Part Of Any System. The Contractor Is Prohibited From Providing To The Government Any Equipment, System, Or Service That Usescovered Telecommunications Equipment Or Servicesas Asubstantial Or Essential Componentof Any System, Or Ascritical Technologyas Part Of Any System, Unless An Exception At Paragraph (c) Of This Clause Applies Or The Covered Telecommunication Equipment Or Services Are Covered By A Waiver Described In Far4.2104. (2)section 889(a)(1)(b) Of The John S. Mccainnational Defenseauthorization Act For Fiscal Year 2019 (pub. L. 115-232) Prohibits The Head Of Anexecutive Agencyon Or After August 13, 2020, From Entering Into A Contract, Or Extending Or Renewing A Contract, With An Entity That Uses Any Equipment, System, Or Service That Usescovered Telecommunications Equipment Or Servicesas Asubstantial Or Essential Componentof Any System, Or Ascritical Technologyas Part Of Any System, Unless An Exception At Paragraph (c) Of This Clause Applies Or The Covered Telecommunication Equipment Or Services Are Covered By A Waiver Described In Far4.2104. This Prohibition Applies To The Use Ofcovered Telecommunications Equipment Or Services, Regardless Of Whether That Use Is In Performance Of Work Under A Federal Contract. (c)exceptions.this Clause Does Not Prohibit Contractors From Providing— (1)a Service That Connects To The Facilities Of A Third-party, Such As Backhaul, Roaming, Or Interconnection Arrangements; Or (2)telecommunications Equipment That Cannot Route Or Redirect User Data Traffic Or Permit Visibility Into Any User Data Or Packets That Such Equipment Transmits Or Otherwise Handles. (d)reporting Requirement. (1)in The Event The Contractor Identifiescovered Telecommunications Equipment Or Servicesused As Asubstantial Or Essential Componentof Any System, Or Ascritical Technologyas Part Of Any System, During Contract Performance, Or The Contractor Is Notified Of Such By A Subcontractor At Any Tier Or By Any Other Source, The Contractorshallreport The Information In Paragraph (d)(2) Of This Clause To Thecontracting Officer, Unless Elsewhere In This Contract Are Established Procedures For Reporting The Information; In The Case Of The Department Of Defense, The Contractorshallreport To The Website Athttps://dibnet.dod.mil. For Indefinite Delivery Contracts, The Contractorshallreport To Thecontracting Officerfor The Indefinite Delivery Contract And Thecontracting Officer(s) For Any Affected Order Or, In The Case Of The Department Of Defense, Identify Both The Indefinite Delivery Contract And Any Affected Orders In The Report Provided Athttps://dibnet.dod.mil. (2)the Contractorshallreport The Following Information Pursuant To Paragraph (d)(1) Of This Clause (i)within One Businessdayfrom The Date Of Such Identification Or Notification: The Contract Number; The Order Number(s), If Applicable; Supplier Name; Supplierunique Entity Identifier(if Known); Suppliercommercial And Government Entity (cage) Code(if Known); Brand; Model Number (original Equipment Manufacturer Number, Manufacturer Part Number, Or Wholesaler Number); Item Description; And Any Readily Available Information About Mitigation Actions Undertaken Or Recommended. (ii)within 10 Business Days Of Submitting The Information In Paragraph (d)(2)(i) Of This Clause: Any Further Available Information About Mitigation Actions Undertaken Or Recommended. In Addition, The Contractorshalldescribe The Efforts It Undertook To Prevent Use Or Submission Ofcovered Telecommunications Equipment Or Services, And Any Additional Efforts That Will Be Incorporated To Prevent Future Use Or Submission Ofcovered Telecommunications Equipment Or Services. (e)subcontracts.the Contractorshallinsert The Substance Of This Clause, Including This Paragraph (e) And Excluding Paragraph (b)(2), In All Subcontracts And Other Contractual Instruments, Including Subcontracts For Theacquisitionofcommercial Productsorcommercial Services. (vi)52.204-27, Prohibition On A Bytedance Covered Application(jun 2023)(section 102 Of Division R Of Pub. L. 117-328). (vii)(a)52.204–30, Federalacquisitionsupply Chain Security Act Orders—prohibition.(dec 2023)(pub. L. 115–390, Title Ii). (b)alternatei(dec 2023)of 52.204–30. (viii)52.219-8, Utilization Of Small Business Concerns(feb 2024)(15u.s.c.637(d)(2)and (3)), In All Subcontracts Thatofferfurther Subcontracting Opportunities. If The Subcontract (except Subcontracts To Small Business Concerns) Exceeds The Applicable Threshold Specified In Far19.702(a) On The Date Of Subcontract Award, The Subcontractormustinclude52.219-8in Lower Tier Subcontracts Thatoffersubcontracting Opportunities. (ix)52.222-21, Prohibition Of Segregated Facilities(apr 2015). (x)52.222-26, Equal Opportunity(sep 2015)(e.o.11246). (xi)52.222-35, Equal Opportunity For Veterans(jun 2020)(38u.s.c.4212). (xii)52.222-36, Equal Opportunity For Workers With Disabilities(jun 2020)(29u.s.c.793). (xiii)52.222-37, Employment Reports On Veterans(jun 2020)(38u.s.c.4212). (xiv)52.222-40, Notification Of Employee Rights Under The National Labor Relations Act(dec 2010)(e.o. 13496). Flow Down Required In Accordance With Paragraph (f) Of Far Clause52.222-40. (xv)52.222-41, Service Contract Labor Standards(aug 2018)(41u.s.c.chapter67). (xvi) (a)52.222-50, Combating Trafficking In Persons(nov 2021)(22u.s.c.chapter78and E.o 13627). (b)alternatei(mar 2015)of52.222-50(22u.s.c.chapter78ande.o.13627). (xvii)52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment-requirements (may2014) (41u.s.c.chapter67). (xviii)52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services-requirements(may2014)(41u.s.c.chapter67). (xix)52.222-54, Employment Eligibility Verification(may2022)(e.o. 12989). (xx)52.222-55, Minimum Wages For Contractor Workers Under Executive Order 14026(jan 2022). (xxi)52.222-62, Paid Sick Leave Under Executive Order 13706(jan 2022)(e.o. 13706). (xxii) (a)52.224-3, Privacy Training (jan 2017) (5u.s.c.552a). (b)alternatei(jan 2017)of52.224-3. (xxiii)52.225-26, Contractors Performing Private Security Functions Outside Theunited States(oct 2016)(section 862, As Amended, Of Thenational Defenseauthorization Act For Fiscal Year 2008; 10 U.s.c. Subtitle A, Part V, Subpart G Note). (xxiv)52.226-6, Promoting Excess Food Donation To Nonprofit Organizations(jun 2020)(42u.s.c.1792). Flow Down Required In Accordance With Paragraph (e) Of Far Clause52.226-6. (xxv)52.232-40, Providing Accelerated Payments Tosmall Business Subcontractors(mar 2023) (31 U.s.c. 3903and10 U.s.c. 3801). Flow Down Required In Accordance With Paragraph (c) Of52.232-40. (xxvi)52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels(nov 2021)(46 U.s.c. 55305and10u.s.c.2631). Flow Down Required In Accordance With Paragraph (d) Of Far Clause52.247-64. (2)while Not Required, The Contractormayinclude In Its Subcontracts Forcommercial Productsandcommercial Servicesa Minimal Number Of Additional Clauses Necessary To Satisfy Its Contractual Obligations. 14. Electronic Submission Of Payment Requests (a) Definitions. As Used In These Instructions - (1) “payment Request” Means A Bill, Voucher, Invoice, Or Request For Contract Financing Payment With Associated Supporting Documentation. The Payment Request Must: Comply With The Requirements Identified In Far 32.905(b), “content Of Invoices” And The Applicable Payment Clause Included In This Contract. In Addition, Discount Offerings And Small Business Status If Available Shall Be Stated. If Travel Was Allowable And Approved, Components In Accordance With Far 31.205-46 Shall Be Provided. (b) The Contractor Shall Submit Payment Requests Electronically Using The Invoice Processing Platform (ipp). The Contractor Will Submit Payment Requests Using The Blank Form In Ipp. (c) Information Regarding Ipp, Including Ipp Customer Support Contact Information, Is Available At Www.ipp.gov Or Any Successor Site. (d) Ipp Enrollment Information Is At Https://www.uscg.mil/fincen/ipp/. additional Clauses hsar 3052.212-70contract Terms And Conditions Applicable To Dhs Acquisition Of Commercial Items. as Prescribed In (hsar) 48 Cfr 3012.301, Insert The Following Clause: contract Terms And Conditions Applicable To Dhs Acquisition Of Commercial Items (sep 2012) the Contractor Agrees To Comply With Any Provision Or Clause That Is Incorporated Herein By Reference To Implement Agency Policy Applicable To Acquisition Of Commercial Items Or Components. The Provision Or Clause In Effect Based On The Applicable Regulation Cited On The Date The Solicitation Is Issued Applies Unless Otherwise Stated Herein. The Following Provisions And Clauses Are Incorporated By Reference: [the Contracting Officer Should Either Check The Provisions And Clauses That Apply Or Delete The Provisions And Clauses That Do Not Apply From The List. The Contracting Officer May Add The Date Of The Provision Or Clause If Desired For Clarity.] (a)provisions. x 3052.247-72 F.o.b. Destination Only. (end Of Clause) 15. Defense Priorities And Allocations System (dpas) Ratings Are Not Applicable. 16. Quotes Are Due Not Later Than 22 Jan 2025, By 10:00 Am Eastern Daylight Savings Time (dst). 17. All Questions Regarding This Notice Shall Be Submitted In Writing To Donna Scandaliato No Later Than Jan 22, 2024. Quote Shall Be Emailed To Donna.m.scandaliato@uscg.mil.
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+1Others
United States
Closing Date24 Jan 2025
Tender AmountRefer Documents
Details: Amendment I (corrected Typos) description: This Is A Pre-solicitation Notice For The Establishment Of An Architect-engineering (a-e) Design Contract With Services To Be Performed At The Charles George Va Medical Center At 1100 Tunnel Road, Asheville, Nc 28805. This Requirement Is Being Executed Under A 100% Set-aside To Service-disabled Veteran Owned Small Business (sdvosb). This Announcement Is Not A Request For Proposal; No Solicitation Package Will Be Issued Until After An Evaluation Has Been Made On The Provided Sf330s. The Sf330 Can Be Downloaded Through The Gsa Forms Library At: Http://www.gsa.gov/portal/forms/type/top. Scroll Down To Locate And Click On The Sf-330 Hyperlink Entitled, “architect-engineer Qualifications.” Interested Firms Should Submit Their Current Sf330, Parts I And Ii, To Keith.hunter@va.gov. The Sf330s Are Due No Later Than 8:00 Am Est January 24, 2025. scope Of Work: This Project Will Engage An Architectural Engineering Firm For Professional Architect/engineer (ae) Services Necessary To Design For The Replacement Of The Existing Air Handling Unit #11 Serving The Imaging Department In Buildings 47 At The Charles George Vamc, Asheville, Nc. Air Handling Unit, Supply And Return Fan, Heating/cooling Coils And Piping Shall Be Sized To Meet The Temperature And Air Exchange Needs Of Approximately 10,000 Square Feet Of Space. Work Includes Investigating The Site, Taking Calculation And Designing For The Replacement Of The Air Handling Unit, Structural Support, Fans, Coils Piping, And Control System. Project Also Involves Investigating And Sizing The Supply And Return Ductwork And Associates Variable Volume Supply Box And/or Constant Volume Supply Box. Ceilings And Walls May Need To Be Modified To Accommodate Removal Of Old Ductwork And Installation Of New Ductwork. The New System Will Replace The Existing System In The Exact Location. Design Includes Mechanical Engineering, Electrical Engineering, Structural Engineering And Architectural Disciplines. requirements:
the Ae Selected Is Expected To: part Ia – Preparation Of Existing Conditions And Conceptual Design – Investigative Services: Preparation Of Existing Conditions Plan And Conceptual Design Which Includes Site Investigation For Architectural, Mechanical, Electrical, And Environmental Hazards Such As Suspect Asbestos Containing Material (acm). Work Will Consist Of Ae Personnel Removing Ceiling Tile(s) And Tracing Ductwork, Electrical, And Plumbing Above Ceilings. Perform Project Site Investigation In Accordance With The ‘site Investigations’ Section Of This Scope Of Work. physically Survey As Well As Review Record Drawings Of The Existing Building. Inform Co/cor Of Supplemental Information Gathering That May Be Required. conduct On-site Work Session With User Group And Other Members Of The Integrated Project Team To Discuss Conceptual Options. describe All Measures Available To Achieve The Project Objectives, Including The Benefits And Drawbacks Of Each Measure, To Guide Decisions By The Facility During Schematic Design. The Decision Of Which Alternatives To Select For The Construction Project Rests With The Va. develop And Describe A Construction Strategy That Allows Existing Functions To Continue During Construction. Develop This Strategy In Development Of Construction Documents. participate In A Conference Call After Va Has Completed Schematic Design Review ae Shall Review Needs Identified By The Ipt For The Area Under Consideration For Design And Provide Recommendations. In Addition, The Project Shall Be Phased To Minimize The Impact To The Medical Center Operations And Patient Care. Prior To Submission Of Schematic Design Material, The Ae Shall Meet With The Vamc’s Cor To Discuss Proposed Phasing Requirements For The Project. These Phasing Requirements Shall Describe The General Sequence Of The Project Work, Estimated Project Duration, And What Va Constraints Will Exist That Will Influence The Contractor's Approach To The Construction Project. The Ae Shall Be Responsible For Documenting The Phasing Requirements. the Ae Shall Make Site Visits As Required To Determine Existing As-built Conditions Affecting This Project. Information, Including Drawings And Other Documentation, Provided To The Ae Shall Be Used As Reference Only. The Ae Is Responsible For Verifying All Existing Site Conditions To Include But Not Be Limited To Crawling In Crawlspaces, Looking Above Ceilings And The Building Penthouse. coordinate Visits With The Cor As Assigned At The Ntp. The Ae Shall Arrange For And Oversee The Performance Of Such Investigations Necessary For The Proper Design Of The Project. Autocad Background Drawings Shall Be Provided By The Va Upon Request If Available And Shall Be Used As Reference Only. The Ae Shall Field Verify Every Aspect That Relates To The Project. perform Photographic Documentation During Investigative Services; Files Are To Be Maintained For Future Reference Of Existing Conditions For Construction Documents And Unforeseen Unit Costing Basis. the Contractor Shall Prepare Digital Photo Documentation Of Construction Work, Including Sites, Buildings, And Field Activities. Digital Photos Shall Be Submitted In Jpeg Format To The Project Website, And To A Resolution Sufficient And Appropriate For The Type Of Work Photographed. The Contractor Shall Provide An Index For Each Set Of Photographs Submitted Identifying The Contractor, Base, Facility, Project Number, Date, And A Brief Description. The Contractor Shall Coordinate Photography Of Any Kind Through The Cor. the Ae Shall Complete All Necessary Site Investigations Prior To The 15% Schematic Design Submission. part Ib – Preparation Of Contract Drawings And Specifications – Design Development: Preparation And Submission Of Construction Bid Documents, Interim Design Document Submittals, And The Final Construction Bid Documents At The Completion Of The Design Development Process In Accordance With The ‘design Package Submission Schedule’ Section. Design Document Packages Shall Contain A Complete Set Of Documents As Specified In The ‘design Requirements/submissions’ Section Of This Statement Of Work (sow). The Ae Shall Develop A Design Necessary To Meet The Requirements In The ‘project Scope’ Section Of This Sow. Design Shall Include Engineering Services Rendered Necessary By Va (veterans Affairs) At The End Of Part Ia Investigative Services Within The Construction Cost Parameters. design And Produce Construction Documents For Implementation Of The Selected Alternatives. submittals Must Include The Components Listed On The A/e Submission Instructions For Minor And Nrm Construction Program Https://www.cfm.va.gov/til/ae/aesubmin.doc. submittal Register - Provide A List To The Va Of Technical Submittals That Will Be Required. intended For Long-term Use, The Project Design Specifications Must Provide, To The Maximum Extent Practicable, A Final Product Of Enduring Quality; Energy And Water Efficient; Environmentally Conscious; Functional And Requiring Low Maintenance; Durable; Flexible For Changing Uses; Universally Accessible; Sustainable; Operationally Cost Effective; Compliant With Appropriate Codes, Statutes, And Vha Requirements. construction Documents Must Be Complete, Clear, Specific, Accurate, Coordinated Between Disciplines, Quantifiable, And Explicit In Quality Expectations For Suitable Materials, Systems, And Workmanship. throughout The Design Phases Of The Project, The A/e Shall Work Closely With The Cor And Integrated Project Team To Ascertain And Confirm All Project Requirements. the Contractor Shall Attend Meetings And Teleconferences To Discuss Technical Requirements, Issues, And Project Progress And Status As Required. The Contractor Shall Prepare, And Submit For Review, Presentation Materials For Meetings And An Agenda. The Contractor Shall Be Responsible For Taking Meeting Minutes, Prepare And Submit Minutes For All Meetings Attended No Later Than 3 Business Days, With The Exception Of The Ipt Meetings As Discussed In Previous Paragraph, After The Meeting Has Occurred. The Minutes Shall Be Sent To The Contracting Officer And Cor For Coordination And Approval Prior To Distribution. the Ae Shall Provide An Evaluation, Cost Estimate And Conceptual Plans To Determine The Feasibility Of Completing The Project Within Project Budget. Disadvantages And Advantages Shall Be Provided Including Impacts To Patient Care/medical Center Operations And Order Of Magnitude Cost Estimates (with Cost Of Patient Care Factored Into The Economy/feasibility) part Ii – Construction Period Services: Review And Provide Concise Recommendations On All Submittals, Shop Drawings, Product Data, Samples, Rfis, Change Order Proposals, Etc. In Accordance With ‘construction Period Services’ Section Of This Sow. Services Shall Include Providing Record Drawings Based On Finalized Contractor Red-line As-builts. assist In Answering Questions And Provide Clarifications As Deemed Necessary By The Contracting Officer Or Cor During Solicitation And Issuing Any Addendums, Revise Drawings/specifications, Etc. Necessary To Fully And Completely Address Questions Any And All Questions Submitted By The Cor, Contracting Officer And Awarded Construction Contractor. serve As An Advisor And Provide Assistance To The Va To Determine Whether The Contractor Or Subcontractor Meets Technical Qualification Requirements, Assist In The Review Of Contractor Proposals For Technical Acceptability, Support By Written Recommendations Of Any Problems Or Litigation Encountered In Past Performance Based On First-hand Knowledge. review All Submissions And Provide Concise Direction To The Va. Provide Direction Within 5 Business Days Upon Request For Shop Drawings, Product Data, Installation Instructions, Samples, Etc. Provide Direction Within 5 Business Days For Rfi’s And Change Order Proposals. Changes To Contract Documents Based On Errors And Omissions In Design Will Be At No Cost To The Va To Include Cost Estimates For The Change. The Co Shall Make The Final Determination On What Is Or Is Not An Error Or Omission. provide Commissioning For All Affected Systems. prepare Record Drawings Based On Contractor Red-line As-built Drawings With Correspondence Performed During Construction. The Ae Shall Provide A Set Of Updated Drawings And Specifications On Cd Within 20 Business Days Of Construction Contract Completion To The Cor. the Ae Shall Function As The Commissioning Agent For All Necessary Commissioning Actions. The Ae Shall Provide Testing, Inspection And Reporting Services During Construction. The Ae Must Conduct A Site Visit, At Least Once A Month, During Each Phase Of The Project, And Must Be Present For Every Test Or Inspection And To Document The Outcome. part Iii – Construction Period Site Visits: Visit The Site At The Request Of The Va In Accordance With Section ‘site Visits’ In This Sow. The Ae Shall Respond On Site Within An 8-hour Period When Requested. The Total Number Of Site Visits During The Construction Period Is Estimated To Be Five (5) For This Project, Which May Be Finalized After Selection Of The Ae And During Negotiation Of The Proposal. Each Site Visit Shall Be Documented Through A Field Report Denoting The Purpose And Results Of The Site Visit. make Site Visits On Requests Of The Va And Prepare Documented Field Reports Denoting The Purpose And Results Of The Site Visit, To Include Agreed Upon Changes In Design As Determined Necessary During The Construction. Visits Made Based On Errors And Omissions In Design Will Be At No Cost To The Va. participate In Partial/final Acceptance Inspections (in-wall, Above Ceiling, And Final) As Scheduled And Generate Punch List Items For Completion. Inspections Shall Cover Quality Of Installations And Locations/placement Of Items In Accordance With The Contract Documents. The Punch List Shall Reference The Contract Documents For Specific Deficiencies (i.e. Specification Section, Drawing Detail, Etc.). attend The Pre-bid And Pre-construction Conference To Review And Confirm Project Scope. during Construction, Allow For A Minimum Of Site Visits As Negotiated For The Contract, As Directed And Scheduled By The Cor. offerors Will Be Evaluated On The Following Criteria: the Submitted Sf330’s Shall Be A Maximum Of 30 Total Pages. All Necessary Information To Meet The 5 Criterions Shall Be Contained Within Those 30 Pages As The Evaluation Will Stop At The End Of Page 30. the Submitted Sf330s Will Be Evaluated On The Following Criteria:
this Acquisition Will Be In Accordance With Far Part 36.602-1 And Vaar Part 836.601-1. The Following Evaluation Criteria Will Be Used To Evaluate Sf330 Technical Proposals: the Architect/engineer (ae) Must Demonstrate Its Qualifications With Respect To The Published Evaluation Criteria For All Services. Evaluation Criteria (1) Through (4) Are Considered The Most Important And Listed In Descending Order Of Importance; Criteria (5) Is Significantly Less Importance Than (1) Through (4) But The Associated Value Of 1 Through 4 Are In A Declining Value And Order Of Importance. Criterion (1) Is The Highest With Criterion (5) Being The Lowest. (1) Professional Qualifications Necessary For Satisfactory Performance Of Required Services; (2) Specialized Experience And Technical Competence In The Type Of Work Required, Including, Where Appropriate, Experience In Medical Facility Design; (3) Capacity To Accomplish The Work In The Required Time; (4) Past Performance On Contracts With Government Agencies And Private Industry In Terms Of Cost Control, Quality Of Work, And Compliance With Performance Schedules; (5) Location In The General Geographical Area Of The Project And Knowledge Of The Locality Of The Project; If Application Of This Criterion Leaves An Appropriate Number Of Qualified Firms, Given The Nature And Size Of The Project. criterion 1 - Professional Qualifications Necessary For Satisfactory Performance Of Required Services. Offerors Will Be Evaluated In Terms Of The Qualifications, Competence And Experience Of The Key Personnel And Technical Team Proposed To Accomplish This Work. Key Personnel Are Individuals Who Will Have Major Contract Or Project Management Responsibilities And/or Will Provide Unusual Or Unique Expertise. Provide A Balanced Licensed And Or Certified Workforce In The Following Disciplines – Architectural, Electrical, Mechanical, And Structural Design. submission Requirements: Provide Resumes For All Proposed Key Personnel. Resumes Are Limited To One Page Each And Should Cite Project Specific Experience And Indicate Proposed Role In This Contract. Provide Professional Registration, Certification, Licensure And/or Accreditation. Indicate Participation Of Key Personnel In Example Projects In The Sf330 Part 1 Section G. criterion 2 - Specialized Experience And Technical Competence In The Type Of Work Required, Including, Where Appropriate, Experience In Medical Facility Design. Offerors Will Be Evaluated On Specialized Experience And Technical Competence In The Performance Of Services Like Those Anticipated Under This Contract About: special Knowledge Of Mechanical, Electrical And Structural Engineering. experience Working In And Around An Operational Hospital specific Experience And Qualifications Of Personnel Proposed For Assignment To The Project And Their Record Of Working Together As A Team. submission Requirements: Provide Up To Five (5) Projects Completed Or Substantially Completed Within The Past Five (5) Years That Best Illustrate Specialized Experience Of The Proposed Team In The Areas Outlined Above. Example Projects Shall Note Project’s Square Footage. All Projects Provided In The Sf-330 Must Be Completed By The Office/branch/regional Office/individual Team Member Proposed To Manage And/or Perform Work Under This Contract. To Enable Verification, Firms Should Include The Duns Number Along With Each Firm Name In The Sf330 Part 1, Section F Item 25 “firms From Section C Involved In This Project,” Block (1). Include A Contract Number Or Project Identification Number In Block 21. Include An E-mail Address And Phone Number For The Point Of Contact In Block 23(c). Include In The Project Description, The Contract Period Of Performance, Award Contract Value, Current Contract Value, And Summary Of The Work Performed That Demonstrates Relevance To Specialized Experience As Outlined Above. If The Contractor Served As A Subcontractor On A Project, Indicate The Value Of The Work They Provided Towards The Performance Of The Overall Project. If A Project Was Performed By A Joint Venture, And Not All Joint Venture Partners Are On The Team Proposed For This Contract, The Offeror/team Should Specifically Address The Work Performed By The Joint Venture Partner Offering/teaming On This Contract. Likewise, If The Offeror/team Member Worked As A Subcontractor On A Project, The Description Should Clearly Describe The Work Performed By The Offeror/team Member And The Roles And Responsibilities Of Each On The Project, Rather Than The Work Performed On The Project As A Whole. If The Project Description Does Not Clearly Delineate The Work Performed By The Entity/entities Offering/teaming On This Contract, The Project Could Be Eliminated From Consideration. Additionally, Firms Are Required To Return And Submit The Attachment B Titled Criterion 2 Format, Which Will Clearly Demonstrate Specific Experiences And Qualifications Of Personnel Proposed For Assignment To The Project And Their Record Of Working Together As A Team. Specifically List Similar Scoped Projects Covering The Previous 10 Years And Clearly Show Participation. (see Sf330 Part I Section G, But Not Excluding Other Information Provided On The Sf330 And Supporting Documentation.) note: If The Offeror Is A Joint Venture, Information Should Be Submitted As A Joint Venture; However, If There Is No Information For The Joint Venture, Information Should Be Submitted For Either Joint Venture Partner, Not To Exceed A Total Of Five (5) Projects For This Criterion. Projects Shall Be Submitted On The Sf-330. For Submittal Purposes, A Task Order On An Idiq Contract Is Considered A Project, As Is A Stand-alone Contract Award. Do Not List An Idiq Contract As An Example Of A Completed Project. Instead, List Relevant Completed Task Orders Or Stand-alone Contract Awards That Fit Within The Definition Above. Examples Of Project Work Submitted That Do Not Conform To This Requirement Will Not Be Evaluated. Failure To Provide Requested Data, Accessible Points Of Contact, Or Valid Phone Numbers Could Result In A Firm Being Rated Lower. all Information For Criterion 2 Should Be Submitted In Part 1, Section F Of The Sf330. The Government Will Not Consider Information Submitted In Addition To Part 2, Section F In Evaluating Criterion 2. criterion 3 - Capacity To Accomplish The Work In The Required Time. Firms/teams Will Be Evaluated In Terms Of Their Ability To Plan For And Manage Work Under The Contract And Capacity To Accomplish The Work In The Required Time. submission Requirements: Describe The Firm’s Ability To Concurrently Perform And Manage Multiple Projects In Different Locations To Meet Aggressive Schedules, Multiple Disciplines, And Control Costs And The Firm’s Capacity To Accomplish Multiple Projects Simultaneously. Additionally, Prospective Contractors Are Required To Provide A List Of Current Projects With A Design Fee Of Greater Than $25,000 Currently Being Designed In The Firm’s Office. Indicate The Availability Of The Proposed Project Team (including Sub-consultants) For The Specified Contract Performance Period In Terms Of: (1.) Both The Average And Maximum Number Of Projects Being Worked Simultaneously For The Previous Twelve (12) Month Period, For Each Key Personnel Member, (2.) The Number Of Projects Currently Being Worked By Each Key Personnel Member Identified In The Sf330, And (3.) The Number Of Projects That Could Be Added To Workload, Given Size And Complexity. criterion 4 - Past Performance – Offerors Will Be Evaluated On Past Performance With Government Agencies And Private Industry In Terms Of Work Quality, Compliance With Schedules, Cost Control, And Stakeholder/customer Satisfaction. Evaluating Past Performance And Experience Will Include Information Provided In Past Performance Questionnaires (ppqs) Or Cpars/acass For Criterion 1 Projects And May Include Other Information Provided By The Firm, Customer Inquiries, Government Databases, And Other Information Available To The Government Including Contacts With Points Of Contact In Other Criteria. Failure To Provide Requested Data, Accessible Points Of Contact, Or Valid Phone Numbers Could Result In A Firm Being Rated Lower. note: Past Performance Information For Projects Listed Under Criterion 1. project Recency: A Project Will Be Considered Recent Only If Performance Was Completed Within Five (5) Years Of The Date Of Issuance Of This Public Announcement. Ongoing Projects Will Not Be Considered As No Accurate Performance Record Can Exist For Work Not Yet Completed. submission Requirements: Submit A Completed The Past Performance Questionnaire (ppq) Included In This Notice Is Provided For The Offeror Or Its Team Members To Submit To The Client For Each Project The Offeror Includes Under Criterion 1. Ensure Correct Phone Numbers And Email Addresses Are Provided For The Client Point Of Contact. Submit No Less Than Three (3) And No More Than Five (5) Past Performance References For Recent And Relevant Projects Identified On Sf330 Part I Section F. Completed Ppqs Should Be Submitted With Your Sf330. If The Offeror Is Unable To Obtain A Completed Ppq From A Client For A Project(s) Before The Response Date Set Forth In This Notice, Offerors Should Complete And Submit With Their Responses The First Page Of The Ppq (attachment A), Which Will Provide Contract And Client Information For The Respective Project(s). Offerors May Submit A Ppq Previously Submitted Under A Different Notice/rfp (legible Copies Are Acceptable) If It Is On The Same Form As Posted With This Synopsis. Offerors Should Follow Up With Clients/references To Ensure Timely Submittal Of Questionnaires. If Requested By The Client, Questionnaires May Be Submitted Directly To The Government's Point Of Contact, Network Contracting Office 6, Attn: Samantha Cahill Via Email At Keith Hunter Via Email At Keith.hunter@va.gov Prior To The Response Date. Offerors Shall Not Incorporate By Reference Into Their Response Ppqs Or Cpars Previously Submitted In Response To Other Ae Services Procurements. However, This Does Not Preclude The Government From Utilizing Previously Submitted Ppq Information In The Past Performance Evaluation. criterion 5 - Location In The General Geographical Area (asheville, Nc) And Knowledge Of The (asheville, Nc); Provided, That Application Of This Criterion Leaves An Appropriate Number Of Qualified Firms, Given The Nature And Size Of The Project. Provided That The Application Of This Criterion Leaves An Appropriate Number Of Qualified Firms, Given The Nature And Size Of The Contract, Firms/teams Will Be Evaluated On The Locations Of Their Office Or Offices That Will Be Performing The Work Under This Contract. submission Requirements: Indicate Firm’s/team’s Location, Including Main Offices, Branch Offices, And Any Sub Consultant’s Offices, As Well As Demonstrate How This Will Be Advantageous To The Government. selection Interview:
discussions/interviews Shall Be Scheduled With Firms Slated As The Most Highly Qualified. Firms Slated For Interviews Will Be Asked A Series Of Established Questions. Elaborate Presentations Are Not Desired, But Selected Firms Should Be Prepared To Present A Summary Of Their Qualifications And Similar Projects To The Evaluation Team. Firms Selected To Move To This Stage Of The Evaluation Will Be Limited To A 30 Minute Time Block. general Information:
all Design And Work Will Conform To The Current Edition Of The Va Master Specifications And Va Design Standards As Published At The Following Site: Www.cfm.va.gov; Asme, Osha, Ibc 2009, Nfpa And Nec Building Codes And Standards. Coordinate All Work Through The Contracting Officer’s Representative (cor) Of Facilities Management Service. Contractor Is Responsible For All Cleanups And Refuse Disposal Throughout The Construction Period. The Ae Firm Will Prepare Drawings And Specifications In Enough Detail Such That Qualified Outside General Contracting Companies Can Prepare Accurate And Timely Proposals For The Desired Construction Work. Microsoft Project Scheduling And Management Software Will Be Used By Both The Ae And Contractors To Allow For Regular Tracking Of Schedules And Work By The Va Medical Center. Schedules With Ms Project Will Be Regularly Sent To The Cor Upon Project Initiation And Whenever Significant Changes Occur In The Schedule. The Estimated Magnitude Of Construction Is Between $2,000,000.00 And $5,000,000.00. The Ae Will Provide An Initial Estimate Of Cost To Perform The Above Work And Will Design Only Those Items That Can Be Provided Within The Cost Limitation. The Estimated Cost Of Construction (ecc) Shall Only Be Provided To The Contractor In Which A Formal Proposal Is Sought For The Purposes Of Providing A Proposal. The Medical Center Must Remain Operational Throughout The Construction Period And A Detailed Sequence Of Work Will Be Provided By The Ae To Minimize Impact Of The Construction. The Ae Will Provide Documents At Each Submission As Indicated In The Statement Of Work. The Naics Code For This Procurement Will Be 541330, Engineering Services. The Current Small Business Size Standard For 541330 Is $25.5 Million. design Costs: All Offerors Are Advised That In Accordance With Vaar 836.606-71(a) The Total Cost Of The Architect Or Engineer Services Contracted For Must Not Exceed Six Percent (6%) Of The Estimated Cost Of The Construction Project Plus Any Fees For Related Services And Activities. Additionally, Far 52.236-22 Design Within Funding Limitations, Will Be Applicable To This Procurement Action. Design Limitation Costs Will Be Provided To The Most Highly Rated A-e Firm(s) Selected In Accordance With The Outlined Process. limitations On Subcontracting: In Accordance With Vaar 852.219-73, Va Notice Of Total Set-aside For Verified Service-disabled Veteran-owned Small Business And 13 Cfr 125.6, A Service-disabled Veteran-owned Small Business Concern (sdvosb) Agrees That, In The Performance Of The Contract, It Will Not Pay More Than 50% Of The Amount Paid By The Government To Firms That Are Not Similarly Situated. Firms That Are “similarly Situated” Are Those That Are Also Cve-registered Sdvosbs. requirement For Electronic Submission unless Paper Offers Are Specifically Authorized, All Responses To This Pre-solicitation Notice Must Be Submitted Electronically As Described Below. The Only Acceptable Paper Form For This Requirement Is The Receipt Of Past Performance Questionnaires. Failure To Comply With This Requirement May Jeopardize The Possibility Of Receiving An Award For The Contract Due To Non-compliance With The Terms Of The Solicitation. You Must Submit Your Electronic Offer, And Any Supplemental Information (such As Spreadsheets, Backup Data, Technical Information), Using Any Of The Electronic Formats And Media Described Below. in Addition, Contractors Are Notified Of The Award Via An Electronic Notice Of Award E-mail. The Award Document Will Be Attached To The Notice Of Award E-mail. acceptable Electronic Formats(software) For Submission Of Offers files Readable Using The Current Microsoft* Office Version Products: Word, Excel, Powerpoint, Or Access. Spreadsheet Documents Must Be Sent In A Format That Includes All Formulas, Macro, And Format Information. Print Or Scan Images Of Spreadsheets Are Not Acceptable. Please See Security Note Below For Caution Regarding Use Of Macros. When Submitting Construction Drawings Contractors Are Required To Submit One Set In Autocad And One Set In Adobe Pdf. (purpose: Contracting Can Open The Pdf Version And Engineering Can Open Autocad Files) files In Adobe* Pdf (portable Document Format) Files: When Scanning Documents Scanner Resolution Should Be Set To 200 Dots Per Inch, Or Greater. another Electronic Format. If You Wish To Submit An Offer Using Another Format Than Those Described In These Instructions, E-mail The Contracting Officer/specialist Who Issued The Solicitation. Please Submit Your Request At Least Five (5) Calendar Days Before The Scheduled Closing Date Of The Solicitation. Request A Decision As To The Format Acceptability And Make Sure You Receive Approval Of The Alternate Format Before Using It To Send Your Offer. please Note That We Can No Longer Accept .zip Files Due To Increasing Security Concerns. e-mail Submission Procedures: For Simplicity In This Guidance, All Submissions In Response To A Solicitation Will Be Referred To As Offers. subject Line:include The Solicitation Number, Name Of Company, And Closing Date Of Solicitation. size:maximum Size Of The E-mail Message Shall Not Exceed Ten (10) Megabytes.the Sf330, In Its Entirety, Shall Not Exceed One Email Of 5mb. The Sf330 (not Including Past Performance Questionnaires) Are Limited To 30 Pages. If The Page Limits Are Exceeded, The Pages In Excess Of The Limit Will Not Be Read Nor Considered. Only One Email Is Permitted Unless Otherwise Stated In This Paragraph Or In Writing By The Contract Officer Submitting The Solicitation. Due To Va It Security Protocols, Email Submissions Are Limited To 10mb Per Email. Furthermore, It Is The Sole Responsibility Of The Prospective Firms To Confirm Receipt Of Their Submission In Its Entirety Prior To The Closing Date And Time Of Their Submission In Response To This Synopsis. security Issues, Late Bids, Unreadable Offers
late Submission Of Offers Is Outlined At Far Parts 52.212-1(f), 52.214-7, And 52.215-1(c)(3). Attention Is Warranted To The Portion Of The Provision That Relates To The Timing Of Submission. please See Far 15.207(c) For A Description Of The Steps The Government Shall Take With Regard To Unreadable Offers. to Avoid Rejection Of An Offer, Vendors Must Make Every Effort To Ensure Their Electronic Submission Is Virus-free.submissions Or Portions Thereof Submitted And Which The Automatic System Detects The Presence Of A Virus, Or Which Are Otherwise Unreadable Will Be Treated As “unreadable” Pursuant To Far Parts 14.406 And Far 15.207(c). the Virus Scanning Software Used By Our E-mail Systems Cannot Always Distinguish A Macro From A Virus. Therefore, Sending A Macro Embedded In An E-mail Message Or An E-mail Attachment May Cause The E-mail Offer To Be Quarantined. You May Send Both The Spreadsheet And The Spreadsheet Saved In Pdf Format To Ensure That Your Proposal Is Readable. password Protecting Your Submission Is Not Permitted. The Contracting Officer Will File The Offer Electronically Which Will Allow Access Only By Designated Individuals. important Notice: Apparent Successful Offerors Must Apply For And Receive Verification From The Small Business Administration (sba) In Accordance With 38 Cfr Part 74 And Vaar 819.70 By Submission Of Documentation Of Veteran Status, Ownership, And Control Enough To Establish Appropriate Status, Offerors Must Be Both Visible And Verified By The Small Business Administration (sba) At The Time Of Submission Of Offers And At The Time Of Award. Failure To Be Both Verified By Sba And Visible On Vetcert At The Time Of Submission Of Offers And At The Time Of Award Will Result In The Offeror’s Proposal Being Deemed Non-compliant. All Offerors Are Urged To Contact The Sba And Submit The Required Documents To Obtain Sba Verification Of Their Sdvosb Status If They Have Not Already Done So. important Addendum To 852.219-73 Va Notice Of Service-disabled Veteran-owned Small Business Set Aside: Va’s Vendor Information Pages (vip) Database Is No Longer Active. Small Business Administration Will Now Verify Sdvosb Status. Offerors Must Be Listed On Sba’s Veteran Small Business Certification (vetcert) Database At Https://veterans.certify.sba.gov/. 852.219-73 Va Notice Of Total Set-aside For Verified Service-disabled Veteran-owned Small Businesses. as Prescribed In 819.7011, Insert The Following Clause: va Notice Of Total Set-aside For Verified Service-disabled Veteran-owned Small Businesses (nov 2022) (a) Definition. For The Department Of Veterans Affairs, “service-disabled Veteran-owned Small Business Concern Or Sdvosb”: (1) Means A Small Business Concern - (i) Not Less Than 51 Percent Of Which Is Owned By One Or More Service-disabled Veterans Or, In The Case Of Any Publicly Owned Business, Not Less Than 51 Percent Of The Stock Of Which Is Owned By One Or More Service-disabled Veterans Or Eligible Surviving Spouses (see Vaar 802.201, Surviving Spouse Definition); (ii) The Management And Daily Business Operations Of Which Are Controlled By One Or More Service-disabled Veterans (or Eligible Surviving Spouses) Or, In The Case Of A Service-disabled Veteran With Permanent And Severe Disability, The Spouse Or Permanent Caregiver Of Such Veteran. (iii) The Business Meets Federal Small Business Size Standards For The Applicable North American Industry Classification System (naics) Code Identified In The Solicitation Document. (iv) The Business Has Been Verified For Ownership And Control Pursuant To 38 Cfr Part 74 And Is Listed In Va's Vendor Information Pages (vip) Database At Https://www.vetbiz.va.gov/vip/; And (v) The Business Will Comply With Vaar Subpart 819.70 And Small Business Administration (sba) Regulations Regarding Small Business Size And Government Contracting Programs At 13 Cfr Parts 121 And 125, Provided That Any Reference Therein To A Service-disabled Veteran-owned Small Business Concern Or Sdvo Sbc, Is To Be Construed To Apply To A Va Verified And Vip-listed Sdvosb, Unless Otherwise Stated In This Clause. (2) The Term “service-disabled Veteran” Means A Veteran, As Defined In 38 U.s.c. 101(2), With A Disability That Is Service-connected, As Defined In 38 U.s.c. 101(16). (3) The Term “small Business Concern” Has The Meaning Given That Term Under Section 3 Of The Small Business Act (15 U.s.c. 632). (4) The Term “small Business Concern Owned And Controlled By Veterans With Service-connected Disabilities” Has The Meaning Given The Term “small Business Concern Owned And Controlled By Service-disabled Veterans” Under Section 3(q)(2) Of The Small Business Act (15 U.s.c. 632(q)(2)), Except That For A Va Contract The Firm Must Be Listed In The Vip Database (see Paragraph (a)(1)(iv) Of This Clause). (b) General. (1) Offers Are Solicited Only From Vip-listed Sdvosbs. Offers Received From Entities That Are Not Vip-listed Sdvosbs At The Time Of Offer Shall Not Be Considered. (2) Any Award Resulting From This Solicitation Shall Be Made To A Vip-listed Sdvosb Who Is Eligible At The Time Of Submission Of Offer(s) And At The Time Of Award. (3) The Requirements In This Clause Apply To Any Contract, Order Or Subcontract Where The Firm Receives A Benefit Or Preference From Its Designation As An Sdvosb, Including Set-asides, Sole Source Awards, And Evaluation Preferences. (c) Representation. Pursuant To 38 U.s.c. 8127(e), Only Vip-listed Sdvosbs Are Considered Eligible To Receive Award Of A Resulting Contract. By Submitting An Offer, The Prospective Contractor Represents That It Is An Eligible Sdvosb As Defined In This Clause, 38 Cfr Part 74, And Vaar Subpart 819.70. (d) Agreement. When Awarded A Contract Action, Including Orders Under Multiple-award Contracts, An Sdvosb Agrees That In The Performance Of The Contract, The Sdvosb Shall Comply With Requirements In Vaar Subpart 819.70 And Sba Regulations On Small Business Size And Government Contracting Programs At 13 Cfr Part 121 And Part 125, Including The Non-manufacturer Rule And Limitations On Subcontracting Requirements In 13 Cfr 121.406(b) And 13 Cfr 125.6. Unless Otherwise Stated In This Clause, A Requirement In 13 Cfr Parts 121 And 125 That Applies To An Sdvo Sbc, Is To Be Construed To Also Apply To A Vip-listed Sdvosb. For The Purpose Of Limitations On Subcontracting, Only Vip-listed Sdvosbs (including Independent Contractors) Shall Be Considered Eligible And/or “similarly Situated” (i.e., A Firm That Has The Same Small Business Program Status As The Prime Contractor). An Otherwise Eligible Firm Further Agrees To Comply With The Required Certification Requirements In This Solicitation (see 852.219-75 Or 852.219-76 As Applicable). These Requirements Are Summarized As Follows: (1) Services. In The Case Of A Contract For Services (except Construction), The Sdvosb Prime Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To The Prime For Contract Performance To Firms That Are Not Vip-listed Sdvosbs (excluding Direct Costs To The Extent They Are Not The Principal Purpose Of The Acquisition And The Sdvosb/vosb Does Not Provide The Service, Such As Airline Travel, Cloud Computing Services, Or Mass Media Purchases). When A Contract Includes Both Services And Supplies, The 50 Percent Limitation Shall Apply Only To The Service Portion Of The Contract (2) Supplies/products. (i) In The Case Of A Contract For Supplies Or Products (other Than From A Non-manufacturer Of Such Supplies), The Sdvosb Prime Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To The Prime For Contract Performance, Excluding The Cost Of Materials, To Firms That Are Not Vip-listed Sdvosbs. When A Contract Includes Both Supply And Services, The 50 Percent Limitation Shall Apply Only To The Supply Portion Of The Contract. (ii) In The Case Of A Contract For Supplies From A Non-manufacturer, The Sdvosb Prime Contractor Will Supply The Product Of A Domestic Small Business Manufacturer Or Processor, Unless A Waiver As Described In 13 Cfr 121.406(b)(5) Has Been Granted. Refer To 13 Crf 125.6(a)(2)(ii) For Guidance Pertaining To Multiple Item Procurements. (3) General Construction. In The Case Of A Contract For General Construction, The Sdvosb Prime Contractor Will Not Pay More Than 85% Of The Amount Paid By The Government To The Prime For Contract Performance, Excluding The Cost Of Materials, To Firms That Are Not Vip-listed Sdvosbs. (4) Special Trade Construction Contractors. In The Case Of A Contract For Special Trade Contractors, No More Than 75% Of The Amount Paid By The Government To The Prime For Contract Performance, Excluding The Cost Of Materials, May Be Paid To Firms That Are Not Vip-listed Sdvosbs. (5) Subcontracting. An Sdvosb Must Meet The Naics Size Standard Assigned By The Prime Contractor And Be Listed In Vip To Count As Similarly Situated. Any Work That A First Tier Vip-listed Sdvosb Subcontractor Further Subcontracts Will Count Towards The Percent Of Subcontract Amount That Cannot Be Exceeded. For Supply Or Construction Contracts, The Cost Of Materials Is Excluded And Not Considered To Be Subcontracted. When A Contract Includes Both Services And Supplies, The 50 Percent Limitation Shall Apply Only To The Portion Of The Contract With The Preponderance Of The Expenditure Upon Which The Assigned Naics Is Based. For Information And More Specific Requirements, Refer To 13 Cfr 125.6. (e) Required Limitations On Subcontracting Compliance Measurement Period. An Sdvosb Shall Comply With The Limitations On Subcontracting As Follows: x By The End Of The Base Term Of The Contract Or Order, And Then By The End Of Each Subsequent Option Period; Or __by The End Of The Performance Period For Each Order Issued Under The Contract. (f) Joint Ventures. A Joint Venture May Be Considered Eligible As An Sdvosb If The Joint Venture Is Listed In Vip And Complies With The Requirements In 13 Cfr 125.18(b), Provided That Any Requirement Therein That Applies To An Sdvo Sbc Is To Be Construed To Apply To A Vip-listed Sdvosb. A Joint Venture Agrees That, In The Performance Of The Contract, The Applicable Percentage Specified In Paragraph (d) Of This Clause Will Be Performed By The Aggregate Of The Joint Venture Participants. (g) Precedence. The Va Veterans First Contracting Program, As Defined In Vaar 802.101, Subpart 819.70, And This Clause, Takes Precedence Over Any Inconsistencies Between The Requirements Of The Sba Program For Sdvo Sbcs, And The Va Veterans First Contracting Program. (h) Misrepresentation. Pursuant To 38 U.s.c. 8127(g), Any Business Concern, Including All Its Principals, That Is Determined By Va To Have Willfully And Intentionally Misrepresented A Company's Sdvosb Status Is Subject To Debarment From Contracting With The Department For A Period Of Not Less Than Five Years (see Vaar 809.406-2 Causes For Debarment). (end Clause)
Northern Railway - NR Tender
Ireps
India, India
Closing Date8 Jan 2025
Tender AmountRefer Documents This is an estimated amount, exact amount may vary.
Tender Id: 49245152-NR-PRINTING-SSB-STORES/NORTHERN RLY | Vigilance Bulletin
Northern Railway - NR Tender
Ireps
India, India
Closing Date20 Jan 2025
Tender AmountRefer Documents This is an estimated amount, exact amount may vary.
Tender Id: 49255012-NR-PRINTING-SSB-STORES/NORTHERN RLY | Gm Award Citation Book
NATIONAL HIGHWAY TRAFFIC SAFETY ADMINISTRATION USA Tender
Civil And Construction...+1Others
United States
Closing Date21 Jan 2025
Tender AmountRefer Documents
Details: *** Amendment 1, Extension Of Solicitation *** *provide Responses To Questions And Supporting Documents Concerning This Project Prior To Close Of Solicitation This Evening! this Solicitation Is Hereby Extended To Provide Responses To Technical Questions Received For Which The Gov't Response Will Be Provided By C.o.b. (tomorrow) January 14, 2025; Proposals Will Then Be Due By 4:00p.m. Est On Tuesday, January 21st, 2025. **please Read This Notice Carefully As It Constitutes The Only Notice That Will Be Issued** a. Far 12.603 Streamlined Solicitation For Commercial Products Or Commercial Services this Is A Combined Synopsis/solicitation For Commercial Products Or Commercial Services Prepared In Accordance With The Format In Far Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Proposals Are Being Requested And A Written Solicitation Will Not Be Issued. the Request For Proposal (rfp) Number For This Project Is 693jj925r000012. The Resultant Contract Award Will Be Performed At The Office Of Vehicle Safety Compliance’s (ovsc’s) San Angelo Test Facility (satf) Located On The Grounds Of Goodfellow Air Force Base (gafb) In San Angelo, Tx. The Contract Type Will Be Firm Fixed-price. the Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Fac Number 2025-01 With The Effective Date Of 11/12/2024. the North American Industrial Classification System (naics) Code For This Procurement Is 237310 “highway, Street, And Bridge Construction” -, With A Small Business Size Standard Of $45,000,000.00. The Product Service Code For This Procurement Is Y1lb “construction Of Highways, Roads, Streets, Bridges, And Railways”. This Solicitation Is Not Set-aside For Small Businesses. contract Price. b. Price Schedule b.1 Base Period Of Performance: total Price Shall Cover The Performance Period From The Effective Date Of Award Through Twenty-four (24) Months Thereafter. from: 01/xx/2025 To: 01/xx/2026 base Period, Contract Price: $tbd line Item Number item Description qty unit unit price total Extended Price 0001 resurface Utqg Standards Traction Asphalt Test Surface 1 lot - $tbd total Contract Firm Fixed-price $tbd statement Of Work (sow) c. Description/specifications/ Statement Of Work c.1 Background the National Highway Traffic Safety Administration (nhtsa) Has A Need To Resurface The Asphalt Test Surface Portion Of The Traction Grading Test Track Used To Perform Testing In Accordance With The Uniform Tire Quality Grading System (utqgs) At The Office Of Vehicle Safety Compliance’s (ovsc’s) San Angelo Test Facility (satf) Located On The Grounds Of Goodfellow Air Force Base (gafb) In San Angelo, Texas (tx). The Asphalt Test Surface Was Last Resurfaced In September 2013. The Test Surface Is Used By Ovsc To Perform Traction Testing For Enforcement Of The Utqg Consumer Information Program. The Test Surface Is Also Used By Outside Entities To Perform Traction Testing. the Utqg Traction Test Measures The Slide Friction Coefficient Of Tires Using A Tire Traction Skid Trailer At A Test Speed Of 40 Miles Per Hour (mph). The Allowable Surface Coefficient Range Per 49 C.f.r. § 575.104 Is 0.50 ± 0.10. This Value Is Measured Using The American Society For Testing And Materials (astm) E 501 Tire With A Test Load Of 1,085lbs And An Onboard Watering System With An Output Of Approximately 4.0 Gpm Per Wetted Inch Of Nozzle Width. c.2 Contract Objectives the Objective Of This Contract Is To Replace The Asphalt Utqg Traction Test Surface Located At The Satf Located On Gafb In San Angelo, Tx With A Durable Surface That Meets The Tire Test Surfaces Specified In 49 C.f.r. § 575.104. this May Include, But Is Not Limited To, Identifying A Suitable Replacement Asphalt Mix With Test Strips, Removing The Existing Surface, Placing A New Asphalt Surface, And Re-painting The Required Lines. the Purpose Of The New Test Surface Is To Satisfy The Government’s Need To Have A Nhtsa Traction Asphalt Test Surface Located At Its San Angelo Test Facility (satf) Located On The Grounds Of Goodfellow Air Force Base (gafb) In San Angelo, Texas (tx). the Intended Use Of The Test Surface That Is To Be Provided To The Government Is To Conduct Compliance Testing For Tire Traction Ratings, Which Require A Surface That Is Within The Uniform Tire Quality Grading System (utqgs) Allowable Surface Friction Range And Possesses The Quality, Durability, And Smoothness Needed For Traction Testing. all Work Completed Must Be In Compliance With All Applicable Rules And Regulations Of Gafb. c.3 General Requirements phase One (1) Test Stripe Surface Application the Contractor Shall Schedule All Work Under This Contract With The Contracting Officer’s Representative (cor). the Contractor Shall Identify A Suitable Asphalt Mix Design Through The Placement And Evaluation Of A Test Strip, Removing The Existing Test Surface (if Required), Replacing The Test Surface, And Ensuring Smooth Transitions To And From The Test Surface, To Include Painting Of The Completed Test Surface. The Contractor Shall Meet All Work Requirements For Gafb Including Certain Requirements And Approvals That Must Be Met And/or Obtained Prior To The Start Of Work By The Contractor. the Contractor Shall Be Responsible For The Following: c.3.1 The Contractor, Inclusive Of Contractor Personnel And Subcontractors Supporting This Project On-site At The Satf, Must Meet All Air Force Base (afb) Security Requirements. This Will Include Background And Verification Checks Required Prior To Base Access. The General Requirements May Be Found At: Https://www.goodfellow.af.mil/home/visitor-control-center-gate-information/ the Contractor Must Provide A List Of All Personnel Who Will Be Accessing The Base And All Required Information To Include The Following: (full Name, Date Of Birth, Driver’s License No. W/state Of Issuance, And Last Four (4) Of Ssn) To The Cor For The Contractor Personnel To Gain Approval To Access The Base. This Process Can Take Between 2-4 Weeks To Complete From The Time The List Is Submitted. This List Must Be Provided To The Cor Via Email Within 1 Month Of The Completion Of The Kick-off Meeting. c.3.2 The Contractor Must Meet All Other Afb Requirements That Are In Effect At And During Time Of Project, Including But Not Limited To, Obtaining Environmental Approval For All Materials Required To Complete The Project. c.3.3 The Contractor Shall Ensure That Its Equipment And Operations Does Not Interfere With Afb Operations At Any Time During Project. c.3.4 Parking On Turf Or Base Roads Is Not Permitted Without Prior Approval From The Cor. c.3.5 All Equipment, (e.g., Vehicles) Shall Pass Through An Inspection Station When Accessing The Afb Or Whenever Entering The Afb Located At: 4368 S Chadbourne St. san Angelo, Tx 76905 note: The Inspection Station Is Located At The South Gate, Near The Visitor’s Center Entrance To The Base. c.3.6 Upon Completion Of The Project The Contractor Shall Perform Cleanup Of Debris From All Work Areas. The Contractor Shall Collect All Trash, Debris, Refuse, Garbage, Etc., That Is Generated, And Place It In Appropriate Containers Or Vehicles As Directed By The Cor. The Contractor Shall Haul Materials From The Site By Appropriate Means As Needed. The Contractor Shall Ensure Proper Disposal Of Materials Outside The Limits Of Government Property. The Contractor Shall Ensure That Disposal By Recycling, Sanitary Landfill Or Other Approved Methods Conforms To All Local, State, And Federal Guidelines, Criteria, And Regulations. Upon Completion Of The Work, The Contractor Shall Leave The Work Site And Any Storage Area(s) In A Clean, Neat, And Orderly Condition As Determined By The Cor. The Cor Will Inspect The Work Site, Prior To The Contractor’s Final Departure From The Site, To Confirm That The Work Site Is In A Satisfactory Condition. c.3.7 The Contractor Shall Comply With All Occupational Safety And Health Administration (osha) Regulations While Executing Contract Activities. c.3.8 The Contractor Shall Comply And Ensure That All Subcontractors, If Any, Comply With All Applicable Federal, State, And Local Laws, Regulations, Ordinances, And Standards Related To Any Environmental Matters. The Contractor Shall Also Comply And Ensure That All Subcontractors, If Any, Comply With All Specific Instructions Or Directions Provided To The Contractor By Goodfellow Afb Regarding Any Environmental Or Safety Matters. c.3.9 The Contractor Shall Execute The Work For This Project In The Best And Most Competent Manner, By Qualified And Efficient Contractor Personnel, Skilled In Their Respective Trades. The Contractor Shall Coordinate And Perform All Operations In A Manner That Will Result In A Professional And Expeditiously Completed Project. The Contractor Shall Conduct The Work In Strict Accordance With Prevailing Industry Standards And Manufacturer’s Instructions. The Contractor Shall Ensure That The Work And Materials Comply With Industry Best Practices For Quality And Technical/performance Requirements For This Project As Described Herein And (the Resultant Contract Award) For All Applicable Criteria, Regulations, Guidelines, And Codes, All Of Which Are Made A Part Thereof. c.3.10 Normal Working Hours For Satf Personnel Are Monday Through Friday Between The Hours Of 7:00 A.m. And 4:00 P.m. Excluding Saturdays, Sundays, And Federal Holidays. If Noncontractor Personnel (e.g. Federal Or Nhtsa Contractor Personnel) Are Reasonably Available, The Contracting Officer May Authorize The Contractor To Perform Work During Periods Other Than The Normal Tour Of Duty For Work Hours/days. c.4 Test Surface Specific Requirements c.4.1 Kick-off Meeting within Two (2) Weeks Of The Effective Date Of The Contract, The Contractor Shall Participate In A Kick-off Meeting With The Contracting Officer’s Representative (cor), Contracting Officer (co), And Other Nhtsa Staff. The Kickoff Meeting Will Take Place Via Teleconference And Will Be Approximately Two Hours In Length. The Contractor Shall Make A Brief Presentation Of Their Understanding Of The Contract Requirements. After The Presentation, The Parties Shall Discuss Basic Contract Requirements, Including The Schedule For Evaluations And Operational Procedures. Washington, Dc, Based Nhtsa Staff May Join Via Teleconference For These Discussions. c.4.2 The Contractor Shall Clean And Remove All Grass, Weeds, Debris, And Soil From Cracks In The Asphalt Test Surface Prior To Beginning Paving. c.4.3 The Contractor Shall Remove The Existing Surface; Or Subject To Cor Approval Repair The Existing Asphalt Test Surface With A Suitable Crack Sealant. c.4.4 The Contractor Shall Design An Asphalt Mix That They Believe Is Capable Of Meeting The Required Performance Characteristics Detailed In Section C.4.6 Prior To Applying The Test Strip. the Contractor Shall Prepare And Install An Initial Test Strip Before Installing The Full Asphalt Test Surface. The Contractor Shall Place A Test Strip That Is 10 Feet Wide And 150 Feet Long In The Shoulder Area Adjacent To The Asphalt Test Surface. The Purpose Of The Test Strip Is To Demonstrate The Wet Traction Coefficient Of Friction And Durability Of The Asphalt Mix Design. Alternatively, The Contractor May Place A Test Strip Of The Proposed Asphalt Mix Design At Satf Or Another Location (upon Approval By The Government And Within A 150-mile Radius Of Satf), So That Satf Personnel Can Access And Evaluate The Test Strip In A Manner Consistent With The Location At Satf. the Government Will Burnish And Test The Surface For Wet Traction Coefficient Of Friction And Durability. 2) The Government Will Discuss The Results Of The Testing With The Contractor. if An Additional Test Strip Is Required; The Following Procedure Will Be Followed: the Contractor Shall Then Adjust The Asphalt Mix Design As Required To Meet The Friction Coefficient And Durability Requirements And Install Another Complete Asphalt Test Strip In The Same General Area As The Previous One; As Described In Paragraph (c.4.4.a, Above). The Contract Will Require Successful Paving Of At Least One Test Strip That Meets The Required Wet Traction Coefficient Of Friction And Desired Durability Prior To Receipt Of Approval By The Co In Order To Move Onto Phase 2 For Paving Of The Full Asphalt Test Surface. once The Government Determines That The Test Strip Meets Durability And Skid Coefficient Requirements, The Contractor Will Be Notified By The Co That It May Proceed To The Task Detailed At C.4.5 Below. phase Two (2) Full Asphalt Test Surface Application c.4.5 The Contractor Shall Provide A Surface Within The Target Range For The Wet Slide Coefficient Of Friction Of 0.55µ To 0.62µ After Curing And The Government Has Burnished The Surface. The Coefficient Of Friction Will Be Measure By The Government Using The Utqg Traction Test Procedure And An Astm E 501 Tire. c.4.6 Additional Construction Requirements a. The Contractor Shall Prepare And Install An Asphalt And Aggregate Seal Coat Overlay On The Entire Test Surface And Shoulders, 1000 Feet Long And 104 Feet Wide, That Will Serve In Part As A Moisture Barrier. b. The Test Procedure Requires A Traction Testing Apparatus Consisting Of A Pickup Truck And Instrumented Trailer To Travel At A Steady Speed Of 40 Mph. The Contractor Shall Construct The New Asphalt Test Surface In A Way That Allows For A Very Smooth Transition From The Oval Track Road To The Test Surface With No Perceptible Impact To The Driver And Enough Distance For The Vertical Loads To Settle Out Of The Suspension Prior To Reaching The First Test Location. The Contractor Shall Ensure The Exit Ramp Of The Test Surface Meets The Same Requirements. The Contractor Shall Ensure That The Surface Transition Is Smooth From Both Directions In The Event That Traffic Flow Is Reversed. c. The Contractor Shall Ensure That The Final Test Surface Is Smooth And Free Of Bumps, Divots, Or Any Other Surface Disturbances. These Things Will Cause Transient Disturbances In Traction Testing Data Which Will Increase Test Variability And Produce Bad Data. d. The Contractor Shall Ensure That There Are No Foreign Objects Purposefully Or Accidentally Left In The Test Surface. The Contractor Shall Ensure That The Surface Is A Smooth, Finished, Homogenous, Asphalt Surface. e. The Contractor Shall Ensure That There Are No Longitudinal Or Horizontal Cracks In The Final Test Surface. The Contractor Shall Ensure That The Construction Seams Between Asphalt Lays Are Minimal With No Vertical Difference Between Lays. f. The Contractor Shall Ensure That The Final Density Is Such That The Surface Can Support The Static And Dynamic Loads Of The Trailer Traction Testing Apparatus For The Extent Of The Test Surface Life Without Rutting. c.4.7 At Transition Areas Between The Test Surface And The Non-test Surface, The Contractor Must Provide: a. Butt Joints To Transition To And From Asphalt Test Areas To Ensure Structural Integrity And Smooth Transition To The Asphalt Roadway Surface. b. Provide A Smooth Transition Between The Test Surface And The Non-test Surface, Such That, The Driver Of An Instrumented Skid Trailer Driving Over The Transition Area Will Not Feel A Bump And The Data Acquisition System Will Not Be Affected As The Various Axles Pass Over The Transition Area. c. Two Full-width, Ramp-like Surface Grades Of 100 Feet Length Each. The Contractor Shall Ensure That Each Grading Has A Gradual Height Transition From The Original Non-test Asphalt Surface With Overlay To The Existing Concrete Test Surface. c.4.8 The Contractor Shall Paint New Lane Stripes On The New Test Surface That Duplicate The Color, Width And Length Of The Old Lane Stripes, I.e., Alternating Yellow And White Stripes, 10 Feet Long, Beginning 10 Feet Prior To Entering Skid Pad Test Surface From Both Directions And A Lateral Midpoint Stripe. c.4.9 The Government Will Evaluate The Completed Test Surface And Provide Final Acceptance To The Contractor. The Government Will Provide Final Acceptance Within Two (2) Months Of The Completion Of The Lane Stripes Being Completed. c.4.10 The Contractor Shall Provide All Quality Assurance Or Quality Control Data And Documentation For Any Of The Materials And Test Surface Along With The Final Mix Design To The Cor. These Documents Must Be Provided Within 3 Weeks Of The Government’s Final Acceptance Of The Completed Test Surface. c.5 Proprietary Or Confidential Information consistent With The Data Rights Clause In Section (viii) Below Of This Agreement, The Contractor May Identify Any Proprietary Or Any Confidential Data Or Information Needed In The Performance Of The Contract. The Contractor Must Comply With The Data Rights Clause In This Agreement To Notify And Identify The Data Or Information With Limited Rights. The Government Can Assist The Contractor To Identify Limited Rights Data Consistent With The Data Rights Clause. delivery Date, Acceptance (f.o.b. Destination) date Of Delivery the Period Of Performance For This Contract Shall Be Twelve (12) Months From Date Of Award. (dates Tbd) place Of Delivery department Of Transportation national Highway Traffic Safety Administration office Of Vehicle Safety (nef-220) 131 Comanche Trail Building 3527 goodfellow Afb, Texas 76908 contracting Officer’s Representative (cor) – Tbd alternate Contracting Officer’s Representative (acor) – Tbd inspection: inspection And Acceptance far 52.252-2 Clauses Incorporated By Reference (feb 1998) this Solicitation Incorporates One Or More Clauses By Reference, With The Same Force And effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make their Full Text Available. Also, The Full Text Of A Clause May Be Accessed Electronically At this/these Address(es): Www.acquisition.gov/far note: Those Clauses Marked With An “x” Are Hereby Incorporated By Reference. applicable “x” far Clause Number far Clause Title (thru Fac 2005-99) x 52.246-4 inspection Of Services—fixed-price (aug 1996) inspection And/or Acceptance the Cor As Designated In This Effort Shall Be Responsible For Performing The Inspection Of All Services Rendered Under This Award And For Recommending Acceptance Of Replacement/correction Of Services Or Materials That Fail To Meet The Requirements To The Contracting Officer. the Cor Will Also Be Responsible To The Contracting Officer For Recommending Acceptance Or Replacement/correction Of Nonconforming Supplies Or Services That Fail To Meet The Requirements. rejection Of A Final Report Will Delay Final Payment Of Costs Due Under The Effort. The Most Common Causes For Rejecting Final Reports Are: incomplete Description Of The Work Objective And Its Relationship To Other Work Performed In The Area. inadequate Description Of Methodology insufficient Or Inconsistent Technical Information To Support The Findings Or Conclusions. poorly Conceived Graphs, Charts, And Displays. incorrect Spelling And Grammar agency Personnel Responsible For Inspection the Contracting Officer’s Representative (cor) As Designated In This Effort, Will Be Responsible For Performing The Inspection Of All Services Rendered Under This Award And For Recommending Acceptance Or Replacement/correction Of Services Or Materials That Fail To Meet The Requirements To The Contracting Officer. milestones And Deliverables: deliverables/milestones the Following Milestones And Deliverables Apply To This Contract And Are Considered Critical To The Successful Completion Of The Project. item No. section deliverable (d) /milestone (m) estimated Timeline 1 c.4.1 (phase 1) kickoff Meeting (m) within Two (2) Weeks After Contract Award (aca) 2 c.3.1 contractor Submits Personnel List With Required Information For Base Security Checks (d) within One (1) Month Of Item 1 3 c.3.1 personnel List Is Approved (m) typically 2-4 Weeks From Item 2 Completion 4 c.4.4 contractor And Cor Determine Test Strip Start Date (m) tbd 5 c.4.4 contractor Places Test Strip (d) tbd 6 c.4.4.a.1 satf Completes Evaluation Of Test Strip (m) within 2 Months Of Item 5 Completion 7 c.4.4.a.2 satf Discusses Test Strip Results With Contractor (m) within 1 Week Of Item 6 Completion 8 c.4.4.b.1 (retest; If Required) contractor Places Additional Test Strip (d) if Applicable 9 c.4.4.a.1 (retest; If Required) Satf Completes Evaluation Of Additional Test Strip (m) within 2 Months Of Item 8 Completion 10 c.4.4.b.2 satf Approves Mix Design (m) within One (1) Week Of Identifying A Test Strip That Meets The Performance Criteria 11 c.4.5 (phase 2 Begins) Upon Approval contractor Places Full Test Surface (d) tbd 12 c.4.8 contractor Paints Test Surface (d) tbd 13 c.4.9 satf Accepts Final Test Surface (m) within Two (2) Months Of Item 12 Completion 14 c.4.10 contractor Provides Satf With All Qa/qc Data And Final Mix Design (d) within Three (3) Weeks Of Item 13 Completion payment Schedule: Contract Payment Schedule the Following Payment Schedule Is Hereby Incorporated And Applicable To All Payments To Be Made Under This Contract. payment Schedule task # task Order Payment Schedule Milestones percentage Of Total Price c.4.1 kickoff Meeting 1% c.4.4.b.2 test Strip Meets Skid Coefficient Requirements 20% c.4.7 full Asphalt Test Surface 45% c.4.7 & C.4.8 non-test Surface & Painting 24% c.4.10 qa/qc Data And Final Mix Design 10% 100% total Firm Fixed-price Amount $tbd far 52.212-1 -- Instructions To Offerors-commercial Products And Commercial Services (sep 2023) Is Applicable To This Solicitation. Additional Clauses Incorporated By Reference (feb 1998) Far Clauses Incorporated By Reference this Solicitation And Any Resulting Contract Incorporates One Or More Clauses By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officerwill Make Their Full Text Available. Also, The Full Text Of A Clause May Be Accessed Electronically At This Address: Www.acquisition.gov/far fac Number: 2025-01 effective Date: 11-12-2024 52.202-1 Definitions (jun 2020) 52.203-3 Gratuities (apr 1984) 52.203-5 Covenant Against Contingent Fees (may 2014) 52.203-6 Restrictions Of Subcontractor Sales To The Government (jun 2020) 52.203-7 Anti-kickback Procedures (jun 2020) 52.203-8 Cancellation, Recission, And Recovery Of Funds For Illegal Or Improper Activity (may 2014) 52.203-10 Price Or Fee Adjustment For Illegal Or Improper Activity (may 2014) 52.203-12 Limitation On Payments To Influence Certain Federal Transactions (jun 2020) 52.204-4 Printed Or Copied Double-sided On Postconsumer Fiber Content Paper (may 2011) 52.204-10 Reporting Executive Compensation And First-tier Subcontract Awards (jun 2020) 52.204-18 Commercial And Government Entity Code Maintenance (aug 2020) 52-209-6 Protecting The Government’s Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment (nov 2021) 52.209-9 Updates Of Publicly Available Information Regarding Responsibility Matters (oct 2018) 52.213-1 Fast Payment Procedure (may 2006) 52.215-2 Audit And Records-negotiation (jun 2020) 52.215-8 Order Of Precedence-uniform Contract Format (oct 1997) 52.215-11 Price Reductions For Defective Certified Cost Or Pricing Data-modifications (jun 2020) 52.215-13 Subcontractor Certified Cost Or Pricing Data-modifications (jun 2020) 52.215-14 Integrity Of Unit Prices (nov 2021) 52.215-23 Limitations On Pass-through Charges (jun 2020) 52.216-7 Allowable Cost And Payment (aug 2018) 52.222-2 Payment For Overtime Premiums (july 1990) 52.222-3 Convict Labor (jun 2003) 52.222-21 Prohibition Of Segregated Facilities (apr 2015) 52.222-26 Equal Opportunity (sept 2016) 52.222-35 Equal Opportunity For Veterans (jun 2020) 52.222-36 Equal Opportunity For Workers With Disabilities (jun 2020) 52.222-37 Employment Reports On Veterans (jun 2020) 52.222-38 Compliance With Veterans’ Employment Reporting Requirements (feb 2016) 52.222-40 Notification Of Employee Rights Under The National Labor Relations Act (dec 2010) 52.222-50 Combating Trafficking In Persons (nov 2021) 52.222-54 Employment Eligibility Verification (may 2022) 52.223-6 Drug-free Workplace (may 2001) 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving (jun 2020) 52.225-1 Buy American-supplies (oct 2022) 52.225-3 Buy American-free Trade Agreements-israeli Trade Act (nov 2023) 52.225-13 Restrictions On Certain Foreign Purchases (feb 2021) 52.227-1 Authorization And Consent (jun 2020) 52.227-2 Notice And Assistance Regarding Patent And Copyright Infringement (jun 2020) 52.227-3 Patent Indemnity (apr 1984) 52.227-14 Rights In Data-general (may 2014), (alternate I) (dec 2007), And (alternate Ii) (dec 2007) 52.227-16 Additional Data Requirements (june 1987) 52.227-17 Rights In Date-special Works (dec 2007) 52.228-7 Insurance-liability To Third Persons (mar 1996) 52.230-2 Cost Accounting Standards (jun 2020) 52.230-3 Disclosure And Consistency Of Cost Accounting Practices (jun 2020) 52.230-6 Administration Of Cost Accounting Standards (june 2010) 52.232-17 Interest (may 2014) 52.232-20 Limitation Of Cost (apr 1984) 52.232-22 Limitation Of Funds (apr 1984) 52.232-23 Assignment Of Claims (may 2014) 52.232-25 Prompt Payment (jan 2017) Alternate I (feb 2002) 52.232-33 Payment By Electronic Funds Transfer-system For Award Management (oct 2018) 52.232-34 Payment By Electronic Funds Transfer-other Than System For Award Management (jul 2013) 52.232-39 Unenforceability Of Unauthorized Obligations (jun 2013) 52.232-40 Providing Accelerated Payments To Small Business Subcontractors (mar 2023) 52.233-1 Disputes (may 2014) Alternate I (dec 1991) 52.233-3 Protest After Award (aug 1996) Alternate I (jun 1985) 52.233-4 Applicable Law For Breach Of Contract Claim (oct 2004) 52.237-3 Continuity Of Services (jan 1991) 52.242-1 Notice Of Intent To Disallow Costs (apr 1984) 52.242-3 Penalties For Unallowable Costs (dec 2022) 52.242-4 Certification Of Final Indirect Costs (jan 1997) 52.242-13 Bankruptcy (july 1995) 52.243-2 Changes-cost-reimbursement (aug 1987) Alternate Ii (apr 1984) 52.244-2 Subcontracts (jun 2020) Alternate I (jun 2020) 52.244-5 Competition In Subcontracting (aug 2024) 52.245-1 Government Property (sep 2021) Alternate I (apr 2012) 52.245-2 Government Property Installation Operation Services (apr 2012) 52.245-9 Use And Charges (apr 2012) 52.246-1 Contractor Inspection Requirements (apr 1984) 52.246-25 Limitation Of Liability-services (feb 1997) 52.247-29 F.o.b. Origin (feb 2006) 52.247-34 F.o.b. Destination (jan 1991) 52.249-6 Termination (cost-reimbursement) (may 2004) 52.249-14 Excusable Delays (apr 1984) 52.251-1 Government Supply Sources (apr 2012) 52.253-1 Computer Generated Forms (jan 1991) Federal Acquisition Regulation (far) Clauses Provided In Full Text this Contract Incorporates The Following Federal Acquisition Regulation Clauses Provided In Full Text: Far 52.204-27 - Prohibition On A Bytedance Covered Application (jun 2023) (a) Definitions. As Used In This Clause— covered Application Means The Social Networking Service Tiktok Or Any Successor Application Or Service Developed Or Provided By Bytedance Limited Or An Entity Owned By Bytedance Limited. information Technology, As Defined In 40 U.s.c. 11101(6)— (1) Means Any Equipment Or Interconnected System Or Subsystem Of Equipment, Used In The Automatic Acquisition, Storage, Analysis, Evaluation, Manipulation, Management, Movement, Control, Display, Switching, Interchange, Transmission, Or Reception Of Data Or Information By The Executive Agency, If The Equipment Is Used By The Executive Agency Directly Or Is Used By A Contractor Under A Contract With The Executive Agency That Requires The Use— (i) Of That Equipment; Or (ii) Of That Equipment To A Significant Extent In The Performance Of A Service Or The Furnishing Of A Product; (2) Includes Computers, Ancillary Equipment (including Imaging Peripherals, Input, Output, And Storage Devices Necessary For Security And Surveillance), Peripheral Equipment Designed To Be Controlled By The Central Processing Unit Of A Computer, Software, Firmware And Similar Procedures, Services (including Support Services), And Related Resources; But (3) Does Not Include Any Equipment Acquired By A Federal Contractor Incidental To A Federal Contract. (b) Prohibition. Section 102 Of Division R Of The Consolidated Appropriations Act, 2023 (pub. L. 117-328), The No Tiktok On Government Devices Act, And Its Implementing Guidance Under Office Of Management And Budget (omb) Memorandum M-23-13, Dated February 27, 2023, “no Tiktok On Government Devices” Implementation Guidance, Collectively Prohibit The Presence Or Use Of A Covered Application On Executive Agency Information Technology, Including Certain Equipment Used By Federal Contractors. The Contractor Is Prohibited From Having Or Using A Covered Application On Any Information Technology Owned Or Managed By The Government, Or On Any Information Technology Used Or Provided By The Contractor Under This Contract, Including Equipment Provided By The Contractor’s Employees; However, This Prohibition Does Not Apply If The Contracting Officer Provides Written Notification To The Contractor That An Exception Has Been Granted In Accordance With Omb Memorandum M-23-13. (c) Subcontracts. The Contractor Shall Insert The Substance Of This Clause, Including This Paragraph (c), In All Subcontracts, Including Subcontracts For The Acquisition Of Commercial Products Or Commercial Services. (end Of Clause) far 52.223-99 – Ensuring Adequate Covid-19 Safety Protocols For Federal Contractors (oct 2021) (deviation 2022-01) (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) Compliance. The Contractor Shall Comply With All Guidance, Including Guidance Conveyed Through Frequently Asked Questions, As Amended During The Performance Of This Contract, For Contractor Or Subcontractor Workplace Locations Published By The Safer Federal Workforce Task Force (task Force Guidance) At Https:/www.saferfederalworkforce.gov/contractors/. (d) Subcontracts. The Contractor Shall Include The Substance Of This Clause, Including This Paragraph (d), In Subcontracts At Any Tier That Exceed The Simplified Acquisition Threshold, As Defined In Federal Acquisition Regulation 2.101 On The Date Of Subcontract Award, And Are For Services, Including Construction, Performed In Whole Or In Part Within The United States Or Its Outlying Areas. (end Of Clause) the Government Will Take No Action To Enforce The Clause Implementing Requirements Of Executive Order 14042, Absent Further Written Notice From The Agency, 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, The Government 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/. department Of Transportation Acquisition Regulation (tar) Clauses Incorporated By Reference this Contract Incorporates The Following Transportation Acquisition Regulation Clauses (tar) By Reference (with The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make The Full Text Available. 1252.237-70 Qualifications Of Contractor Employees (nov 2022) 1252.237-72 Prohibition On Advertising (nov 2022) 1252.239-70 Security Requirements For Unclassified Information Technology Resources (nov 2022) 1252.239-71 Information Technology Security Plan And Accreditation (nov 2022) 1252.239-72 Compliance With Safeguarding Dot Sensitive Data Controls (nov 2022) 1252.239-73 Limitations On The Use Or Disclosure Of Third-party Contractor Reported Cyber Incident Information (nov 2022) 1252.239-74 Safeguarding Dot Sensitive Data And Cyber Incident Reporting (nov 2022) 1252.239-75 Dot Protection Of Information About Individuals, Pii, And Privacy Risk Management Requirements (nov 2022) 1252.239-91 Records Management (nov 2022) 1252.239-92 Information And Communication Technology Accessibility Notice (nov 2022) 1252.239-93 Information And Communication Technology Accessibility (nov 2022) 1252.242-71 Contractor Testimony (nov 2022) 1252.242-72 Dissemination Of Information (nov 2022) 1252.242-74 Contract Audit Support (nov 2022) department Of Transportation Acquisition Regulation (tar) Clauses Incorporated In Full Text tar 1252.223-73 Seat Belt Use Policies And Programs (nov 2022) in Accordance With Executive Order 13043, Increasing Seat Belt Use In The United States, Dated April 16, 1997, The Contractor Is Encouraged To Adopt And Enforce On-the-job Seat Belt Use Policies And Programs For Its Employees When Operating Company-owned, Rented, Or Personally-owned Vehicles. The National Highway Traffic Safety Administration (nhtsa) Is Responsible For Providing Leadership And Guidance In Support Of This Presidential Initiative. For Information On How To Implement Such A Program Or For Statistics On The Potential Benefits And Cost-savings To Your Company Or Organization, Please Visit The Click It Or Ticket Seat Belt Safety Section Of Nhtsa’s Website Athttps://www.nhtsa.gov/campaign/click-it-or-ticke And Https://www.nhtsa.gov/risky-driving/seat-belts. (end Of Clause) far 52.212-2 - Evaluation-commercial Products And Commercial Services (nov 2021) Section L - Notice To Offerors 1) The Government Intends To Award A Firm Fixed-price Contract To The Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government, Price And Other Factors Considered. The Following Factors Shall Be Used To Evaluate Offers: evaluation Factors Listed In Descending Order Of Importance: factor 1 Technical Approach And Project Planning factor 2 Corporate Experience And Past Performance factor 3 Personnel Qualifications factor 4 Price evaluation Factors 1-3, When Combined, Are More Important Than Price. 2) A Written Notice Of Award Or Acceptance Of An Offer, Mailed Or Otherwise Furnished To The Successful Offeror Within The Time For Acceptance Specified In The Offer, Shall Result In A Binding Contract Without Further Action By Either Party. Before The Offer’s Specified Expiration Time, The Government May Accept An Offer (or Part Of An Offer), Whether Or Not There Are Negotiations After Its Receipt, Unless A Written Notice Of Withdrawal Is Received Before Award. l.1- Technical Approach And Project Planning the Proposed Technical Approach Shall Demonstrate The Objectives, Methods, Services, And Products Associated With Completing The Work Requirements Stated In This Solicitation. This Should Also Include An Explanation Of The Processes In Place For Monitoring The Quality Of Work And Materials Used For The Asphalt Test Surface Project. additionally, The Offeror Shall Provide A Written Plan For The Proposed Project Schedule To Include The Anticipated Number Of Days After Contract Award To Begin Preparatory Work, Which Includes A Visit By The Project Manager/construction Supervisor To Goodfellow Air Force Base (gafb) To Obtain Approvals From Different Gafb Departments. The Offeror Shall Include The Estimated Amount Of Time For Preparatory Work, To Include, But Not Limited To; An Estimate Of Time After Security Vetting To Begin Work; An Estimate Of Time For The Placement Of A Test Strip; And An Estimate Of Time For The Placement Of The Full Test Surface And Painting Once The Mix Has Been Approved. offerors Shall Develop The Performance Work Statement/statement Of Work (i.e. Offeror’s Solution) For Accomplishing The Objectives Of The Solicitation. Offerors Shall Develop The Performance Metrics And A Measurement Plan, And A Quality Assurance Plan For Accomplishing The Objectives Of The Solicitation. l.2- Corporate Experience And Past Performance the Offeror Shall Provide A List Of Past Projects That It Has Completed That Are Similar To The Project Described In This Solicitation. In Doing So, The Offeror Shall Provide: customer Name customer Contact Information description Of The Project Requirements contract Timeline And Schedule Variance total Contract Value. contract Number (if Federal Government Entity) the Offeror Shall Also Provide Information On Any Contracts That Have Been Terminated For Default Or Convenience And Explain The Circumstances That Resulted In Those Decisions. l.3- Personnel Qualifications the Offeror Shall Provide Resumes For Personnel Proposed To Support This Project. Resumes Are Limited To 1 Page. At A Minimum, The Offeror Shall Provide Resumes For The Management Team, Project Manager, Project Engineer, And Construction Supervisor (or Similar Categories). The Resumes Shall Discuss Personnel Experience Related To Performing The Following Work: asphalt Mix Design; construction Of Traction Test Surfaces In General; utqg Traction Test Surfaces Specifically; And construction On Gafb Or Experience With Work On Military Bases. l.4- Price/cost Proposal the Price/cost Proposal Shall Be Inclusive Of All Prices/costs Necessary To Complete All Aspects Of The Statement Of Work. **note** a Site Visit To The Satf May Be Required After Contract Award For Afb Coordination Purposes. Site Visits Will Be Made Through Appointment Only With The Facility Manager/cor And The Contracting Officer. Section M - Evlaution Factors For Award m.1 Technical Approach And Project Planning (see L.1 For Instructions) offerors Will Be Evaluated To Determine The Reasonableness, Completeness, Clarity, And Feasibility Of Their Approach To Carrying Out The Work Described In The Solicitation Regarding: meeting The Required Traction Coefficient Target; meeting The Test Surface Durability Requirements; constructing The Surface To Meet The Ride And Smoothness Requirements; executing A Quality Assurance/quality Control Program To Ensure The Surface Meets All Of The Requirements In The Statement Of Work; And plan And Execute The Project Schedule. m.2 Corporate Experience And Past Performance (see L.2 For Instructions) offerors Will Be Evaluated To Determine: the Ability Of The Offeror To Complete Projects Of Similar Technical Complexity. the Offeror’s Ability To Meet Project Schedules, Milestones, And Deliverables. the Ability Offeror To Complete Work On An Us Air Force Base. in Addition, The Amount Of Experience Conducting Similar Work Will Be Considered. m.3 Personnel Qualifications (see L.3 For Instructions) offerors Will Be Evaluated On The Experience And Abilities Of The Proposed Professional And Technical Personnel. Offerors Will Be Evaluated On The Sufficiency Of The Experience And Technical Background Of The Proposed Staff To Ensure The Successful Completion Of Project. m.4 Cost Evaluation Calculation the Cost Proposal Will Be Evaluated For Reasonableness. Reasonableness Determinations May Be Made By Comparing Proposed Prices With The Independent Government Cost Estimate (igce), And By Comparing Proposed Prices With Prices Obtained Through Market Research For The Same Or Similar Items And Services. for The Purpose Of Evaluating The Estimated Total Cost Proposed By Each Offeror, And For Establishing The Ceiling Amounts Of This Contract, Offerors Shall Complete Section (v) Contract Price, B.1 And Provide Supporting Documentation For All Proposed Costs. m.4.1 Price Realism offerors Are Placed On Notice That Any Proposal That Is Unrealistic In Terms Of Technical Commitment Or Unrealistically Low In Cost And/or Price Will Be Deemed Reflective Of An Inherent Lack Of Technical Competence Or Indicative Of Failure To Comprehend The Complexity And Risk Of Contract Requirements, And May Be Grounds For Rejection Of The Proposal. m.4.2 Price Reasonableness reasonableness Determinations Will Be Made By Comparing Proposed Prices Received In Response To The Solicitation, By Comparing Proposed Prices With The Independent Government Cost Estimate (igce), By Comparing Proposed Prices To Historical Prices Paid, And By Comparing Proposed Prices With Prices Obtained Through Market Research For The Same Or Similar Items. far 52.212-3 -- Offeror Representations And Certifications-commercial Items (may 2024) (incorporated By Reference) far 52.212-4 -- Contract Terms And Conditions-commercial Products And Commercial Services (nov 2023) (incorporated By Reference) far 52.212-5 - Contract Terms And Conditions Required To Implement Statues Or Executive Orders-commercial Items (nov 2024) (by Reference) special Contract Clauses And Provisions the Successful Offeror Will Need To Provide The Following To Good Fellow Base Personnel: (provide Names, Dl #, Last 4 Of Ssn, Etc. At Least 4 Weeks Prior To Entry For Background Checks); See Specific Base Guidance Below To Make The Entry Process As Quick As Possible: contact The Law Enforcement Desk ((325) 654-3504 Or 3505), To Let Them Know The Trucks Are On Their Way. That Way The Desk Can Contact The Inspection Facility To Let Them Know To Be On The Lookout For The Trucks. (xiv) Defense Priorities And Allocations System (dpas) not Applicable (xv) Date, Time And Place Offers Are Due: all Proposals Are Due On 4:00p.m. Est, January 13, 2025. submit Proposals By Email To: nhtsaoam@dot.gov, And Cc: Thomas.bub@dot.gov the Subject Line Must Reference Rfp Number 693jj925r000012 attention: Thomas J. Bub (xvi) Additional Information: an Hour Long (i.e. 1 - Hour) Pre-proposal Conference Will Be Held On Thursday, December 19th, 2024 At 10:00a.m. Est. All Interested Potential Offerors Must Click The Link Below In Order To Register For This Virtual Call. (see Below) pre-proposal Conference Registration Here * Note: (link Is Only Active On Attached Pdf Document) following The Pre-proposal Conference Nhtsa Will Post All Responses To Questions Received In The Form Of An Amendment To This Solicitation Notice For The Public. All Solicitation Questions Are Due By 4:00p.m. On December 19th, 2024 To The Following Addresses At: Nhtsaoam@dot.gov, And Cc: Thomas.bub@dot.gov. all Correspondence Must Reference Rfp Number 693jj925r000012 In The Subject Line.
AGENCY FOR INTERNATIONAL DEVELOPMENT USA Tender
Others
United States
Closing Date6 Jan 2025
Tender AmountRefer Documents
Details: **this Solicitation Has Been Updated To Reflect Overseas Comparability Pay, As Updated In Aapd 25-02. All Other Information Remains The Same. ** solicitation Number: 7200aa25r00013
issuance Date: December 5, 2024
closing Date And Time: January 6, 2025, 1:00 Pm Eastern Standard Time (est) 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 Deputy Country Representative – Senegal (fs-03) Under A Personal Services Contract,
as Described In The Attached Solicitation.
offers Must Be In Accordance With Attachment 1 Of This Solicitation At The Place And Time
specified. Incomplete Or Unsigned Offers Will Not Be Considered. Offerors Should Retain Copies Of
all Offer Materials For Their Records.
usaid Will Evaluate All Offerors Based On The Stated Evaluation Criteria. Usaid Encourages All
individuals, Including Those From Disadvantaged And Under-represented Groups, To Respond To The
solicitation.
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
1 | Page 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. 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 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 Https://otijobs.net/uspsc-application-guidance. Any Questions
on This Solicitation May Be Directed To:
oti Recruitment Team
e-mail Address: Otijobs@usaid.gov
website: Www.otijobs.net sincerely, maria Del Carmen Grizzard
contracting Officer
m/oaa/cps 2 | Page 7200aa25r00013 attachment I
i. General Information
1. Solicitation No.: 7200aa25r00013
2. Issuance Date: December 5, 2024
3. Closing Date And Time For Receipt Of Offers: January 6, 2025, 1:00 Pm
eastern Time
4. Point Of Contact: Oti Recruitment Team, Email At Otijobs@usaid.gov.
5. Position Title: Deputy Country Representative
6. Market Value: This Position Has Been Designated At The Fs-03 Equivalent Level,
overseas Non-locality Pay ($98,697 - $144,940). 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.
please Be Advised Selectee(s) Will Be Required To Travel To Washington, Dc For Agency
onboarding Processing And Badging Regardless Of Place Of Performance. Uspscs With A Home Of
record Outside Of The 50 Mile Dc Radius, Per Agency Travel Policy, Will Be Reimbursed For Travel
to The Official Usaid Worksite In Washington, Dc. In Order To Be Reimbursed, The Selectee Must
have A Travel Authorization (ta) Completed Prior To Traveling. For Uspscs Within The 50 Mile
dc Radius, Any Required Travel For The Purpose Of Completing The Onboarding And Badging Process
will Be A Personal Expense. Per Agency Regulations, Any Required Travel For Uspscs Within 50
miles From An Employee’s Residence, Duty Station, Or Place Of Performance Will Be A Personal
expense. 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: Senegal
overseas Uspscs May Be Authorized To Telework Or Remote Work Only From A Location
within The Country Of Performance, In Accordance With Mission Policy. Telework Or
remote Work From Outside The Country Of Performance May Only Be Authorized In Certain
situations In Accordance With The Terms And Conditions Of The Contract.
3 | Page 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.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 Core Values:
agility 4 | Page oti Addresses Complex Political Problems Through Context Analysis, Experimentation, And
strategic Resource Use. Applying An Adaptive Mindset In Washington And The Field Accelerates
timely Positive Change.
political
oti Seeks To Understand How Power Is Created, Traded, And Facilitated, Requiring That We
acknowledge Our Privilege And The Limits Of Our Power. This Understanding Helps Us Act On Power
dynamics And Harness Them For Transformation.
accountability
oti Exhibits A Sense Of Ownership And Integrity In The Work We Do, And Holds A Sense Of
responsibility To Each Other, The Local Partners We Engage, The Policies And Programs We Advance
with Our Implementing Partners, And The Taxpayer.
curiosity
oti’s Mission Demands Learning And Adaptation. Our Relentless Curiosity Drives Us To Wonder
about People, Problems, And Possibilities. We Question The Status Quo, Seek To Understand Amid
uncertainty, And Treat Mistakes As A Compass Pointing Us Toward More Effective Approaches.
diversity & Inclusion
oti’s Ability To Achieve Its Mission And Live Out Its Values Is Propelled By Our Collective
responsibility To Create A Sense Of Belonging For All In Our Work Environment. Oti Values The
diversity Of Each Others’ Authentic Selves, Building A Foundation Of Trust And Respect. courage
oti Embraces Our Engagements With One Another, Our Stakeholders, And Our Programs With
intentionality And Optimism. Achieving Our Mission Requires That We Take Risks And Tackle
difficult Conversations And Decisions. A Courageous Oti Is A Force For Positive Change.
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. 5 | Page 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 Oti Deputy Country Representative – Senegal Is A Member Of The Cps/oti West And
central Africa (wca) Regional Team, And Reports To The Oti Country Representative In
senegal. The Deputy Country Representative’s Principal Responsibility Will Be Development,
oversight And Management Of Usaid/oti's Senegal Country Program. The Incumbent Will Be
called On 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.
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, 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 Oti Systems And Procedures To Maintain Effective And Efficient Management Of Funds,
programming, And Monitoring And Evaluation. You Are Highly Flexible And Willing To Work Under
6 | Page conditions Of Ongoing Changes, 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 In Washington, D.c., Colleagues In The Field, 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’s (deia) Vision And Values As
outlined In The Background.
under The Direct Supervision Of The Washington-based Cps/oti Country Representative For
senegal Or Their 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, Indigenous And
international Non-governmental Organizations (ngos), And International Donors
interested In Cps/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 Usaid 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 Us Embassies Or Usaid Missions. Support To Us 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;
● 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 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;
● Assume The Lead On Collecting Information And Drafting/editing Regular Reporting
products;
7 | Page ● Assume Higher Representational Responsibilities, Potentially Serving As Acting Oti
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 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, Un Organizations, International
organizations, 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 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 The 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, Administrative Program 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;
● Serve On Temporary Details Within Oti, Other Usaid Bureaus/offices, Or Other U.s.
government (usg) Agencies Under This Scope Of Work For A Period Not To Exceed Six (6)
months. Duties Performed While On Detail Must Be Directly Related To The Scope Of Work,
but May Not Be Directly Related To Oti Programs Or Activities. Contracting Officer (co)
approval Is Required For The Temporary Detail. Any Extension Past The Six (6) Months
8 | Page requires Co Approval.
supervisory Relationship:
the Deputy Country Representative Will Be Supervised By The Oti Country Representative Or
his/her Designee In Senegal. 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 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 Fs-03 Level, The Incumbent’s Supervisor Sets Overall Objectives. The Incumbent And
supervisor Together Develop Deadlines, Projects, And Work To Be Done. The Incumbent
independently Plans, Designs, And Carries Out Projects, Studies, And Programs. Completed Work Is
reviewed Only From An Overall Standpoint In Terms Of Feasibility, Compatibility With Other Work,
or Effectiveness In Meeting Requirements, Or Expected Results. Technical Problems Are Generally
resolved Without Reference To Supervisors.
12. Physical Demands
while In Senegal, The Work Is Generally Sedentary And Does Not Pose Undue Physical Demands.
however, The Position May Require Travel Throughout The Country Of Assignment, 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).
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.
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”)
education/experience Required:
at A Minimum, The Offeror Must Have:
(1) A Master’s Degree With Five (5) Years Of Work Experience;
or
9 | Page a Bachelor’s Degree With Seven (7) Years Of Work Experience;
or
an Associate’s Degree With Eight (8) Years Of Work Experience;
or
a High School Diploma With Nine (9) Years Of Work Experience;
and
(2) Five (5) 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) One (1) Year 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) One (1) Year Of Supervisory Experience (including But Not Limited To Mentoring, Training,
and Guiding Staff);
(5) Demonstrated Experience Using French In A Professional Setting Is Required.
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;
10 | Page ● 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.
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:
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.
11 | Page 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.
representation (20 Points):
● Demonstrated Experience Interacting With And Representing An Organization To U.s.
government Agencies, Host-country 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
their Qualifications And There Are No Other Competitive Offerors, Oti Reserves The Right To Forego
the Interview Process.
the Offeror Rating System Is As Follows:
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 Their 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. 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 12 | Page 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:
(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. The Form Can Be Found At Https://www.usaid.gov/forms.
we Are Currently Accepting Electronic Signatures On The Aid 309-2 Form.
3. 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 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.*
*see Notice Regarding Any Court Order Affecting The Implementation Of E.o. 14042 In
section Viii Below.
additional Documents Submitted Will Not Be Accepted.
13 | Page 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 Https://otijobs.net/uspsc-application-guidance.
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.
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:
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
14 | Page f) Annual And Sick Leave
g) Paid Parental Leave
h) Relocation Expense Benefit
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.usaid.gov/ads/policy/300/aidar.
2. Contract Cover Page Form Aid 309-1 Available At Https://www.usaid.gov/forms.
<choose Applicable Table For Positon Based On Period Of
performance> one Base Year Table – Deputy Country Representative item Services (description) Qty Unit Unit Price Amount
15 | Page no
(a) (b) (c) (d) (e) (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- Deputy Country Representative item
no (a) services (description) (b) qty (c)
unit (d)
unit Price (e) amount (f) 100
1
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]
200
1 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 16 | Page accounting Info: [insert From Phoenix]
300
1
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]
400
1
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/partner-with-us/acquisition-assistance-ombudsman/psc-ombudsman
17 | Page the Psc Ombudsman May Be Contacted Via: Pscombudsman@usaid.gov.
6. Far Provisions Incorporated By Reference
52.204-27 Prohibition On The Bytedance Covered application (date) 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
18 | Page 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). 19 | Page 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. 20 | Page
Research Institute For Tropical Medicine, Doh Tender
Healthcare and Medicine
Philippines
Closing Date28 Jan 2025
Tender AmountPHP 133.6 K (USD 2.2 K)
Details: Description Request For Quotation Mode Of Procurement: Small Value Procurement Date: _____________ Pr No.: _____________ Rfq No.: _____________ Company/business Name: Complete Office Address: Business/mayor’s Permit No: Tin: The Research Institute For Tropical Medicine – Department Of Health, Through Its Bids And Awards Committee (bac), Intends To Procure The Below Mentioned Items Through The Above-mentioned Mode Of Procurement Based On The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. Please Quote Your Best Offer For The Item/s Described Herein, Subject To The Terms And Conditions Provided On This Request For Quotation (rfq). Submit Your Quotation Duly Signed By You, Or Your Duly Authorized Representative Within Five (5) Days Which Shall Be Addressed To The Ritm Bids And Awards Committee. A)the Following Documents Are Required To Be Submitted Along With Your Formal Quotation: Documentary Requirement Remarks Valid And Current Mayor’s/business Permit In Case Not Yet Available, You May Submit Your Expired Mayor’s Or Business Permit With The Official Receipt Of Renewal Application. However, A Copy Of The Latest Mayor’s Or Business Permit Shall Be Required To Be Submitted After Award Of Contract But Before Payment. Valid And Current Certificate Of Platinum Membership With Valid Annex “a” May Be Submitted In Lieu Of The Mayor’s/business Permit Philgeps Registration/membership Bir Form 2303 Company Name Registered In Sec/dti/cda Must Be The Same Registered Name In Bir Form 2303. B)the Following Documents Shall Be Submitted By The Bidder Before The Issuance Of Notice Of Award: Documentary Requirement Remarks Duly Notarized Revised Omnibus Sworn Statement (10 Provisions) With Latest Rules On Notarial Practice Applicable For: Np-svp With Abcs Above P50,000.00 And Np-ec With Abcs Above P500,000.00 Note: Othe Pr # Shall Be Reflected In The Omnibus Sworn Statement Oone (1) Original Copy Must Be Submitted Othe Issuance And Notarial Date Of The Omnibus Sworn Statement Shall Be The Same/after The Issuance And Notarial Date Of The Authority Of The Signatory. Othe Authorized Representative Declared In The Omnibus Sworn Statement Shall Be In Congruent With The Submitted Authority Of The Signatory. Authority Of The Signatory Applicable For: Np-svp With Abcs Above P50,000.00 And Np-ec With Abcs Above P500,000.00 for Sole Proprietorship – Duly Notarized Special Power Of Attorney, If Signatory Is Other Than The Owner for Corporation – Duly Notarized Secretary’s Certificate for Partnership, Cooperative, Or Joint Venture – Duly Notarized Board/partnership Resolution, Whichever Is Applicable Note: Othe Pr # Shall Be Reflected In The Authority Of The Signatory Oone (1) Original Copy Must Be Submitted Othe Issuance And Notarial Date Of The Authority Of The Signatory Shall Be The Same/shall Come First Before The Issuance And Notarial Date Of The Omnibus Sworn Statement. Note: Incomplete Submission Of The Required Documents Will Be A Ground For Disqualification. For Any Clarification, You May Contact Us At The Contact Information Provided: Mae Marie E. Hernandez Bac Secretariat Head (632) 8807-2628 To 32 Loc. 210 And/or 240 E-mail Address: Procurement@ritm.gov.ph / Procurement_02@ritm.gov.ph Website: Www.ritm.gov.ph Instructions: Note: Failure To Follow These Instructions Will Disqualify Your Entire Quotation. (1)do Not Alter The Contents Of This Form In Any Way. (2)the Use Of This Rfq Is Highly Encouraged To Minimize Errors Or Omissions Of The Required Mandatory Provisions. If Another Form Is Used Other Than The Latest Rfq, The Quotation Shall Contain All The Mandatory Requirements/provisions Including Manifestation On The Agreement With The Terms And Conditions Below. (3)all Technical Specifications Must Be Complied With. Failure To Comply With The Mandatory Requirements Shall Render The Quotation Ineligible/disqualified. (4)quotations May Be Submitted Through Electronic Mail At: Procurement@ritm.gov.ph / Procurement_02@ritm.gov.ph. (5)quotations, Including Documentary Requirements, Received After The Deadline Shall Not Be Accepted. For Quotations Submitted Via Electronic Mail, The Date And Time Of Receipt Indicated In The Email Shall Be Considered. Terms And Conditions: bidders Shall Provide Correct And Accurate Information Required In This Form. any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By You Or Any Of Your Duly Authorized Representative/s. price Quotation/s, To Be Denominated In Philippine Peso, Shall Include All Taxes, Duties, And/or Levies Payable – If Applicable. quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. in Case Of Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated Quotation/lowest Calculated And Responsive Quotation, The Ritm-bac Shall Adopt And Employ “draw Lots” As The Tie-breaking Method To Finally Determine The Single Winning Provider In Accordance With Gppb Circular 06-2005. award Of Contract Shall Be Made To The Lowest Quotation Which Complies With The Technical Specifications, Requirements And Other Terms And Conditions Stated Herein. payment Shall Be Made After Delivery And Upon The Submission Of The Required Supporting Documents, I.e., Order Slip And/or Billing Statement, By The Supplier, Contractor, Or Consultant. Our Government Servicing Bank, I.e., The Land Bank Of The Philippines, Shall Credit The Amount Due To The Identified Bank Account Of The Supplier, Contractor, Or Consultant Not Earlier Than Twenty-four (24) Hours, But Not Later Than Forty-eight (48) Hours, Upon Receipt Of Our Advice. Please Note That The Corresponding Bank Transfer Fee, If Any, Shall Be Chargeable To The Account Of The Supplier, Contractor, Or Consultant. liquidated Damages Equivalent To One-tenth Of One Percent (0.1%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. Ritm May Terminate The Contract Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Available To The Procuring Entity. Technical Offer/proposal: After Having Carefully Read And Accepted The Instructions And Terms And Conditions, I/we Submit Our Technical Proposals/quotations For The Item/s As Follows: Item # Qty/ Unit Item Description Supplier’s Compliance (indicate Brand And/or Model, Including Complete Specifications To Be Offered - Applicable) 1 300/tablet Baclofen 10 Mg Tablet General Conditions And Requirements Which Shall Be Submitted During Submission Of Bids Or During Submission Of Post-qualification Documents, As Part Of The Technical Specifications Of The Project: 1)product Literature Of The Specific Product Being Offered Indicated In The Bid Proposal; 2)valid Certification/authorization From The Manufacturer/importer/distributor, That The Bidder Is An Authorized/exclusive Distributor Or Dealer Of The Products/items; 3)licenses: A)for All Items O Valid And Current Certificate Of Product Registration (cpr) O Valid And Current License To Operate (lto) As Drug Distributor O Valid And Current Lot Release Certificate From Fda (for Vaccines/immunoglobulins/serum) O Valid And Current Certificate Of Gmp From Fda Or From The Manufacturer Issued By The Regulatory Authority Of The Country Of Manufacture 4)copy Of Returns Policy Should Be Submitted Covering Short And Even Longer Shelf-life For All Items. • Packaging Instruction For All Items: Standard Packaging Of The Manufacturer As Approved By Pfda. • Shelf Life And Replacement: O For Every Delivery, Goods Must Be Fresh Commercial Stock, With A Total Shelf Life Of 24 Months From The Manufacturing Date But Not Less Than 18 Months From The Date Of Delivery O For Medicine With Approved Shorter Shelf Life, Replacement For Fresh Stocks Shall Be Issued When Returned Three (3) Months Before Expiry Date. A Guarantee Letter From The Supplier Shall Be Required As Part Of The Technical Specification Requirement. 2 100/tablet Clonazepam, 2 Mg, Tablet General Conditions And Requirements Which Shall Be Submitted During Submission Of Bids Or During Submission Of Post-qualification Documents, As Part Of The Technical Specifications Of The Project: 5)product Literature Of The Specific Product Being Offered Indicated In The Bid Proposal; 6)valid Certification/authorization From The Manufacturer/importer/distributor, That The Bidder Is An Authorized/exclusive Distributor Or Dealer Of The Products/items; 7)licenses: B)for All Items O Valid And Current Certificate Of Product Registration (cpr) O Valid And Current License To Operate (lto) As Drug Distributor O Valid And Current Lot Release Certificate From Fda (for Vaccines/immunoglobulins/serum) O Valid And Current Certificate Of Gmp From Fda Or From The Manufacturer Issued By The Regulatory Authority Of The Country Of Manufacture 8)copy Of Returns Policy Should Be Submitted Covering Short And Even Longer Shelf-life For All Items. • Packaging Instruction For All Items: Standard Packaging Of The Manufacturer As Approved By Pfda. • Shelf Life And Replacement: O For Every Delivery, Goods Must Be Fresh Commercial Stock, With A Total Shelf Life Of 24 Months From The Manufacturing Date But Not Less Than 18 Months From The Date Of Delivery O For Medicine With Approved Shorter Shelf Life, Replacement For Fresh Stocks Shall Be Issued When Returned Three (3) Months Before Expiry Date. A Guarantee Letter From The Supplier Shall Be Required As Part Of The Technical Specification Requirement.. 3 300/tablet Dexamethasone 4 Mg Tablet General Conditions And Requirements Which Shall Be Submitted During Submission Of Bids Or During Submission Of Post-qualification Documents, As Part Of The Technical Specifications Of The Project: 9)product Literature Of The Specific Product Being Offered Indicated In The Bid Proposal; 10)valid Certification/authorization From The Manufacturer/importer/distributor, That The Bidder Is An Authorized/exclusive Distributor Or Dealer Of The Products/items; 11)licenses: C)for All Items O Valid And Current Certificate Of Product Registration (cpr) O Valid And Current License To Operate (lto) As Drug Distributor O Valid And Current Lot Release Certificate From Fda (for Vaccines/immunoglobulins/serum) O Valid And Current Certificate Of Gmp From Fda Or From The Manufacturer Issued By The Regulatory Authority Of The Country Of Manufacture 12)copy Of Returns Policy Should Be Submitted Covering Short And Even Longer Shelf-life For All Items. • Packaging Instruction For All Items: Standard Packaging Of The Manufacturer As Approved By Pfda. • Shelf Life And Replacement: O For Every Delivery, Goods Must Be Fresh Commercial Stock, With A Total Shelf Life Of 24 Months From The Manufacturing Date But Not Less Than 18 Months From The Date Of Delivery O For Medicine With Approved Shorter Shelf Life, Replacement For Fresh Stocks Shall Be Issued When Returned Three (3) Months Before Expiry Date. A Guarantee Letter From The Supplier Shall Be Required As Part Of The Technical Specification Requirement. 4 200/capsule Diphenhydramine (as Hydrochloride) 50 Mg Capsule General Conditions And Requirements Which Shall Be Submitted During Submission Of Bids Or During Submission Of Post-qualification Documents, As Part Of The Technical Specifications Of The Project: 13)product Literature Of The Specific Product Being Offered Indicated In The Bid Proposal; 14)valid Certification/authorization From The Manufacturer/importer/distributor, That The Bidder Is An Authorized/exclusive Distributor Or Dealer Of The Products/items; 15)licenses: D)for All Items O Valid And Current Certificate Of Product Registration (cpr) O Valid And Current License To Operate (lto) As Drug Distributor O Valid And Current Lot Release Certificate From Fda (for Vaccines/immunoglobulins/serum) O Valid And Current Certificate Of Gmp From Fda Or From The Manufacturer Issued By The Regulatory Authority Of The Country Of Manufacture 16)copy Of Returns Policy Should Be Submitted Covering Short And Even Longer Shelf-life For All Items. • Packaging Instruction For All Items: Standard Packaging Of The Manufacturer As Approved By Pfda. • Shelf Life And Replacement: O For Every Delivery, Goods Must Be Fresh Commercial Stock, With A Total Shelf Life Of 24 Months From The Manufacturing Date But Not Less Than 18 Months From The Date Of Delivery O For Medicine With Approved Shorter Shelf Life, Replacement For Fresh Stocks Shall Be Issued When Returned Three (3) Months Before Expiry Date. A Guarantee Letter From The Supplier Shall Be Required As Part Of The Technical Specification Requirement. 5 5,000/tablet Mefenamic Acid 500 Mg Capsule General Conditions And Requirements Which Shall Be Submitted During Submission Of Bids Or During Submission Of Post-qualification Documents, As Part Of The Technical Specifications Of The Project: 17)product Literature Of The Specific Product Being Offered Indicated In The Bid Proposal; 18)valid Certification/authorization From The Manufacturer/importer/distributor, That The Bidder Is An Authorized/exclusive Distributor Or Dealer Of The Products/items; 19)licenses: E)for All Items O Valid And Current Certificate Of Product Registration (cpr) O Valid And Current License To Operate (lto) As Drug Distributor O Valid And Current Lot Release Certificate From Fda (for Vaccines/immunoglobulins/serum) O Valid And Current Certificate Of Gmp From Fda Or From The Manufacturer Issued By The Regulatory Authority Of The Country Of Manufacture 20)copy Of Returns Policy Should Be Submitted Covering Short And Even Longer Shelf-life For All Items. • Packaging Instruction For All Items: Standard Packaging Of The Manufacturer As Approved By Pfda. • Shelf Life And Replacement: O For Every Delivery, Goods Must Be Fresh Commercial Stock, With A Total Shelf Life Of 24 Months From The Manufacturing Date But Not Less Than 18 Months From The Date Of Delivery O For Medicine With Approved Shorter Shelf Life, Replacement For Fresh Stocks Shall Be Issued When Returned Three (3) Months Before Expiry Date. A Guarantee Letter From The Supplier Shall Be Required As Part Of The Technical Specification Requirement. 6 200/tablet Methylprednisolone 4 Mg Tablet General Conditions And Requirements Which Shall Be Submitted During Submission Of Bids Or During Submission Of Post-qualification Documents, As Part Of The Technical Specifications Of The Project: 21)product Literature Of The Specific Product Being Offered Indicated In The Bid Proposal; 22)valid Certification/authorization From The Manufacturer/importer/distributor, That The Bidder Is An Authorized/exclusive Distributor Or Dealer Of The Products/items; 23)licenses: F)for All Items O Valid And Current Certificate Of Product Registration (cpr) O Valid And Current License To Operate (lto) As Drug Distributor O Valid And Current Lot Release Certificate From Fda (for Vaccines/immunoglobulins/serum) O Valid And Current Certificate Of Gmp From Fda Or From The Manufacturer Issued By The Regulatory Authority Of The Country Of Manufacture 24)copy Of Returns Policy Should Be Submitted Covering Short And Even Longer Shelf-life For All Items. • Packaging Instruction For All Items: Standard Packaging Of The Manufacturer As Approved By Pfda. • Shelf Life And Replacement: O For Every Delivery, Goods Must Be Fresh Commercial Stock, With A Total Shelf Life Of 24 Months From The Manufacturing Date But Not Less Than 18 Months From The Date Of Delivery O For Medicine With Approved Shorter Shelf Life, Replacement For Fresh Stocks Shall Be Issued When Returned Three (3) Months Before Expiry Date. A Guarantee Letter From The Supplier Shall Be Required As Part Of The Technical Specification Requirement. 7 100/ampule Neostigmine 500 Mcg/ml Solution For Injection (im/iv/sc), 1 Ml Ampule General Conditions And Requirements Which Shall Be Submitted During Submission Of Bids Or During Submission Of Post-qualification Documents, As Part Of The Technical Specifications Of The Project: 25)product Literature Of The Specific Product Being Offered Indicated In The Bid Proposal; 26)valid Certification/authorization From The Manufacturer/importer/distributor, That The Bidder Is An Authorized/exclusive Distributor Or Dealer Of The Products/items; 27)licenses: G)for All Items O Valid And Current Certificate Of Product Registration (cpr) O Valid And Current License To Operate (lto) As Drug Distributor O Valid And Current Lot Release Certificate From Fda (for Vaccines/immunoglobulins/serum) O Valid And Current Certificate Of Gmp From Fda Or From The Manufacturer Issued By The Regulatory Authority Of The Country Of Manufacture 28)copy Of Returns Policy Should Be Submitted Covering Short And Even Longer Shelf-life For All Items. • Packaging Instruction For All Items: Standard Packaging Of The Manufacturer As Approved By Pfda. • Shelf Life And Replacement: O For Every Delivery, Goods Must Be Fresh Commercial Stock, With A Total Shelf Life Of 24 Months From The Manufacturing Date But Not Less Than 18 Months From The Date Of Delivery O For Medicine With Approved Shorter Shelf Life, Replacement For Fresh Stocks Shall Be Issued When Returned Three (3) Months Before Expiry Date. A Guarantee Letter From The Supplier Shall Be Required As Part Of The Technical Specification Requirement. 8 100/bottle Paracetamol 100 Mg/ml Drops, 15 Ml (alcohol‐free) General Conditions And Requirements Which Shall Be Submitted During Submission Of Bids Or During Submission Of Post-qualification Documents, As Part Of The Technical Specifications Of The Project: 29)product Literature Of The Specific Product Being Offered Indicated In The Bid Proposal; 30)valid Certification/authorization From The Manufacturer/importer/distributor, That The Bidder Is An Authorized/exclusive Distributor Or Dealer Of The Products/items; 31)licenses: H)for All Items O Valid And Current Certificate Of Product Registration (cpr) O Valid And Current License To Operate (lto) As Drug Distributor O Valid And Current Lot Release Certificate From Fda (for Vaccines/immunoglobulins/serum) O Valid And Current Certificate Of Gmp From Fda Or From The Manufacturer Issued By The Regulatory Authority Of The Country Of Manufacture 32)copy Of Returns Policy Should Be Submitted Covering Short And Even Longer Shelf-life For All Items. • Packaging Instruction For All Items: Standard Packaging Of The Manufacturer As Approved By Pfda. • Shelf Life And Replacement: O For Every Delivery, Goods Must Be Fresh Commercial Stock, With A Total Shelf Life Of 24 Months From The Manufacturing Date But Not Less Than 18 Months From The Date Of Delivery O For Medicine With Approved Shorter Shelf Life, Replacement For Fresh Stocks Shall Be Issued When Returned Three (3) Months Before Expiry Date. A Guarantee Letter From The Supplier Shall Be Required As Part Of The Technical Specification Requirement. 9 400/bottle Paracetamol, 250mg/5ml, 60ml Syrup (alcohol Free) General Conditions And Requirements Which Shall Be Submitted During Submission Of Bids Or During Submission Of Post-qualification Documents, As Part Of The Technical Specifications Of The Project: 33)product Literature Of The Specific Product Being Offered Indicated In The Bid Proposal; 34)valid Certification/authorization From The Manufacturer/importer/distributor, That The Bidder Is An Authorized/exclusive Distributor Or Dealer Of The Products/items; 35)licenses: I)for All Items O Valid And Current Certificate Of Product Registration (cpr) O Valid And Current License To Operate (lto) As Drug Distributor O Valid And Current Lot Release Certificate From Fda (for Vaccines/immunoglobulins/serum) O Valid And Current Certificate Of Gmp From Fda Or From The Manufacturer Issued By The Regulatory Authority Of The Country Of Manufacture 36)copy Of Returns Policy Should Be Submitted Covering Short And Even Longer Shelf-life For All Items. • Packaging Instruction For All Items: Standard Packaging Of The Manufacturer As Approved By Pfda. • Shelf Life And Replacement: O For Every Delivery, Goods Must Be Fresh Commercial Stock, With A Total Shelf Life Of 24 Months From The Manufacturing Date But Not Less Than 18 Months From The Date Of Delivery O For Medicine With Approved Shorter Shelf Life, Replacement For Fresh Stocks Shall Be Issued When Returned Three (3) Months Before Expiry Date. A Guarantee Letter From The Supplier Shall Be Required As Part Of The Technical Specification Requirement. 10 4,000/tablet Potassium Chloride 600 Mg Tablet General Conditions And Requirements Which Shall Be Submitted During Submission Of Bids Or During Submission Of Post-qualification Documents, As Part Of The Technical Specifications Of The Project: 37)product Literature Of The Specific Product Being Offered Indicated In The Bid Proposal; 38)valid Certification/authorization From The Manufacturer/importer/distributor, That The Bidder Is An Authorized/exclusive Distributor Or Dealer Of The Products/items; 39)licenses: J)for All Items O Valid And Current Certificate Of Product Registration (cpr) O Valid And Current License To Operate (lto) As Drug Distributor O Valid And Current Lot Release Certificate From Fda (for Vaccines/immunoglobulins/serum) O Valid And Current Certificate Of Gmp From Fda Or From The Manufacturer Issued By The Regulatory Authority Of The Country Of Manufacture 40)copy Of Returns Policy Should Be Submitted Covering Short And Even Longer Shelf-life For All Items. • Packaging Instruction For All Items: Standard Packaging Of The Manufacturer As Approved By Pfda. • Shelf Life And Replacement: O For Every Delivery, Goods Must Be Fresh Commercial Stock, With A Total Shelf Life Of 24 Months From The Manufacturing Date But Not Less Than 18 Months From The Date Of Delivery O For Medicine With Approved Shorter Shelf Life, Replacement For Fresh Stocks Shall Be Issued When Returned Three (3) Months Before Expiry Date. A Guarantee Letter From The Supplier Shall Be Required As Part Of The Technical Specification Requirement. 11 6,000/tablet Prednisone 10mg Tablet General Conditions And Requirements Which Shall Be Submitted During Submission Of Bids Or During Submission Of Post-qualification Documents, As Part Of The Technical Specifications Of The Project: 41)product Literature Of The Specific Product Being Offered Indicated In The Bid Proposal; 42)valid Certification/authorization From The Manufacturer/importer/distributor, That The Bidder Is An Authorized/exclusive Distributor Or Dealer Of The Products/items; 43)licenses: K)for All Items O Valid And Current Certificate Of Product Registration (cpr) O Valid And Current License To Operate (lto) As Drug Distributor O Valid And Current Lot Release Certificate From Fda (for Vaccines/immunoglobulins/serum) O Valid And Current Certificate Of Gmp From Fda Or From The Manufacturer Issued By The Regulatory Authority Of The Country Of Manufacture 44)copy Of Returns Policy Should Be Submitted Covering Short And Even Longer Shelf-life For All Items. • Packaging Instruction For All Items: Standard Packaging Of The Manufacturer As Approved By Pfda. • Shelf Life And Replacement: O For Every Delivery, Goods Must Be Fresh Commercial Stock, With A Total Shelf Life Of 24 Months From The Manufacturing Date But Not Less Than 18 Months From The Date Of Delivery O For Medicine With Approved Shorter Shelf Life, Replacement For Fresh Stocks Shall Be Issued When Returned Three (3) Months Before Expiry Date. A Guarantee Letter From The Supplier Shall Be Required As Part Of The Technical Specification Requirement. 12 500/tablet Sodium Bicarbonate, 650 Mg , Tablet General Conditions And Requirements Which Shall Be Submitted During Submission Of Bids Or During Submission Of Post-qualification Documents, As Part Of The Technical Specifications Of The Project: 45)product Literature Of The Specific Product Being Offered Indicated In The Bid Proposal; 46)valid Certification/authorization From The Manufacturer/importer/distributor, That The Bidder Is An Authorized/exclusive Distributor Or Dealer Of The Products/items; 47)licenses: L)for All Items O Valid And Current Certificate Of Product Registration (cpr) O Valid And Current License To Operate (lto) As Drug Distributor O Valid And Current Lot Release Certificate From Fda (for Vaccines/immunoglobulins/serum) O Valid And Current Certificate Of Gmp From Fda Or From The Manufacturer Issued By The Regulatory Authority Of The Country Of Manufacture 48)copy Of Returns Policy Should Be Submitted Covering Short And Even Longer Shelf-life For All Items. • Packaging Instruction For All Items: Standard Packaging Of The Manufacturer As Approved By Pfda. • Shelf Life And Replacement: O For Every Delivery, Goods Must Be Fresh Commercial Stock, With A Total Shelf Life Of 24 Months From The Manufacturing Date But Not Less Than 18 Months From The Date Of Delivery O For Medicine With Approved Shorter Shelf Life, Replacement For Fresh Stocks Shall Be Issued When Returned Three (3) Months Before Expiry Date. A Guarantee Letter From The Supplier Shall Be Required As Part Of The Technical Specification Requirement. Financial Offer/proposal: Please Quote Your Best Offer For The Item/s Below. Please Do Not Leave Any Blank Items. Indicate “0” If Item Being Offered Is For Free: Item # Qty/ Unit Item Description Abc Price Proposal Unit Cost Price Proposal Total Cost 1 300/tablet Baclofen 10 Mg Tablet General Conditions And Requirements Which Shall Be Submitted During Submission Of Bids Or During Submission Of Post-qualification Documents, As Part Of The Technical Specifications Of The Project: 1) Product Literature Of The Specific Product Being Offered Indicated In The Bid Proposal; 2) Valid Certification/authorization From The Manufacturer/importer/distributor, That The Bidder Is An Authorized/exclusive Distributor Or Dealer Of The Products/items; 3) Licenses: A) For All Items O Valid And Current Certificate Of Product Registration (cpr) O Valid And Current License To Operate (lto) As Drug Distributor O Valid And Current Lot Release Certificate From Fda (for Vaccines/immunoglobulins/serum) O Valid And Current Certificate Of Gmp From Fda Or From The Manufacturer Issued By The Regulatory Authority Of The Country Of Manufacture 4) Copy Of Returns Policy Should Be Submitted Covering Short And Even Longer Shelf-life For All Items. • Packaging Instruction For All Items: Standard Packaging Of The Manufacturer As Approved By Pfda. • Shelf Life And Replacement: O For Every Delivery, Goods Must Be Fresh Commercial Stock, With A Total Shelf Life Of 24 Months From The Manufacturing Date But Not Less Than 18 Months From The Date Of Delivery O For Medicine With Approved Shorter Shelf Life, Replacement For Fresh Stocks Shall Be Issued When Returned Three (3) Months Before Expiry Date. A Guarantee Letter From The Supplier Shall Be Required As Part Of The Technical Specification Requirement. 4,800.00 2 100/tablet Clonazepam, 2 Mg, Tablet General Conditions And Requirements Which Shall Be Submitted During Submission Of Bids Or During Submission Of Post-qualification Documents, As Part Of The Technical Specifications Of The Project: 1) Product Literature Of The Specific Product Being Offered Indicated In The Bid Proposal; 2) Valid Certification/authorization From The Manufacturer/importer/distributor, That The Bidder Is An Authorized/exclusive Distributor Or Dealer Of The Products/items; 3) Licenses: A) For All Items O Valid And Current Certificate Of Product Registration (cpr) O Valid And Current License To Operate (lto) As Drug Distributor O Valid And Current Lot Release Certificate From Fda (for Vaccines/immunoglobulins/serum) O Valid And Current Certificate Of Gmp From Fda Or From The Manufacturer Issued By The Regulatory Authority Of The Country Of Manufacture 4) Copy Of Returns Policy Should Be Submitted Covering Short And Even Longer Shelf-life For All Items. • Packaging Instruction For All Items: Standard Packaging Of The Manufacturer As Approved By Pfda. • Shelf Life And Replacement: O For Every Delivery, Goods Must Be Fresh Commercial Stock, With A Total Shelf Life Of 24 Months From The Manufacturing Date But Not Less Than 18 Months From The Date Of Delivery O For Medicine With Approved Shorter Shelf Life, Replacement For Fresh Stocks Shall Be Issued When Returned Three (3) Months Before Expiry Date. A Guarantee Letter From The Supplier Shall Be Required As Part Of The Technical Specification Requirement. 1,052.00 3 300/tablet Dexamethasone 4 Mg Tablet General Conditions And Requirements Which Shall Be Submitted During Submission Of Bids Or During Submission Of Post-qualification Documents, As Part Of The Technical Specifications Of The Project: 1) Product Literature Of The Specific Product Being Offered Indicated In The Bid Proposal; 2) Valid Certification/authorization From The Manufacturer/importer/distributor, That The Bidder Is An Authorized/exclusive Distributor Or Dealer Of The Products/items; 3) Licenses: A) For All Items O Valid And Current Certificate Of Product Registration (cpr) O Valid And Current License To Operate (lto) As Drug Distributor O Valid And Current Lot Release Certificate From Fda (for Vaccines/immunoglobulins/serum) O Valid And Current Certificate Of Gmp From Fda Or From The Manufacturer Issued By The Regulatory Authority Of The Country Of Manufacture 4) Copy Of Returns Policy Should Be Submitted Covering Short And Even Longer Shelf-life For All Items. • Packaging Instruction For All Items: Standard Packaging Of The Manufacturer As Approved By Pfda. • Shelf Life And Replacement: O For Every Delivery, Goods Must Be Fresh Commercial Stock, With A Total Shelf Life Of 24 Months From The Manufacturing Date But Not Less Than 18 Months From The Date Of Delivery O For Medicine With Approved Shorter Shelf Life, Replacement For Fresh Stocks Shall Be Issued When Returned Three (3) Months Before Expiry Date. A Guarantee Letter From The Supplier Shall Be Required As Part Of The Technical Specification Requirement. 7,200.00 4 200/capsule Diphenhydramine (as Hydrochloride) 50 Mg Capsule General Conditions And Requirements Which Shall Be Submitted During Submission Of Bids Or During Submission Of Post-qualification Documents, As Part Of The Technical Specifications Of The Project: 1) Product Literature Of The Specific Product Being Offered Indicated In The Bid Proposal; 2) Valid Certification/authorization From The Manufacturer/importer/distributor, That The Bidder Is An Authorized/exclusive Distributor Or Dealer Of The Products/items; 3) Licenses: A) For All Items O Valid And Current Certificate Of Product Registration (cpr) O Valid And Current License To Operate (lto) As Drug Distributor O Valid And Current Lot Release Certificate From Fda (for Vaccines/immunoglobulins/serum) O Valid And Current Certificate Of Gmp From Fda Or From The Manufacturer Issued By The Regulatory Authority Of The Country Of Manufacture 4) Copy Of Returns Policy Should Be Submitted Covering Short And Even Longer Shelf-life For All Items. • Packaging Instruction For All Items: Standard Packaging Of The Manufacturer As Approved By Pfda. • Shelf Life And Replacement: O For Every Delivery, Goods Must Be Fresh Commercial Stock, With A Total Shelf Life Of 24 Months From The Manufacturing Date But Not Less Than 18 Months From The Date Of Delivery O For Medicine With Approved Shorter Shelf Life, Replacement For Fresh Stocks Shall Be Issued When Returned Three (3) Months Before Expiry Date. A Guarantee Letter From The Supplier Shall Be Required As Part Of The Technical Specification Requirement. 700.00 5 5,000/tablet Mefenamic Acid 500 Mg Capsule General Conditions And Requirements Which Shall Be Submitted During Submission Of Bids Or During Submission Of Post-qualification Documents, As Part Of The Technical Specifications Of The Project: 1) Product Literature Of The Specific Product Being Offered Indicated In The Bid Proposal; 2) Valid Certification/authorization From The Manufacturer/importer/distributor, That The Bidder Is An Authorized/exclusive Distributor Or Dealer Of The Products/items; 3) Licenses: A) For All Items O Valid And Current Certificate Of Product Registration (cpr) O Valid And Current License To Operate (lto) As Drug Distributor O Valid And Current Lot Release Certificate From Fda (for Vaccines/immunoglobulins/serum) O Valid And Current Certificate Of Gmp From Fda Or From The Manufacturer Issued By The Regulatory Authority Of The Country Of Manufacture 4) Copy Of Returns Policy Should Be Submitted Covering Short And Even Longer Shelf-life For All Items. • Packaging Instruction For All Items: Standard Packaging Of The Manufacturer As Approved By Pfda. • Shelf Life And Replacement: O For Every Delivery, Goods Must Be Fresh Commercial Stock, With A Total Shelf Life Of 24 Months From The Manufacturing Date But Not Less Than 18 Months From The Date Of Delivery O For Medicine With Approved Shorter Shelf Life, Replacement For Fresh Stocks Shall Be Issued When Returned Three (3) Months Before Expiry Date. A Guarantee Letter From The Supplier Shall Be Required As Part Of The Technical Specification Requirement. 15,000.00 6 200/tablet Methylprednisolone 4 Mg Tablet General Conditions And Requirements Which Shall Be Submitted During Submission Of Bids Or During Submission Of Post-qualification Documents, As Part Of The Technical Specifications Of The Project: 1) Product Literature Of The Specific Product Being Offered Indicated In The Bid Proposal; 2) Valid Certification/authorization From The Manufacturer/importer/distributor, That The Bidder Is An Authorized/exclusive Distributor Or Dealer Of The Products/items; 3) Licenses: A) For All Items O Valid And Current Certificate Of Product Registration (cpr) O Valid And Current License To Operate (lto) As Drug Distributor O Valid And Current Lot Release Certificate From Fda (for Vaccines/immunoglobulins/serum) O Valid And Current Certificate Of Gmp From Fda Or From The Manufacturer Issued By The Regulatory Authority Of The Country Of Manufacture 4) Copy Of Returns Policy Should Be Submitted Covering Short And Even Longer Shelf-life For All Items. • Packaging Instruction For All Items: Standard Packaging Of The Manufacturer As Approved By Pfda. • Shelf Life And Replacement: O For Every Delivery, Goods Must Be Fresh Commercial Stock, With A Total Shelf Life Of 24 Months From The Manufacturing Date But Not Less Than 18 Months From The Date Of Delivery O For Medicine With Approved Shorter Shelf Life, Replacement For Fresh Stocks Shall Be Issued When Returned Three (3) Months Before Expiry Date. A Guarantee Letter From The Supplier Shall Be Required As Part Of The Technical Specification Requirement. 2,000.00 7 100/ampule Neostigmine 500 Mcg/ml Solution For Injection (im/iv/sc), 1 Ml Ampule General Conditions And Requirements Which Shall Be Submitted During Submission Of Bids Or During Submission Of Post-qualification Documents, As Part Of The Technical Specifications Of The Project: 1) Product Literature Of The Specific Product Being Offered Indicated In The Bid Proposal; 2) Valid Certification/authorization From The Manufacturer/importer/distributor, That The Bidder Is An Authorized/exclusive Distributor Or Dealer Of The Products/items; 3) Licenses: A) For All Items O Valid And Current Certificate Of Product Registration (cpr) O Valid And Current License To Operate (lto) As Drug Distributor O Valid And Current Lot Release Certificate From Fda (for Vaccines/immunoglobulins/serum) O Valid And Current Certificate Of Gmp From Fda Or From The Manufacturer Issued By The Regulatory Authority Of The Country Of Manufacture 4) Copy Of Returns Policy Should Be Submitted Covering Short And Even Longer Shelf-life For All Items. • Packaging Instruction For All Items: Standard Packaging Of The Manufacturer As Approved By Pfda. • Shelf Life And Replacement: O For Every Delivery, Goods Must Be Fresh Commercial Stock, With A Total Shelf Life Of 24 Months From The Manufacturing Date But Not Less Than 18 Months From The Date Of Delivery O For Medicine With Approved Shorter Shelf Life, Replacement For Fresh Stocks Shall Be Issued When Returned Three (3) Months Before Expiry Date. A Guarantee Letter From The Supplier Shall Be Required As Part Of The Technical Specification Requirement. 11,800.00 8 100/bottle Paracetamol 100 Mg/ml Drops, 15 Ml (alcohol‐free) General Conditions And Requirements Which Shall Be Submitted During Submission Of Bids Or During Submission Of Post-qualification Documents, As Part Of The Technical Specifications Of The Project: 1) Product Literature Of The Specific Product Being Offered Indicated In The Bid Proposal; 2) Valid Certification/authorization From The Manufacturer/importer/distributor, That The Bidder Is An Authorized/exclusive Distributor Or Dealer Of The Products/items; 3) Licenses: A) For All Items O Valid And Current Certificate Of Product Registration (cpr) O Valid And Current License To Operate (lto) As Drug Distributor O Valid And Current Lot Release Certificate From Fda (for Vaccines/immunoglobulins/serum) O Valid And Current Certificate Of Gmp From Fda Or From The Manufacturer Issued By The Regulatory Authority Of The Country Of Manufacture 4) Copy Of Returns Policy Should Be Submitted Covering Short And Even Longer Shelf-life For All Items. • Packaging Instruction For All Items: Standard Packaging Of The Manufacturer As Approved By Pfda. • Shelf Life And Replacement: O For Every Delivery, Goods Must Be Fresh Commercial Stock, With A Total Shelf Life Of 24 Months From The Manufacturing Date But Not Less Than 18 Months From The Date Of Delivery O For Medicine With Approved Shorter Shelf Life, Replacement For Fresh Stocks Shall Be Issued When Returned Three (3) Months Before Expiry Date. A Guarantee Letter From The Supplier Shall Be Required As Part Of The Technical Specification Requirement. 3,125.00 9 400/bottle Paracetamol, 250mg/5ml, 60ml Syrup (alcohol Free) General Conditions And Requirements Which Shall Be Submitted During Submission Of Bids Or During Submission Of Post-qualification Documents, As Part Of The Technical Specifications Of The Project: 1) Product Literature Of The Specific Product Being Offered Indicated In The Bid Proposal; 2) Valid Certification/authorization From The Manufacturer/importer/distributor, That The Bidder Is An Authorized/exclusive Distributor Or Dealer Of The Products/items; 3) Licenses: A) For All Items O Valid And Current Certificate Of Product Registration (cpr) O Valid And Current License To Operate (lto) As Drug Distributor O Valid And Current Lot Release Certificate From Fda (for Vaccines/immunoglobulins/serum) O Valid And Current Certificate Of Gmp From Fda Or From The Manufacturer Issued By The Regulatory Authority Of The Country Of Manufacture 4) Copy Of Returns Policy Should Be Submitted Covering Short And Even Longer Shelf-life For All Items. • Packaging Instruction For All Items: Standard Packaging Of The Manufacturer As Approved By Pfda. • Shelf Life And Replacement: O For Every Delivery, Goods Must Be Fresh Commercial Stock, With A Total Shelf Life Of 24 Months From The Manufacturing Date But Not Less Than 18 Months From The Date Of Delivery O For Medicine With Approved Shorter Shelf Life, Replacement For Fresh Stocks Shall Be Issued When Returned Three (3) Months Before Expiry Date. A Guarantee Letter From The Supplier Shall Be Required As Part Of The Technical Specification Requirement. 12,500.00 10 4,000/tablet Potassium Chloride 600 Mg Tablet General Conditions And Requirements Which Shall Be Submitted During Submission Of Bids Or During Submission Of Post-qualification Documents, As Part Of The Technical Specifications Of The Project: 1) Product Literature Of The Specific Product Being Offered Indicated In The Bid Proposal; 2) Valid Certification/authorization From The Manufacturer/importer/distributor, That The Bidder Is An Authorized/exclusive Distributor Or Dealer Of The Products/items; 3) Licenses: A) For All Items O Valid And Current Certificate Of Product Registration (cpr) O Valid And Current License To Operate (lto) As Drug Distributor O Valid And Current Lot Release Certificate From Fda (for Vaccines/immunoglobulins/serum) O Valid And Current Certificate Of Gmp From Fda Or From The Manufacturer Issued By The Regulatory Authority Of The Country Of Manufacture 4) Copy Of Returns Policy Should Be Submitted Covering Short And Even Longer Shelf-life For All Items. • Packaging Instruction For All Items: Standard Packaging Of The Manufacturer As Approved By Pfda. • Shelf Life And Replacement: O For Every Delivery, Goods Must Be Fresh Commercial Stock, With A Total Shelf Life Of 24 Months From The Manufacturing Date But Not Less Than 18 Months From The Date Of Delivery O For Medicine With Approved Shorter Shelf Life, Replacement For Fresh Stocks Shall Be Issued When Returned Three (3) Months Before Expiry Date. A Guarantee Letter From The Supplier Shall Be Required As Part Of The Technical Specification Requirement. 48,000.00 11 6,000/tablet Prednisone 10mg Tablet General Conditions And Requirements Which Shall Be Submitted During Submission Of Bids Or During Submission Of Post-qualification Documents, As Part Of The Technical Specifications Of The Project: 1) Product Literature Of The Specific Product Being Offered Indicated In The Bid Proposal; 2) Valid Certification/authorization From The Manufacturer/importer/distributor, That The Bidder Is An Authorized/exclusive Distributor Or Dealer Of The Products/items; 3) Licenses: A) For All Items O Valid And Current Certificate Of Product Registration (cpr) O Valid And Current License To Operate (lto) As Drug Distributor O Valid And Current Lot Release Certificate From Fda (for Vaccines/immunoglobulins/serum) O Valid And Current Certificate Of Gmp From Fda Or From The Manufacturer Issued By The Regulatory Authority Of The Country Of Manufacture 4) Copy Of Returns Policy Should Be Submitted Covering Short And Even Longer Shelf-life For All Items. • Packaging Instruction For All Items: Standard Packaging Of The Manufacturer As Approved By Pfda. • Shelf Life And Replacement: O For Every Delivery, Goods Must Be Fresh Commercial Stock, With A Total Shelf Life Of 24 Months From The Manufacturing Date But Not Less Than 18 Months From The Date Of Delivery O For Medicine With Approved Shorter Shelf Life, Replacement For Fresh Stocks Shall Be Issued When Returned Three (3) Months Before Expiry Date. A Guarantee Letter From The Supplier Shall Be Required As Part Of The Technical Specification Requirement. 25,500.00 12 500/tablet Sodium Bicarbonate, 650 Mg , Tablet General Conditions And Requirements Which Shall Be Submitted During Submission Of Bids Or During Submission Of Post-qualification Documents, As Part Of The Technical Specifications Of The Project: 1) Product Literature Of The Specific Product Being Offered Indicated In The Bid Proposal; 2) Valid Certification/authorization From The Manufacturer/importer/distributor, That The Bidder Is An Authorized/exclusive Distributor Or Dealer Of The Products/items; 3) Licenses: A) For All Items O Valid And Current Certificate Of Product Registration (cpr) O Valid And Current License To Operate (lto) As Drug Distributor O Valid And Current Lot Release Certificate From Fda (for Vaccines/immunoglobulins/serum) O Valid And Current Certificate Of Gmp From Fda Or From The Manufacturer Issued By The Regulatory Authority Of The Country Of Manufacture 4) Copy Of Returns Policy Should Be Submitted Covering Short And Even Longer Shelf-life For All Items. • Packaging Instruction For All Items: Standard Packaging Of The Manufacturer As Approved By Pfda. • Shelf Life And Replacement: O For Every Delivery, Goods Must Be Fresh Commercial Stock, With A Total Shelf Life Of 24 Months From The Manufacturing Date But Not Less Than 18 Months From The Date Of Delivery O For Medicine With Approved Shorter Shelf Life, Replacement For Fresh Stocks Shall Be Issued When Returned Three (3) Months Before Expiry Date. A Guarantee Letter From The Supplier Shall Be Required As Part Of The Technical Specification Requirement. 1,990.00 Delivery Period: 7 Calendar Days Total Offered Quotation In Words: ______________ In Figures: ______________ Price Validity: ________________ Payment Terms: Thirty (30) Calendar Days Payment Details: Banking Institution: _________________________________________________ Account Number: __________________________________________________ Account Name: _________________________________________________ Branch: _________________________________________________ Note: Only The Actual Amount Of The Accepted Items Shall Be Paid. ___________________________ Signature Over Printed Name Of Authorized Representative ___________________________ Position/designation ___________________________ Office Telephone/fax/mobile Nos. ___________________________ Email Address/es
AGENCY FOR INTERNATIONAL DEVELOPMENT USA Tender
Others
United States
Closing Date6 Jan 2025
Tender AmountRefer Documents
Details: **this Solicitation Has Been Updated To Reflect Overseas Comparability Pay, As Updated In Aapd 25-02. All Other Information Remains The Same. ** solicitation Number 7200aa25r00012
issuance Date: December 5, 2024
closing Date And Time: January 6, 2025, 1:00 Pm Eastern Standard Time (est) 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 Country Representative – Senegal (fs-02) Under A Personal Services Contract, As
described In The Attached Solicitation.
offers Must Be In Accordance With Attachment 1 Of This Solicitation At The Place And Time
specified. Incomplete Or Unsigned Offers Will Not Be Considered. Offerors Should Retain Copies Of
all Offer Materials For Their Records.
usaid Will Evaluate All Offerors Based On The Stated Evaluation Criteria. Usaid Encourages All
individuals, Including Those From Disadvantaged And Under-represented Groups, To Respond To The
solicitation.
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
1 | Page 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. We Are Currently Accepting Electronic
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 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 Https://otijobs.net/uspsc-application-guidance. Any Questions
on This Solicitation May Be Directed To:
oti Recruitment Team
e-mail Address: Otijobs@usaid.gov
website: Www.otijobs.net sincerely, maria Del Carmen Grizzard
contracting Officer
m/oaa/cps 2 | Page 7200aa25r00012 attachment I
i. General Information
1. Solicitation No.: 7200aa25r00012
2. Issuance Date: December 5, 2024
3. Closing Date And Time For Receipt Of Offers: January 6, 2025, 1:00 Pm
eastern Time
4. Point Of Contact: Oti Recruitment Team, E-mail At Otijobs@usaid.gov.
5. Position Title: Country Representative
6. Market Value: This Position Has Been Designated At The Fs-02 Equivalent Level, Overseas
non-locality Pay ($121,803-$178,873). 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.
please Be Advised Selectee(s) Will Be Required To Travel To Washington, Dc For Agency
onboarding Processing And Badging Regardless Of Place Of Performance. Uspscs With A Home Of
record Outside Of The 50 Mile Dc Radius, Per Agency Travel Policy, Will Be Reimbursed For Travel
to The Official Usaid Worksite In Washington, Dc. In Order To Be Reimbursed, The Selectee Must
have A Travel Authorization (ta) Completed Prior To Traveling. For Uspscs Within The 50 Mile
dc Radius, Any Required Travel For The Purpose Of Completing The Onboarding And Badging Process
will Be A Personal Expense. Per Agency Regulations, Any Required Travel For Uspscs Within 50
miles From An Employee’s Residence, Duty Station, Or Place Of Performance Will Be A Personal
expense. 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: Senegal
overseas Uspscs May Be Authorized To Telework Or Remote Work Only From A Location
within The Country Of Performance, In Accordance With Mission Policy. Telework Or
3 | Page remote Work From Outside The Country Of Performance May Only Be Authorized In Certain
situations In Accordance With The Terms And Conditions Of The Contract.
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. 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 Core Values:
agility
4 | Page oti Addresses Complex Political Problems Through Context Analysis, Experimentation, And
strategic Resource Use. Applying An Adaptive Mindset In Washington And The Field Accelerates
timely Positive Change. political
oti Seeks To Understand How Power Is Created, Traded, And Facilitated, Requiring That We
acknowledge Our Privilege And The Limits Of Our Power. This Understanding Helps Us Act On Power
dynamics And Harness Them For Transformation.
accountability
oti Exhibits A Sense Of Ownership And Integrity In The Work We Do, And Holds A Sense Of
responsibility To Each Other, The Local Partners We Engage, The Policies And Programs We Advance
with Our Implementing Partners, And The Taxpayer.
curiosity
oti’s Mission Demands Learning And Adaptation. Our Relentless Curiosity Drives Us To Wonder
about People, Problems, And Possibilities. We Question The Status Quo, Seek To Understand Amid
uncertainty, And Treat Mistakes As A Compass Pointing Us Toward More Effective Approaches.
diversity & Inclusion
oti’s Ability To Achieve Its Mission And Live Out Its Values Is Propelled By Our Collective
responsibility To Create A Sense Of Belonging For All In Our Work Environment. Oti Values The
diversity Of Each Others’ Authentic Selves, Building A Foundation Of Trust And Respect.
courage
oti Embraces Our Engagements With One Another, Our Stakeholders, And Our Programs With
intentionality And Optimism. Achieving Our Mission Requires That We Take Risks And Tackle
difficult Conversations And Decisions. A Courageous Oti Is A Force For Positive Change. 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.
5 | Page ● 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 Oti Country Representative – Senegal Is A Member Of The Conflict Prevention And
stabilization (cps)/oti West And Central Africa (wca) Regional Team, Reports To The Oti
west And Central Africa Team Lead Or Designee, And Is Based In Senegal. The Incumbent May Be
required To Travel Regionally As Necessary. The Country Representative’s Principal Responsibility
will Be Development, Oversight And Management Of Cps/oti's Senegal 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.
core Functional Areas Of Responsibility
duties And Responsibilities
the Work Of The Country Representative Requires Teamwork, The Exercise Of Discretion, Judgment,
and Personal Responsibility. As A Member Of A Highly 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 Oti Systems And
6 | Page procedures To Maintain Effective And Efficient Management Of Funds, Programming, And
monitoring And Evaluation. You Are Highly 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 In Washington, D.c., Colleagues In The Field, 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, Articulates Innovative Ideas, Presents 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’s (deia) Vision And Values As Outlined In The
background.
under The Direct Supervision Of The Washington-based Cps/oti Regional Team Leader For
senegal Or His/her Designee, The Country Representative Will Perform The Following Duties:
● Manage A High-profile Program In A Dynamic Environment And Provide Strategic,
programmatic, And Operational Guidance To Oti’s Implementing Partners (contractors
and/or Grantees) While Leveraging Critical Local Staff Input, And The Partner’s Role In
strategy Co-creation, To Ensure That Activities Are Contributing To Oti’s Program
objectives;
● Conceptualize And Design Program Strategies And Objectives In Close Coordination With
oti Staff In Washington And In The Field, The Embassy, Host Country Government,
implementing Partner Staff And Local Civil Society Actors Based On Political And Context
analysis And U.s. Government Policy; Initiate Strategy Reviews As Needed In Line With
changes In Context And Policy;
● Analyze, Synthesize And Report On Current Political Developments, Security Concerns, And
other Pertinent Information Required To Achieve Oti’s Program Objectives; Monitor Local
and Regional Political Developments And Regularly Brief Oti And Partner Staff On Their
potential Programmatic Impact;
● Responsible For Managing Program Effectiveness; Ensuring Strategic Accountability;
setting Realistic Intended Program Results And Program Achievements By Utilizing Oti’s
programming Principles And Processes And Regularly Engaging With The Resources
available To Support And Measure Program Effectiveness;
● Articulate Program Strategy, As Well As Communicate And Coordinate Oti’s In-country
activities Between Oti And Its Implementing Partners, Usaid, The Embassy And Other
donor Organizations; Prepare And Disseminate Programmatic, Financial And Periodic
reports To The Usaid Mission, Oti/washington And Other Organizations As Appropriate;
● Serve As Oti’s Primary Liaison With Usaid Mission Personnel, U.s. Embassy Staff,
host-country Government Officials, Un Organizations, Indigenous And International
non-governmental Organizations (ngos), And Other Stakeholder Organizations. Develop
7 | Page and Maintain Collaborative Relationships To Ensure Close Coordination At The Field Level,
identify The Widest Range Of Potential Local Partners And Opportunities, And Achieve
maximum Synergy With Other Programs;
● Build, Lead, Supervise, And Motivate A Team Composed Of Uspscs And A Significant
number Of Implementing Partner Staff In Senegal. In Close Coordination With The
implementing Partner, Continuously Review And Design Staffing Plans To Meet Overall
program Objectives. Recruit, Train, Supervise, And Evaluate The Performance Of In-country
oti Staff. Maintain Staff Morale In A Difficult Security And Work Environment;
● Provide Recommendations To The Washington-based Contracting Officer Representative
(cor) And/or The Regional Team Leader On Implementing Partner Performance, Budgets,
contract Modifications, Among Other Partner Related Issues;
● Provide Usaid Concurrence On All Implementing Partner Activities, Including Final
approval Of Grantees For Grants Under Contract, In Accordance With The Usaid’s
automated Directives System (ads);
● Ensure The Use Of Oti Systems And Procedures To Maintain Effective And Efficient
management Of Funds And Programming;
● Ensure That Oti’s Programs And Activities Are Monitored And Evaluated And That Lessons
learned Are Applied To Ongoing Or Future Activities;
● Prepare Operational Plans In Collaboration With The U.s. Embassy, Including Logistics And
property Use Guidelines, Closeout And Hand-over, Security Procedures, And Contingency
and Evacuation Plans; Review And Concur On Oti Program Budgets For Field Operations;
● Ensure That All Oti Field Staff Adhere To In-country Security Guidelines Set By The U.s.
embassy Regional Security Officer And Other Organizations Such As The United Nations Or
host Government, As Appropriate; Coordinate Closely With Implementing Partner Senior
management To Provide Relevant Security Related Information From The Embassy;
● Travel Within The Country/region To Monitor And Assess Political Conditions, And
implementing Partner Operational Platforms, Meet With Potential Grantees, Senior
host-country Government And Other Program Counterparts, And Develop Recommendations
to Respond To Evolving Dynamics; And,
● Serve On Temporary Details Within Oti, Other Usaid Bureaus/offices, Or Other U.s.
government (usg) Agencies Under This Scope Of Work For A Period Not To Exceed Six (6)
months. Duties Performed While On Detail Must Be Directly Related To The Scope Of Work,
but May Not Be Directly Related To Oti Programs Or Activities. Contracting Officer (co)
approval Is Required For The Temporary Detail. Any Extension Past The Six (6) Months
requires Co Approval.
supervisory Relationship:
8 | Page the Country Representative – Senegal Will Report To Oti’s Washington-based Regional Team
leader For The West And Central Africa (wca) Or His/her Designee. The Country Representative
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 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 Fs-02 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
while In Senegal, The Work Is Generally Sedentary And Does Not Pose Undue Physical Demands.
however, The Position May Require Travel Throughout The Country Of Assignment, 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).
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.
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”)
education/experience Required:
at A Minimum, The Offeror Must Have:
(1) A Master’s Degree With Seven (7) Years Of Work Experience;
or
a Bachelor’s Degree With Nine (9) Years Of Work Experience;
or
an Associate’s Degree With Ten (10) Years Of Work Experience; 9 | Page or
a High School Diploma/equivalent With Eleven (11) Years Of Work Experience;
and
(2) Six (6) Years Of Project Management Experience With A U.s. Government Foreign
affairs Agency, Domestic Or International Assistance Organization, Or Non-governmental
organization In Community Development, Economic Development,
mediation/arbitration, Conflict Resolution, Democracy And Governance, International
law, Political Analysis, And/or Human Rights Activities;
(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 Covid Pandemic;
(4) Three (3) Years Of Supervisory Experience With At Least One Direct Report.
(5) Demonstrated Experience Using French In A Professional Setting Is Required. 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;
10 | Page ● 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 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 Experience In The Management Of Political Transition, Political
reform, Or Similar Programs In High-pressure Environments Such As
non-permissive Crisis Or Conflict Zones. factor #2 Demonstrated Experience Developing Strategies For Programs That Will Respond To
at Least One Of The Following Problem Sets: Violence Prevention, Post-conflict,
political Transition, Democracy-building, And/or Humanitarian Assistance.
factor #3 Demonstrated Experience Using Political Analysis To Inform Programming Policy, strategies, And Objectives, Especially In Conflict-prone 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
11 | Page 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:
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
12 | Page (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. The Form Can Be Found At
https://www.usaid.gov/forms. We Are Currently Accepting Electronic 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 Https://otijobs.net/uspsc-application-guidance.
document Submittals
via Email: Otijobs@usaid.gov
please Note In Your Document Submission Where You Heard About This Position.
note Regarding Government Obligations For This Solicitation
13 | Page 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.
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:
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
g) Paid Parental Leave
h) Relocation Expense Benefit
i)
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.
14 | Page (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.usaid.gov/ads/policy/300/aidar.
2. Contract Cover Page Form Aid 309-1 Available At Https://www.usaid.gov/forms. one Base Year Table – 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] 15 | Page total Estimated Cost $____ four Option Years Table- Country Representative item
no (a) services (description) (b) qty (c)
unit (d)
unit Price (e) amount (f) 100
1
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]
200
1 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]
300
1
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]
400
1
option Period (op) 4 - Compensation
award Type: Cost 1 Lot $____ $____ 16 | Page product Service Code: R497
accounting Info: [insert From Phoenix] 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/partner-with-us/acquisition-assistance-ombudsman/psc-ombudsman
the Psc Ombudsman May Be Contacted Via: Pscombudsman@usaid.gov.
6. Far Provisions Incorporated By Reference
52.204-27 Prohibition On The Bytedance Covered application (date) aapd 06-10 – Psc Medical Expense Payment Responsibility
general Provision 28, Medical Expense Payment Responsibility
17 | Page (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,
18 | Page 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). 19 | Page 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. 20 | Page
AGENCY FOR INTERNATIONAL DEVELOPMENT USA Tender
Others
United States
Closing Date23 Jan 2025
Tender AmountRefer Documents
Details: Solicitation Number: 7200aa25r00016 issuance Date: December 23, 2024 closing Date And Time: January 23, 2025, 1:00 Pm Eastern Standard Time (est) 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 Deputy Country Representative - Angola (fs-03) Under A Personal Services Contract, As Described In The Attached Solicitation. offers Must Be In Accordance With Attachment 1 Of This Solicitation At The Place And Time Specified. Incomplete Or Unsigned Offers Will Not Be Considered. Offerors Should Retain Copies Of All Offer Materials For Their Records. usaid Will Evaluate All Offerors Based On The Stated Evaluation Criteria. Usaid Encourages All Individuals, Including Those From Disadvantaged And Under-represented Groups, To Respond To The Solicitation. 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. 1 | Page 2. Uspsc Offeror Information For Personal Services Contracts Form Aid 309-2. Offerors Are Required To Complete And Sign The Form. 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 Https://otijobs.net/uspsc-application-guidance. Any Questions On This Solicitation May Be Directed To: oti Recruitment Team e-mail Address: Otijobs@usaid.gov website: Www.otijobs.net sincerely, maria Del Carmen Grizzard contracting Officer m/oaa/cps 2 | Page 7200aa25r00016 attachment I i. General Information 1. Solicitation No.: 7200aa25r00016 2. Issuance Date: December 23, 2024 3. Closing Date And Time For Receipt Of Offers: January 23, 2025, 1:00 Pm Eastern Time 4. Point Of Contact: Oti Recruitment Team, Email At Otijobs@usaid.gov. 5. Position Title: Deputy Country Representative 6. Market Value: This Position Has Been Designated At The Fs-03 Equivalent Level, Overseas Comparability Pay, Ocp, ($98,697 - $144,940 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. please Be Advised Selectee(s) Will Be Required To Travel To Washington, Dc For Agency Onboarding Processing And Badging Regardless Of Place Of Performance. Uspscs With A Home Of Record Outside Of The 50 Mile Dc Radius, Per Agency Travel Policy, Will Be Reimbursed For Travel To The Official Usaid Worksite In Washington, Dc. In Order To Be Reimbursed, The Selectee Must Have A Travel Authorization (ta) Completed Prior To Traveling. For Uspscs Within The 50 Mile Dc Radius, Any Required Travel For The Purpose Of Completing The Onboarding And Badging Process Will Be A Personal Expense. Per Agency Regulations, Any Required Travel For Uspscs Within 50 Miles From An Employee’s Residence, Duty Station, Or Place Of Performance Will Be A Personal Expense. 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: Angola overseas Uspscs May Be Authorized To Telework Or Remote Work Only From A Location Within The Country Of Performance, In Accordance With Mission Policy. Telework Or Remote Work From Outside The Country Of Performance May Only Be Authorized In Certain Situations In Accordance With The Terms And Conditions Of The Contract. 9. Eligible Offerors: United States Citizens 3 | Page 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. 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 Core Values: agility oti Addresses Complex Political Problems Through Context Analysis, Experimentation, And Strategic Resource Use. Applying An Adaptive Mindset In Washington And The Field Accelerates Timely Positive Change. 4 | Page political oti Seeks To Understand How Power Is Created, Traded, And Facilitated, Requiring That We Acknowledge Our Privilege And The Limits Of Our Power. This Understanding Helps Us Act On Power Dynamics And Harness Them For Transformation. accountability oti Exhibits A Sense Of Ownership And Integrity In The Work We Do, And Holds A Sense Of Responsibility To Each Other, The Local Partners We Engage, The Policies And Programs We Advance With Our Implementing Partners, And The Taxpayer. curiosity oti’s Mission Demands Learning And Adaptation. Our Relentless Curiosity Drives Us To Wonder About People, Problems, And Possibilities. We Question The Status Quo, Seek To Understand Amid Uncertainty, And Treat Mistakes As A Compass Pointing Us Toward More Effective Approaches. diversity & Inclusion oti’s Ability To Achieve Its Mission And Live Out Its Values Is Propelled By Our Collective Responsibility To Create A Sense Of Belonging For All In Our Work Environment. Oti Values The Diversity Of Each Others’ Authentic Selves, Building A Foundation Of Trust And Respect. courage oti Embraces Our Engagements With One Another, Our Stakeholders, And Our Programs With Intentionality And Optimism. Achieving Our Mission Requires That We Take Risks And Tackle Difficult Conversations And Decisions. A Courageous Oti Is A Force For Positive Change. 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. 5 | Page 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 Oti Deputy Country Representative – Angola Is A Member Of The Bureau For Conflict Prevention And Stabilization (cps)/oti Southern And East Africa (sea) Regional Team, And Reports To The Oti Country Representative In Angola. The Deputy Country Representative’s Principal Responsibility Will Be Development, Oversight And Management Of Usaid/oti's Angola Country Program. The Incumbent Will Be Called On 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. 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, 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 Oti Systems And Procedures To Maintain Effective And Efficient Management Of Funds, Programming, And Monitoring And Evaluation. You Are Highly Flexible And Willing To Work Under Conditions Of Ongoing Changes, 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 In Washington, D.c., Colleagues In The Field, And With Key Stakeholders 6 | Page 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’s (deia) Vision And Values As Outlined In The Background. under The Direct Supervision Of The Angola-based Cps/oti Country Representative For Angola Or Their Designee, The Deputy Country Representative Will Perform The Following Duties: ● Represent Oti Interests During Meetings With Usaid/angola Personnel, U.s. Embassy Staff, Host-country Government Officials, International Organizations, Indigenous And International Non-governmental Organizations (ngos), And International Donors Interested in Cps/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 Usaid 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 Us Embassies Or Usaid Missions. Support To Us 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; ● 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 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; ● Assume The Lead On Collecting Information And Drafting/editing Regular Reporting Products; ● Assume Higher Representational Responsibilities, Potentially Serving As Acting Oti Country Representative In Their Absence; 7 | Page ● 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, Un Organizations, International Organizations, 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 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 The 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, Administrative Program 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; ● Serve On Temporary Details Within Oti, Other Usaid Bureaus/offices, Or Other U.s. Government (usg) Agencies Under This Scope Of Work For A Period Not To Exceed Six (6) Months. Duties Performed While On Detail Must Be Directly Related To The Scope Of Work, But May Not Be Directly Related To Oti Programs Or Activities. Contracting Officer (co) Approval Is Required For The Temporary Detail. Any Extension Past The Six (6) Months Requires Co Approval. 8 | Page supervisory Relationship: the Deputy Country Representative Will Be Supervised By The Oti Country Representative Or His/her Designee In Angola. 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 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 Fs-03 Level, The Incumbent’s Supervisor Sets Overall Objectives. The Incumbent And Supervisor Together Develop Deadlines, Projects, And Work To Be Done. The Incumbent Independently Plans, Designs, And Carries Out Projects, Studies, And Programs. Completed Work Is Reviewed Only From An Overall Standpoint In Terms Of Feasibility, Compatibility With Other Work, Or Effectiveness In Meeting Requirements, Or Expected Results. Technical Problems Are Generally Resolved Without Reference To Supervisors. 12. Physical Demands while In Angola, The Work Is Generally Sedentary And Does Not Pose Undue Physical Demands. However, The Position May Require Travel Throughout The Country Of Assignment, 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). 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. 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 Five (5) Years Of Work Experience; or a Bachelor’s Degree With Seven (7) Years Of Work Experience; or 9 | Page an Associate’s Degree With Eight (8) Years Of Work Experience; or a High School Diploma With Nine (9) Years Of Work Experience; and (2) Five (5) 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) One (1) Year 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) One (1) Year Of Supervisory Experience (including But Not Limited To Mentoring, Training, And Guiding Staff); (5) Demonstrated Experience Using Portuguese In A Professional Setting Is Preferred. 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; 10 | Page ● 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. 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: 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. program Operations And Management (30 Points): 11 | Page ● 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. representation (20 Points): ● Demonstrated Experience Interacting With And Representing An Organization To U.s. Government Agencies, Host-country 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 Their Qualifications And There Are No Other Competitive Offerors, Oti Reserves The Right To Forego The Interview Process. the Offeror Rating System Is As Follows: 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 Their 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. 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. 12 | Page 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. The Form Can Be Found At Https://www.usaid.gov/forms. We Are Currently Accepting Electronic 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 https://otijobs.net/uspsc-application-guidance. Document Submittals Via Email: Otijobs@usaid.gov please Note In Your Document Submittal Where You Heard About This Position. 13 | 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. 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: 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 g) Paid Parental Leave h) Relocation Expense Benefit 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. 14 | Page (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.usaid.gov/ads/policy/300/aidar. 2. Contract Cover Page Form Aid 309-1 Available At Https://www.usaid.gov/forms. One Base Year Table – Deputy Country Representative item no (a) services (description) qty unit unit Price (b) (c) (d) (e) amo unt (f) 0001 Base Year 1 - Compensation Award Type: Cost product Service Code: R497 accounting Info: [insert From Phoenix] fringe Benefits/other Direct Costs (odcs) Award Type: Cost product Service Code: R497 accounting Info: [insert From Phoenix] 15 | Page 1 Lot $____ $____ total Estimated Cost $____ four Option Years Table- Deputy Country Representative ite m no (a) services (description) qty unit unit Price (b) (c) (d) (e) amount (f) 100 1 200 1 option Period (op) 1 - 1 compensation Award Type: Cost product Service Code: R497 accounting Info: [insert From Phoenix] 1 lot $____ Lot $____ $____ $____ op 1 - Odcs award Type: Cost product Service Code: R497 accounting Info: [insert From Phoenix] op 2 - Compensation award Type: Cost product Service Code: R497 accounting Info: [insert From Phoenix] op 2 - Odcs award Type: Cost product Service Code: R497 accounting Info: [insert From Phoenix] 300 1 option Period (op) 3 - 1 Lot $____ compensation Award Type:cost product Service Code: R497 accounting Info: [insert From Phoenix] op 3 - Odcs award Type: Cost product Service Code: R497 accounting Info: [insert From Phoenix] $____ 400 1 16 | Page option Period (op) 4 - compensation Award Type: Cost 1 Lot $____ $____ product Service Code: R497 accounting Info: [insert From Phoenix] 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/partner-with-us/acquisition-assistance-ombudsman/psc-ombudsman The Psc Ombudsman May Be Contacted Via: Pscombudsman@usaid.gov. 6. Far Provisions Incorporated By Reference 52.204-27 prohibition On The Bytedance covered Application (date) aapd 06-10 – Psc Medical Expense Payment Responsibility General Provision 28, Medical Expense Payment Responsibility 17 | Page (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, 18 | Page 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). 19 | Page 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. 20 | Page
AGENCY FOR INTERNATIONAL DEVELOPMENT USA Tender
Others
United States
Closing Date23 Jan 2025
Tender AmountRefer Documents
Details: Solicitation Number: 7200aa25r00015 issuance Date: December 23, 2024 closing Date And Time: January 23, 2025 , 1:00 Pm Eastern Standard Time (est) 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 Country Representative - Angola (fs-02) Under A Personal Services Contract, As Described In The Attached Solicitation. offers Must Be In Accordance With Attachment 1 Of This Solicitation At The Place And Time Specified. Incomplete Or Unsigned Offers Will Not Be Considered. Offerors Should Retain Copies Of All Offer Materials For Their Records. usaid Will Evaluate All Offerors Based On The Stated Evaluation Criteria. Usaid Encourages All Individuals, Including Those From Disadvantaged And Under-represented Groups, To Respond To The Solicitation. 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. 1 | Page 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. We Are Currently Accepting Electronic 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 Https://otijobs.net/uspsc-application-guidance. Any Questions On This Solicitation May Be Directed To: oti Recruitment Team e-mail Address: Otijobs@usaid.gov website: Www.otijobs.net sincerely, maria Del Carmen Grizzard contracting Officer m/oaa/cps 2 | Page 7200aa25r00015 attachment I i. General Information 1. Solicitation No.: 7200aa25r00015 2. Issuance Date: December 23, 2024 3. Closing Date And Time For Receipt Of Offers: January 23, 2025, 1:00 Pm Eastern Time 4. Point Of Contact: Oti Recruitment Team, E-mail At Otijobs@usaid.gov. 5. Position Title: Country Representative 6. Market Value: This Position Has Been Designated At The Fs-02 Equivalent Level, Overseas Comparability Pay, Ocp, ($121,803-$178,873 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. please Be Advised Selectee(s) Will Be Required To Travel To Washington, Dc For Agency Onboarding Processing And Badging Regardless Of Place Of Performance. Uspscs With A Home Of Record Outside Of The 50 Mile Dc Radius, Per Agency Travel Policy, Will Be Reimbursed For Travel To The Official Usaid Worksite In Washington, Dc. In Order To Be Reimbursed, The Selectee Must Have A Travel Authorization (ta) Completed Prior To Traveling. For Uspscs Within The 50 Mile Dc Radius, Any Required Travel For The Purpose Of Completing The Onboarding And Badging Process Will Be A Personal Expense. Per Agency Regulations, Any Required Travel For Uspscs Within 50 Miles From An Employee’s Residence, Duty Station, Or Place Of Performance Will Be A Personal Expense. 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: Angola overseas Uspscs May Be Authorized To Telework Or Remote Work Only From A Location Within The Country Of Performance, In Accordance With Mission Policy. Telework Or Remote Work From Outside The Country Of Performance May Only Be Authorized In Certain Situations In Accordance With The Terms And Conditions Of The Contract. 9. Eligible Offerors: United States Citizens 3 | Page 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.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 Core Values: agility oti Addresses Complex Political Problems Through Context Analysis, Experimentation, And strategic Resource Use. Applying An Adaptive Mindset In Washington And The Field Accelerates Timely Positive Change. 4 | Page political oti Seeks To Understand How Power Is Created, Traded, And Facilitated, Requiring That We Acknowledge Our Privilege And The Limits Of Our Power. This Understanding Helps Us Act On Power Dynamics And Harness Them For Transformation. accountability oti Exhibits A Sense Of Ownership And Integrity In The Work We Do, And Holds A Sense Of Responsibility To Each Other, The Local Partners We Engage, The Policies And Programs We Advance With Our Implementing Partners, And The Taxpayer. curiosity oti’s Mission Demands Learning And Adaptation. Our Relentless Curiosity Drives Us To Wonder About People, Problems, And Possibilities. We Question The Status Quo, Seek To Understand Amid Uncertainty, And Treat Mistakes As A Compass Pointing Us Toward More Effective Approaches. diversity & Inclusion oti’s Ability To Achieve Its Mission And Live Out Its Values Is Propelled By Our Collective Responsibility To Create A Sense Of Belonging For All In Our Work Environment. Oti Values The Diversity Of Each Others’ Authentic Selves, Building A Foundation Of Trust And Respect. courage oti Embraces Our Engagements With One Another, Our Stakeholders, And Our Programs With Intentionality And Optimism. Achieving Our Mission Requires That We Take Risks And Tackle Difficult Conversations And Decisions. A Courageous Oti Is A Force For Positive Change. 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. 5 | Page 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 Country Representative Is A Member Of The Bureau For Conflict Prevention And Stabilization (cps)/oti Southern And East Africa (sea) Regional Team, Reports To The Oti Sea Regional Team Lead Or Designee, And Is Based In Angola. The Incumbent May Be Required To Travel Regionally As Necessary. The Country Representative’s Principal Responsibility Will Be Development, Oversight And Management Of Cps/oti's Angola 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. core Functional Areas Of Responsibility duties And Responsibilities the Work Of The Country Representative Requires Teamwork, The Exercise Of Discretion, Judgment, And Personal Responsibility. As A Member Of A Highly 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 Oti Systems And Procedures To Maintain Effective And Efficient Management Of Funds, Programming, And Monitoring And Evaluation. You Are Highly 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 In Washington, D.c., Colleagues In The Field, 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 6 | Page thinker, Articulates Innovative Ideas, Presents 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’s (deia) Vision And Values As Outlined In The Background. under The Direct Supervision Of The Washington-based Cps/oti Regional Team Leader For The Southern And East Africa Team Or His/her Designee, The Country Representative Will Perform The Following Duties: ● Manage A High-profile Program In A Dynamic Environment And Provide Strategic, Programmatic, And Operational Guidance To Oti’s Implementing Partners (contractors And/or Grantees) While Leveraging Critical Local Staff Input, And The Partner’s Role In Strategy Co-creation, To Ensure That Activities Are Contributing To Oti’s Program Objectives; ● Conceptualize And Design Program Strategies And Objectives In Close Coordination With Oti Staff In Washington And In The Field, The Embassy, Host Country Government, Implementing Partner Staff And Local Civil Society Actors Based On Political And Context Analysis And U.s. Government Policy; Initiate Strategy Reviews As Needed In Line With Changes In Context And Policy; ● Analyze, Synthesize And Report On Current Political Developments, Security Concerns, And Other Pertinent Information Required To Achieve Oti’s Program Objectives; Monitor Local And Regional Political Developments And Regularly Brief Oti And Partner Staff On Their Potential Programmatic Impact; ● Responsible For Managing Program Effectiveness; Ensuring Strategic Accountability; Setting Realistic Intended Program Results And Program Achievements By Utilizing Oti’s Programming Principles And Processes And Regularly Engaging With The Resources Available To Support And Measure Program Effectiveness; ● Articulate Program Strategy, As Well As Communicate And Coordinate Oti’s In-country Activities Between Oti And Its Implementing Partners, Usaid, The Embassy And Other Donor Organizations; Prepare And Disseminate Programmatic, Financial And Periodic Reports To Usaid/angola, Oti/washington And Other Organizations As Appropriate; ● Serve As Oti’s Primary Liaison With Usaid/angola Personnel, U.s. Embassy Staff, Host-country Government Officials, Un Organizations, Indigenous And International Non-governmental Organizations (ngos), And Other Stakeholder Organizations. Develop And Maintain Collaborative Relationships To Ensure Close Coordination At The Field Level, Identify The Widest Range Of Potential Local Partners And Opportunities, And Achieve Maximum Synergy With Other Programs; ● Build, Lead, Supervise, And Motivate A Team Composed Of Uspscs And A Significant Number Of Implementing Partner Staff In Angola. In Close Coordination With The 7 | Page Implementing Partner, Continuously Review And Design Staffing Plans To Meet Overall Program Objectives; Recruit, Train, Supervise, And Evaluate The Performance Of In-country Oti Staff. Maintain Staff Morale In A Difficult Security And Work Environment; ● Provide Recommendations To The Washington-based Contracting Officer Representative (cor) And/or The Regional Team Leader On Implementing Partner Performance, Budgets, Contract Modifications, Among Other Partner Related Issues; ● Provide Usaid Concurrence On All Implementing Partner Activities, Including Final Approval Of Grantees For Grants Under Contract, In Accordance With The Usaid’s Automated Directives System (ads); ● Ensure The Use Of Oti Systems And Procedures To Maintain Effective And Efficient Management Of Funds And Programming; ● Ensure That Oti’s Programs And Activities Are Monitored And Evaluated And That Lessons Learned Are Applied To Ongoing Or Future Activities; ● Prepare Operational Plans In Collaboration With The U.s. Embassy, Including Logistics And Property Use Guidelines, Closeout And Hand-over, Security Procedures, And Contingency And Evacuation Plans; Review And Concur On Oti Program Budgets For Field Operations; ● Ensure That All Oti Field Staff Adhere To In-country Security Guidelines Set By The U.s. Embassy Regional Security Officer And Other Organizations Such As The United Nations Or Host Government, As Appropriate; Coordinate Closely With Implementing Partner Senior Management To Provide Relevant Security Related Information From The Embassy; ● Travel Within The Country/region To Monitor And Assess Political Conditions, And Implementing Partner Operational Platforms, Meet With Potential Grantees, Senior Host-country Government And Other Program Counterparts, And Develop Recommendations To Respond To Evolving Dynamics; And, ● Serve On Temporary Details Within Oti, Other Usaid Bureaus/offices, Or Other U.s. Government (usg) Agencies Under This Scope Of Work For A Period Not To Exceed Six (6) Months. Duties Performed While On Detail Must Be Directly Related To The Scope Of Work, But May Not Be Directly Related To Oti Programs Or Activities. Contracting Officer (co) Approval Is Required For The Temporary Detail. Any Extension Past The Six (6) Months Requires Co Approval. supervisory Relationship: the Country Representative – Angola Will Report To Oti’s Washington-based Team Leader For The Southern And East Africa (sea) Regional Team Or His/her Designee. The Country Representative 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 8 | Page 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 Fs-02 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: while In Angola, The Work Is Generally Sedentary And Does Not Pose Undue Physical Demands. However, The Position May Require Travel Throughout The Country Of Assignment, 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). 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. 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”) education/experience Required: at A Minimum, The Offeror Must Have: (1) A Master’s Degree With Seven (7) Years Of Work Experience; or a Bachelor’s Degree With Nine (9) Years Of Work Experience; or an Associate’s Degree With Ten (10) Years Of Work Experience; or 9 | Page a High School Diploma/equivalent With Eleven (11) Years Of Work Experience; And (2) Six (6) Years Of Project Management Experience With A U.s. Government Foreign Affairs Agency, Domestic Or International Assistance Organization, Or Non-governmental Organization In Community Development, Economic Development, Mediation/arbitration, Conflict Resolution, Democracy And Governance, International Law, Political Analysis, and/or Human Rights Activities; (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 Covid Pandemic; (4) Three (3) Years Of Supervisory Experience With At Least One Direct Report; (5) Demonstrated Experience Using Portuguese In A Professional Setting Is Preferred. 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); ● Ability To Obtain A Department Of State Medical Clearance; 10 | Page ● 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 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 Experience In The Management Of Political Transition, Political Reform, Or Similar Programs In High-visibility And High-pressure Environments, Including Transitional, Crisis, Or Conflict Zones. factor #2 Demonstrated Experience Developing Strategies For Programs That Will Respond To At Least One Of The Following Problem Sets: Violence Prevention, Post-conflict, Political Transition, Democracy-building, And/or Humanitarian Assistance. factor #3 Demonstrated Experience Using Political Analysis To Inform Programming Policy, Strategies, And Objectives, Especially In Conflict-prone 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 11 | Page 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: 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. 12 | Page (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. The Form Can Be Found At Https://www.usaid.gov/forms. We Are Currently Accepting Electronic Signatures On Te 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 https://otijobs.net/uspsc-application-guidance. Document Submittals Via Email: Otijobs@usaid.gov please Note In Your Document Submission 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. 13 | Page 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: 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 g) Paid Parental Leave h) Relocation Expense Benefit 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. 14 | Page (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.usaid.gov/ads/policy/300/aidar. 2. Contract Cover Page Form Aid 309-1 Available At Https://www.usaid.gov/forms. one Base Year Table – Country Representative item no (a) services (description) qty unit unit Price (b) (c) (d) (e) amo unt (f) 000 1 base Year 1 - Compensation 1 Lot $____ award Type: Cost product Service Code: R497 accounting Info: [insert From Phoenix] 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- Country Representative 15 | Page ite m no (a) services (description) qty unit unit Price (b) (c) (d) (e) amount (f) 100 1 option Period (op) 1 - 1 Lot $____ compensation Award Type: Cost product Service Code: R497 accounting Info: [insert From Phoenix] $____ 200 1 op 1 - Odcs award Type: Cost product Service Code: R497 accounting Info: [insert From Phoenix] 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] $____ 300 1 option Period (op) 3 - 1 Lot $____ compensation Award Type:cost product Service Code: R497 accounting Info: [insert From Phoenix] op 3 - Odcs award Type: Cost product Service Code: R497 accounting Info: [insert From Phoenix] $____ 400 1 option Period (op) 4 - 1 Lot $____ compensation Award Type: Cost product Service Code: R497 accounting Info: [insert From Phoenix] op 4 - Odcs award Type: Cost product Service Code: R497 $____ 16 | Page 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/partner-with-us/acquisition-assistance-ombudsman/psc-ombudsman The Psc Ombudsman May Be Contacted Via: Pscombudsman@usaid.gov. 6. Far Provisions Incorporated By Reference 52.204-27 prohibition On The Bytedance covered Application (date) 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. 17 | Page (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 18 | Page 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). 19 | Page 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. 20 | Page
9871-9880 of 9891 archived Tenders