Transportation Tenders
Transportation Tenders
DEPT OF THE NAVY USA Tender
Others
United States
Closing Date13 Jan 2025
Tender AmountRefer Documents
Description: Contact Information|4|n792.10|t2q|215-697-9948|kimberly.flores12.civ@us.navy.mil|
item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
higher-level Contract Quality Requirement|8|x||||||||
inspection And Acceptance Of Supplies|26|x||||||||||||x||||||||||||||
time Of Delivery (june 1997)|20|||||||||||||||||||||
stop-work Order (aug 1989)|1||
wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving (combo) Type||tbd|n00383|tbd|tbd|see Schedule|tbd|||||||||
navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1||
value Engineering (jun 2020)|3||||
equal Opportunity (sep 2016)|2|||
integrity Of Unit Prices (nov 2021)|1||
warranty Of Supplies Of A Noncomplex Nature (jun 2003)|6|12 Months|60 Days After Discovery Of Defect.|||||
warranty Of Data - Basic (mar 2014)|2|||
equal Opportuity For Workers With Disabilities (jun 2020)|2|||
transportation Of Supplies By Sea (oct 2024)|2|||
first Article Approval--government Testing (sep 1989)|7||||||||
buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11||||||||||||
limitation Of Liability--high-value Items (feb 1997)|1||
limitations On Pass-through Charges (jun 2020)|1||
notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|1||
alternate A, Annual Representations And Certifications (oct 2024)|13||||||||||||||
buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5||||||
buy American--balance Of Payments Program (feb 2024)|1||
annual Representations And Certifications (may 2024)|12|336413|1250|||||||||||
facsimile Proposals (oct 1997)|1||
notice Of Priority Rating For National Defense, Emergency Preparedness, Andenergy Program Use (apr 2008))|2||x|
evaluation Of First Article Testing|3||||
this Solicitation Is For Made New Manufacture Spare Parts.
the Government Intends To Make A Single Award To The Eligible, Responsible,technically Acceptable Offeror Whose Offer, Conforming To The Solicitation, Isdetermined Most Advantageous To The Government, Price, Capacity, And Deliveryconsidered.
navsup Wss Requests Proposals Submitted In Response To This Solicitation Remain Valid For A Minimum Of 120 Days Following Submission.
all Contractual Documents Related To The Instant Procurement Are Considered Tobe "issued" By The Government When Copies Are Either Deposited In The Mail,transmitted By Facsimile, Or Sent By Other Electronic Commerce Methods, Such As Email. The Governments
acceptance Of The Contractors Proposal Constitutes
bilateral Agreement To "issue" Contractual Documents As Detailed Herein.
\
1. Scope
1.1 . Markings Shall Be In Accordance With Mil-std-130.
1.2 Pre-award / Post Award Requirements:
due To The Critical Use Of This Item And Its Quality History, A Pre-award Survey And Post-award Conference May Be Required For All New Manufacturers. For All Previous Sources, A Post-award Conference May Be Recommended.
1.3 The Components Being Acquired Under This Solicitation Have Been Classified As Flight Critical Requiring Engineering Source Approval By The Naval Air Systems Command. Only Those Companies Who Have Submitted Requests For Source Approval And Been Approved
will Be Eligible For Award Under This Solicitation. Any Company Not Previously Approved May Submit A Source Approval Request To The Contracting Officer, Naval Inventory Control Point, (see Block 10 Of The
sf33 For Name And Code). The Source Approval Request Shall Contain The Following Documentation And Shall Be Submitted By The Closing Date Of This Solicitation:
(a) Copy Of Complete Configuration Drawings For A Similar Item(s) Which Your Company Has Produced Within The Past Three Years, Including Test Procedures For Which Your Company (1) Has Been Qualified To Manufacture And (2) Which Is Similar, I.e., Requires The
same Materials, Manufacturing Processes, Inspections, Tolerances And Similar Application As The Item(s) For Which You Are Seeking Approval.
(b) Copy Of The Complete Process/operation Sheets Used To Manufacuture The Similar Item, Including But Not Limited To, Detailed Shop Sketches. These Plans Must Note Those Operations And Processes Performed By Subcontractors/ Vendors.
(c) Complete Copies Of Purchase Orders, Shipping Documents, Etc. That Document Delivery Of Production Quantities Of The Part To The Original Equipment Manufacturer Or Military Service. Provide The Most Recent Copies Of The Documents.
(d) A Detailed Comparative Analysis Of The Differences/similarities Between The Similar Part And The Part(s) For Which You Are Seeking Approval. This Analysis Should Include Materials, Configuration, Tolerances, Process Requirements, Dimensions, Castings,
forgings, Etc.
(e) Copy Of Inspection Method Sheets Used In The Manufacturing And At Final Inspection. These Sheets Should Include Actual Tolerance, Print Requirements, Inspection Devices, Sources Performing The Operation And Level Of Inspection. Critical Characteristics
should Be Discernible From All Other Characteristics.
the Above Requirements Are A Subset Of Requirements Specified In The Aso
source Approval Information Brochure Dated January 1995. The Submission Of This Data Subset Is Contingent Upon And In Consideration Of The Submitting Contractor Meeting All Other Requirements Specified In This Solicitation To Include A Bilateral Agreement With
mda Which Includes Availability Of Complete Data, Mrb Disposition, Etc. Any Company Not Having Such Agreement, But Desiring To Seek Engineering Source Approval, Will Be Required To Submit Data Meeting All Requirements Of The Aso/navicp Source Approval
brochure.
1.4 Sampling Rates (aqls) Indicated Below Shall Be Used In Accordance With
ansi Z1.4 For Single Sampling And A General Inspection Level Of Ii.
1.5 In Addition To The 100% Pco Mandatory, Critical And Major Characteristics,
attributes For Plating, Hardness And Non-destructive Testing Will Be Inspected
one Hundred Percent.
1.6 Contractor Shall Develop A System For Identification Of Individual
piece Parts For Traceability Purposes. Markings Shall Not Be Permanent.
1.7 An Aql Of 1.5 Will Be Used For Class 3 Threads And Dimensions, And
geometric Feature Controls With A Tolerance Range Of .010 Or Less.
1.8 For Minor Characteristics, A Sampling Rate Determined By The Contractor
and Subject To Qar Approval Will Be Used.
1.9 The Material Covered In This Contract/purchase Order Will Be Used In A
crucial Shipboard System Enabling The Launch And/or Recovery Of Aircraft. The Use Of Incorrect Or Defective Material Would Create A High Probability Of Failure Resulting In A Serious Personnel Injury, Loss Of Life, Loss Of Vital
shipboard Systems Or Loss Of Aircraft. Therefore,the Material Has Been
designated As Critical Material And Special Control Procedures Are Invoked
to Ensure Receipt Of Correct Material.
1.10 Articles To Be Furnished Hereunder Shall Be Manufactured, Tested And Inspected In Accordance With ;nawc Lakehurst; Drawing Number ( ;80020; ) ;510872-2; , Revision ;n; And All Details And Specifications Referenced Therein.
1.11 Unless Expressly Provided For Elsewhere In This Clause, Equipment Such As Fixtures, Jigs, Dies, Patterns, Mylars, Special Tooling, Test Equipment, Or Any Other Manufacturing Aid Required For The Manufacture And/or Testing Of The Subject Item(s) Will Not
be Provided By The Government Or Any Other Source And Is The Sole Responsibility Of The Contractor. The Foregoing Applies Notwithstanding Any Reference To Such Equipment Or The Furnishing Thereof That May Be Contained In Any Drawing Or Referenced
specification.
1.12 If Mil-std-454 Is Referenced In The Drawings Or In The Specification, The Contractor Is Expected To Show Compliance With Ipc/eiaj-std-001c.
2. Applicable Documents
drawing Data=b408573 |80020| F| |a| | | |
drawing Data=mpr 1221 |80020| T| |d| | | |
drawing Data=mpr 1222 |80020| A| |d| | | |
drawing Data=mpr 1223 |80020| C| |d| | | |
drawing Data=323195 |80020| E| |a| | | |
drawing Data=323196 |80020| E| |a| | | |
drawing Data=416328 |80020| G| |a| | | |
drawing Data=416330 |80020| C| |d| | | |
drawing Data=416332 |80020| C| |a| | | |
drawing Data=418772 |80020| D| |a| | | |
drawing Data=420340 |80020| D| |d| | | |
drawing Data=510875 |80020| F| |c| | | |
drawing Data=511224 |80020| J| |d| | | |
drawing Data=514822 |80020| M| |d| | | |
drawing Data=514823 |80020| G| |d| | | |
drawing Data=514824 |80020| G| |d| | | |
3. Requirements - Not Applicable
4. Quality Assurance
unique Requirements:
1. All Records Pertaining To Alre Csi/cai Manufacture And Inspection/test Shall Be Provided To The Alre Cognizanttechnical Authority. All Records Shall Be Maintained By Lke Qa And By The Manufacturer For A Period Of Seven Years.
2. Interim Inspection Requirements: The Following Item(s) Requires An Interim Inspection At The Contractor's Location:
a. Pn 514822-1, Hook (csi):
i. Witness Of Magnetic Particle Inspection Of Area "x" And Section "d-d" Of Drawing 514822 Prior To Chromium Plating.
ii. Witness Of Dimensional Inspection In Area "x" And Section "d-d" Of Drawing 514822 Prior To Chromium Plating.
iii. Witness Of Hardness Testing In Area "x" And Section "d-d" Of Drawing 514822 Prior To Chromium Plating.
3. Alre Csi Parts Require Certification:
a. When Certified, An Alre Part Is Marked With A Material Identification Code (mic). Nawcadlke Qa Will Provide The Mic To Dcma If The Component Is Source Accepted, And After Receipt Of All Associated Data. Application Of Mic Shall Be In The Same Methodology As
the Drawing Note For Part Marking, And In Same Area As Part Marking (next To, Above, Or Below).
4. Receipt Inspection And Certification Of Sub-components:
a. P/n 514822-1 Shall Be Certified At Lakehurst.
5. Receipt Inspection And Certification Of The Top Assembly:
a. The Receipt Inspection And Certification Of The Top Assembly, P/n 510872-2, Shall Occur At Lakehurst During The Final Inspection.
6. Contractor Assist And Part Marking:
a. The Contractor Shall Assist On The Conduct Of The Inspections (both Final And Interim) Required That Are Necessary To Certify The Critical Items Specified Herein. The Contractor Shall Provide Adequate Facilities, Inspection Equipment, And Skilled Personnel,
to Support The Nawcadlke Inspector In The Conduct Of The Interim Inspection(s). The Contractor Shall Provide Gauges, Tools, Fixtures, And Jigs Necessary To Perform The Inspections. The Contractor Shall Also Provide Sufficient Rigging/material Handling Services
and Manpower To Setup/configure/operate Equipment & Machines Used To Accomplish The Inspection Task. This Contractor Assist Requirement Shall Be Applicable To 100% Of The Production Quantities. As Part Of The Mri Process, The Nawcadlke Qa Representative Will
provide, In Writing, A Certification Number Along With Direction For Marking The Critical Safety Item (csi).
quality Assurance Requirements
1. The Solicitation/contract Shall Contain The Nawcadlke Inspection Surveillance Clause As Follows:
a. N/a
b. Due To The Critical Nature Of This Item, It Is Necessary To Conduct In-process Inspections On Critical Component Features, Attributes, Or Manufacturing Processes. The Contractor Agrees To Notify Roy Janney, Roy.a.janney.civ@us.navy.mil, Of The Nawc Qa
section Code, Bl41600, Lakehurst, Nj 08733-5035 And The Pco When Material Is Scheduled For The Interim Inspection(s) That Are Identified Herein. This Notice Shall Afford The Nawcadlke Qa Representative The Option Of Being Present During The Inspection. A
minimum Of Seven (7) Working Days Is Required To Arrange The Surveillance Visit. Notification Shall Include The Following Information: Company Name, Cage Code, Phone Number, Fax Number, Contract Number, Point Of Contact, Part Nomenclature,part Number, Niin,
type Of Inspection, And Quantity Of Parts.
2. The Contractor Shall Perform Quality Conformance And Lot Sampling Inspection For All Associated Features That Are Present In The Drawings And Specifications:
a. Features/attributes/requirements Classified As Critical And Major On The Drawing(s) Or Within The Technical Specification Shall Be Inspected And Shall Have The Actual Dimensions Documented 100%;
b. Attributes For Plating, Hardness, And Non-destructive Testing Shall Be Inspected 100%;
c. Class 3 Threads, Dimensions, And Geometric Feature Controls With A Tolerance Range Of .010 Or Less Shall Be Inspected Using An Aql Of 1.5 And The General Inspection Level Ii As Defined By Ansi Z1.4.
d. Minor Characteristics: Sampling Shall Be Inspected Using An Aql Of 4.0 And The General Inspection Level Ii As Defined By Ansi Z1.4.
3. The Material Covered In This Contract/purchase Order Will Be Used In A Crucial Shipboard System Supporting The Launch And/or Recovery Of Aircraft. The Use Of Incorrect Or Defective Material Would Create A High Probability Of Failure Resulting In A Serious
personnel Injury, Loss Of Life, Loss Of Vital Shipboard Systems, Or Loss Of Aircraft. Therefore, The Material Has Been Designated As Critical Safety Item (csi) Material And Special Control Procedures Are Invoked To Ensure Receipt Of Correct Material.
4. First Article Testing:
a. First Article Testing By The Government Is Required For This Item Of Alre/se.
b. First Article Samples, All Certifications, Test Reports, And In-process Inspection Documents Needed To Substantiate Product Quality Shall Be Forwarded To The Naval Air Warfare Center Aircraft Division, Code Bl41600 B148, Hwy #547, Lakehurst, Nj 08733-5125
(attention: Drew Flast).
c. First Article Samples Will Be Evaluated Within 45 Working Days After The Date Of Receipt For Sample Quantities.
d. First Article Sample Quantities Is 1 (one); Delivered In The Uncoated Condition. First Article Results And Disposition Recommendations Will Be Provided To The Pco Via Letter.
e. Estimated Test Costs Are $5000.
5. Production Lot Special Tests: N/a
6. For Purposes Of This Tdr, The Term Ndt Shall Refer To The Following Methods: Mt - Magnetic Particle Testing, Pt - Penetrant Inspection, Ut - Ultrasonic Testing, Rt - Radiographic Testing, And Vt - Visual Testing.
7. Companies Performing Ndt Shall Be Nadcap Accredited, Or A Laboratory Accredited By One Of The Organizations Listed Below As Satisfying Iso 17025 (general Requirements For The Competence Of Testing And Calibration Laboratories). Ndt Certificates Shall Be Bear
the Symbols Of Accreditation And The Accreditation Body.
a. American Association For Laboratory Accreditation (a2la)
b. Ansi National Accreditation Board (anab)
c. International Accreditation Service, Inc (ias)
d. National Voluntary Laboratory Accreditation Program (nvlap)
e. Perry Johnson Laboratory Accreditation, Inc (pjla)
f. Canadian Association For Laboratory Accreditation Inc. (cala)
g. Standards Council Of Canada (scc)
4.1 Review Documentation As Provided Under Dd 1423 Requirements.
4.2 Critical Manufacturing Processes
( ;applies; ) Heat Treat
( ;applies; ) Welding
( ;n/a; ) Cadmium Plating
( ;n/a ; ) Engineering Chrome Plating
( ;applies; ) Nickel Chrome Plating
( ;n/a; ) Casting(s)
( ;n/a; ) Forging(s)
( ;applies; ) Mpr (material Processing Requirements)
4.3 The Test To Be Performed Under The First Article Approval Clause (far 52.209-3) Of The Contract Are Listed Below
4.3.1 Dimensional Test (special) ;close Machine Tolerances.;
4.3.2 Requirements Of: ;lke Drawing Package;
4.3.3 Form ;applies;
4.3.4 Fit ;n/a;
4.3.5 Function ;n/a;
4.3.6 Compliance With Drawing ( ;80020; ) ;510872; , Revision ;rev N ; And Specifications Referenced Therein.
4.4 In Addition To The Above Tests, The First Article(s) To Be Inspected Hereunder Shall Also Be Subjected To Those Tests Which Will Demonstrate That The Article(s) Comply With The Contract Requirements
4.5 The Contractor Shall Be Responsible For Providing The Necessary Parts And Repair Of The First Article Sample(s) During Inspection
4.6 The Contractor Shall Notify The Pco, Aco, And Qar Fourteen (14) Days Prior To Conducting The First Article Test So That The Government May Witness Such Testing.
4.6.1 The Qar Shall Be Present To Witness All First Article Testing.
4.6.2 The Following Additional Personnel Shall Witness The First Article Testing: ;roy Janney Nawcadlke Qa / Tel: (732)-323-2834
e-mail: Roy.a.janney.civ@us.navy.mil;
4.7 Disposition Of Fat Samples
4.7.1 ;n/a; Sample(s) May Be Destroyed During Testing.
4.7.2 ;applies; Unless Otherwise Provided For In The Contract, Sample(s) Shall Remain At The Contractor And May Be Considered As Production Items Under The Contract Provided The Sample(s) Can Be Refurbished To Ready For Issue Condition And Provided The
sample(s) Have Inspection Approval Of The Cognizant Dcmc Qar. Sample(s) May Be Shipped As Production Items Only After All Other Units Required Under The Contract Have Been Produced And Are Ready For Shipment.
4.8 Test Sample Coating Instructions
4.8.1 Samples Are To Be Unpainted. Corrosive Areas Are To Be Coated With A Light Preservative If Required.
4.9 Notice To Government Of Testing At The Contractors Facility.
4.9.1 Far 52.209-3 Applies
(a) The Contractor Shall Present ;one; ; Unit(s) Of The Following Cage( ;80020; ; ), Part Number ;510872-2; ; , Revision ;rev N; ; As Specified In This Contract. At Least Fourteen (14) Calendar Days Before The Beginning Of The First Article Testing, The
contractor Shall Notify The Contracting Officer, In Writing, Of The Time And Location Of The Testing So That The Government May Witness The Tests.
(b) The Contractor Shall Submit The First Article Test Report Within 15 Calendar Days From The Date Of Testing To: ;pco; ;
the Contractor Shall Mark The Report "first Article Test Report" And Cite The Contract Number And Lot/item Number. Review Documentation As Provided Under The Dd1423 Requirements.
(c) Within 45 Calendar Days After The Government Inspects The First Article, The Contracting Officer Shall Notify The Contractor, In Writing, Of The Approval, Conditional Approval, Or Disapproval Of The First Article. The Notice Of Approval, Conditional
approval, Or Disapproval Shall Not Relieve The Contractor From Complying With All Requirements Of The Specifications And All Other Terms And Conditions Of This Contract. A Notice Of Conditional Approval Shall State Any Further Action Required Of The
contractor. A Notice Of Disapproval Shall Cite Reasons For Disapproval.
(d) If The First Article Is Disapproved, The Contractor, Upon Government Request Shall Repeat Any Or All First Article Tests. After Each Request For Additional Tests, The Contractor Shall Make Any Necessary Changes, Modifications, Or Repairs To The First
article Or Select Another First Article For Testing. All Costs Related To These Tests Are To Be Borne By The Contractor, Including Any And All Costs For Additional Tests Following A Disapproval. The Contractor Shall Then Conduct The Tests And Deliver Another
report To The Government Under The Terms And Conditions And Within The Time Specified In Paragraph B Above. The Government Reserves The Right To Require An Equitable Adjustment Of The Contract Price For Any Extension Of The Delivery Schedule Or For Any
additional Costs To The Government Related To These Tests.
(e) If The Contractor Fails To Present Any First Article On Time, Or The Contracting Officer Disapproves Any First Article, The Contractor Shall Be Deemed To Have Failed To Make Delivery Within The Meaning Of The Default Clause Of This Contract.
(f) Unless Otherwise Provided In The Contract, And If The Approved First Article Is Not Consumed Or Destroyed In Testing, The Contractor May Deliver The Approved First Article As Part Of The Contract Quantity If It Meets All Contract Requirements For
acceptance.
(g) If The Government Does Not Act Within The Time Specified In Paragraph (c) Above The Contracting Officer, Shall, Upon Timely Written Request From The Contractor, Equitably Adjust Under The Changes Clause Of This Contract The Delivery Or Performance Dates
and/or The Contract Price, And Any Other Contractual Term Affected By The Delay.
(h) Before First Article Approval, The Acquisition Of Materials Or Components For, Or The Commencement Of Production Or, The Balance Of The Contract Quantity Is At The Sole Risk Of The Contractor. Before First Article Approval, The Costs Thereof Shall Not Be
allocated To This Contract For 1) Progress Payments, Or 2) Termination Settlements If The Contract Is Terminated For The Convenience Of The Government. The Contractor Is Responsible For Providing Operating And Maintenance Instructions, Spare Parts, And Repair
of The First Article During Any First Article Test.
(i) The Contractor Shall Produce Both The First Article And The Production Quantity At The Same Facility And Shall Submit A Certification To The Effect With Each First Article.
(j) The Test Report (2 Copies) Shall Be In Accordance With Mil-std-831, Unless Otherwise Specified On The Dd1423, And Shall Be Submitted Via The Cognizant Dcmc To Navsup, Attn: (cite Name And Code In Block 10.a Of The Sf33). The Dcmc Shall Provide Comments On
form Dd1222 (2 Copies) Which Shall Be Forwarded With The Test Report. Approval Of The Test Report Is The Pco's Responsibility. Upon Notification Of Approval, Condition Approval, The Aco Shall Execute The Dd250 To Indicate Government Acceptance Of The Test
report.
4.10 Alternate Offers - Waiver Of First Article Approval Requirements. (the Following Provisions Supersede Any Waiver Of First Article Approval Requirements Terms Set Forth In Clause 52.209-3 Or 52.209-4 As Appropriate)
(a) Unless Otherwise Specified In The Solicitation, Navsup Wss Reserves The Right To Waive The First Article Approval Requirements Specified Herein For Offerors Who Have Previously Furnished Identical Production Articles Accepted By The Government Or The
original Equipment Manufacturer/prime Manufacturer. An Offeror Requesting Waiver Of First Article Requirements Shall Submit Evidence With Its Offer Establishing That:
(i) The Last Production Unit Was Delivered Within Three (3) Years Of The Issue Date Of This Solicitation, And
(ii) The Production Location To Be Used For This Requirement Is The Same As Used For The Previous Production Run.
additionally, The Offeror Shall Submit A Certification, To Be Executed By The Officer Or Employee For The Offer, Stating That:
(i) The Articles To Be Provided Will Be Produced Using The Same Facilities, Processes, Sequences Of Operations And Approved Subcontractors As Those Previously Delivered And Accepted By The Government Or The Original Equipment Manufacturer/prime Manufacturer,
and
(ii) The Previous Production Units Were Manufactured Without Material Review Board Disposition Or Waiver/deviation Request Or Rejection Of Pre-production Samples For Cause.
(note: This Certification Concerns A Matter Within The Jurisdiction Of An Agency Of The United States And The Making Of A False, Fictitious, Or Fraudulent Certification May Render The Maker Subject To Prosecution Under Title 18, United States
code, Section 1001.)
(b) Offerors Requesting Waiver Of First Article Approval Requirements Under The Provisions Of This Clause Are Cautioned To Submit Two Prices For Articles Required Herein - One That Is Based On Compliance With The First Article Approval Requirements And
one That Is Based On A Waiver Of Such Requirements. Where An Offeror Submits Only One Price And Fails To Clearly State That The Price Is Based On Waiver Of The First Article Approval Requirements It Will Be Deemed To Be Based On Compliance With The First
article Approval Requirements
(c) In The Event Of The First Article Approval Requirement Is Granted, The Delivery Schedule For The Production Items Shall Be Reduced By The Number Of Days Designated For Delivery Of First Article Test Unit Plus The Number Of Calendar Days Indicated For The
government Notification Of Conditional Approval Or Approval. These Requirements Are Specified In The Quality Assurance Section Of This Solicitation. If The Offeror Is Unable To Meet The Desired Schedule, He Shall Insert Below The Alternate Delivery Schedule
he Offers To The Government. Offeror's Proposed Alternate Delivery Schedule (based On Waiver Of First Article Approval Requirements)
within Days:
item No. _____________ Quantity:_______ After Date Of Contract:_________
4.11 . Mandatory Inspection Requirements:
100% Procurement Contracting Officer (pco) Mandatory Inspection Is Required And Shall Be Accomplished At Source Under The Surveillance And Final Approval Of The Cognizant Dcmao Quality Assurance Representative (qar).
during Production, Mandatory Inspection Is Required To Be Accomplished By The Contractor As Follows: A. Level Of Inspection (loi). 1. Critical Characteristics: 100% Inspection Shall Apply. 2. Major And Minor Characteristics: Loi Shall Be In Accordance With A Sampling Plan Acceptable To The Qar. B. Critical Characteristics: ;roy Janney Nawcadlke Qa / Tel: (732)-323-2834
e-mail: Roy.a.janney.civ@us.navy.mil; C. Major And Minor Characteristics 1. Shall Be Defined By The Contractor Subject To Qar Concurrence, Unless Defined On Applicable Drawings And Associated Specifications.
4.12 Special Inspection Requirements
( ;applies; ) Magnetic Particle Inspection
( ;applies; ) Surface Inspection
( ; ; ) Penetrant Inspection
( ;n/a; ) Radiographic Inspection
( ;n/a; ) Ultrsonic Inspection
( ;n/a; ) High Shock Test
( ;n/a; ) Mechanical Vibration Test
4.13 Final Inspection Requirement:due To The Critical Nature Of This Item, Representatives Of The Buying
office/and The Cognizant Field Activity, Nawc Lakehurst, Shall Be Notified By The Successful Contractor At Least 14 Days Prior To Presentation To The Dcm Qar Of The Items For Final Inspection So That They May Have The Option Of
witnessing The Final Inspection. The Contractor Shall Notify By Email Or
telefax Pco And Nawc Lakehurst Qa ;roy Janney Nawcadlke Qa / Tel: (732)-323-2834
e-mail: Roy.a.janney.civ@us.navy.mil; To Arrange For The Final Inspection.the Authority Of The Qar Shall Not Be Abrogated. If The Notification Is Not Given To Both Sites Then The Qar Shall Not Accept The Units.
5. Packaging- Mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes - Not Applicable
this Is A Critical Safety Item.
for Drawing Updates, See Attached Nawc Lke Drawing Update Sheet.
for Navicp Reference Only: Procurement Tdr 24-10082 Was Utilized To Build Tdp
the Components Being Acquired Under This Solicitation Have Been Classified As"critical" Requiring Engineering Source Approval By Naval Air Systems Command. Only Those Companies Who Have Been Approved Will Be Eligible For Award Under This Solicition. Any Company
not Previously Approved May Submit A Source Approval Request As Outlined Later In This Solicitation.
\ date Of First Submission=asreq
16. Remarks:
(block 12): Concurrently With Delivery Of Fat Items.
inspection/certification Data Needed To Substantiate The Quality Of The First Article Test Unit Shall Be Included In First Article Unit Packaging. The Outside Of The Package That Contains The Data Shall Be Clearly Marked "inspection/certification Data Included".
data Requirements:
a. Copies Of All Approved Requests For Variations.
b. Identification Per Drawings 510872, 323195, 323196, B408573, 416328, 416330, 416332, 418772, 420340, 510875, 511224, 514822, 514823.
c. Assembly Per Drawings 510872, 511224.
d. Design Requirements Per Note 1 Of Drawing 416328.
e. Dimensional Inspection Per Drawings 323195, 323196, B408573, 416328, 416330, 416332, 418772, 420340, 510875, 511224, 514822, 514823.
f. Surface Finish (of Bare Metal) Per Drawings 323195, 323196, 418772, 420340, 510875, 511224, 514822, 514823.
g. Heat Treatment Per Drawings 416330, 418772, 510875, 514822.
h. Magnetic Particle Inspection Per Drawings 416330, 418772, 420340, 510875, 511224, 514822, 514823.
i. Material Properties Per Drawings 323195, 323196, B408573, 416330, 416332, 418772, 420340, 510875, 511224, 514822, 514823.
j. Thread Dimensions And Designations Per Drawings B408573, 511224. Documentation Shall Include Verification That The Pitch And Functional Diameters Were 100% Inspected In Accordance With System 22 Of Fed-std-h28/20.
k. Welding Per Note 13 Of Drawing 514823.
l. Magnetic Particle Inspection Of Area "x" And Section "d-d" Of Drawing
514822 Prior To Chromium Plating.
m. Dimensional Inspection In Area "x" And Section "d-d" Of Drawing 514822 Prior To Chromium Plating.
n. Hardness Testing In Area "x" And Section "d-d" Of Drawing 514822 Prior
to Chromium Plating. date Of First Submission=asreq
16. Remarks:
(block 12) Concurrently With Final Inspection.
data Requirements:
a. Copies Of All Approved Requests For Variations.
b. Identification Per Drawings 510872, 323195, 323196, B408573, 416328, 416330, 416332, 418772, 420340, 510875, 511224, 514822, 514823.
c. Assembly Per Drawings 510872, 511224.
d. Design Requirements Per Note 1 Of Drawing 416328.
e. Dimensional Inspection Per Drawings 323195, 323196, B408573, 416328, 416330, 416332, 418772, 420340, 510875, 511224, 514822, 514823.
f. Surface Finish (of Bare Metal) Per Drawings 323195, 323196, 418772, 420340, 510875, 511224, 514822, 514823.
g. Heat Treatment Per Drawings 416330, 418772, 510875, 514822.
h. Magnetic Particle Inspection Per Drawings 416330, 418772, 420340, 510875, 511224, 514822, 514823.
i. Material Properties Per Drawings 323195, 323196, B408573, 416330, 416332, 418772, 420340, 510875, 511224, 514822, 514823.
j. Coating Per Drawings 510875, 514822, 514823.
k. Thread Dimensions And Designations Per Drawings B408573, 511224. Documentation Shall Include Verification That The Pitch And Functional Diameters Were 100% Inspected In Accordance With System 22 Of Fed-std-h28/20.
l. Plating Per Note 8 Of Drawing 514822.
m. Welding Per Note 13 Of Drawing 514823.
n. Nitride Hardening Per Note 4 Of Drawing 420340.
o. Magnetic Particle Inspection Of Area "x" And Section "d-d" Of Drawing 514822 Prior To Chromium Plating.
p. Dimensional Inspection In Area "x" And Section "d-d" Of Drawing 514822 Prior To Chromium Plating.
q. Hardness Testing In Area "x" And Section "d-d" Of Drawing 514822 Prior To Chromium Plating. date Of First Submission=090 Dac
16. Remarks:
(block 5) Data Requirements:
a. Weld Procedure Iaw Navsea S9074-ar-gib-010/278^ Para 4.2 Per Drawing 514823.
(block 13) Date Of Subsequent Submmision: Approval Or Reason For Disapproval Shall Be Given By Navairwarcenacdivlke Via The P.c.o. Nlt 45 Days After Disapproval.
(block 14) Addresses For Navair Codes:
navairwarcenacdivlke
code Bl14000 Bldg 596
hwy 547
joint Base Mdl, Nj 08733-5000
navairwarcenacdivlke
code Bl32300 Bldg 562
hwy 547
joint Base Mdl, Nj 08733-5000
navairwarcenacdivlke
code Bl41600 Bldg 148
hwy 547
joint Base Mdl, Nj 08733-5000
the Welding Procedures Will Be Used By The Government To Verify Contractor Designated Welding Responsibilities Implement Weld Procedures For Each Cont Ractor, Subcontractor Or Welding Entity Performing Welding On Specific Work Specifications date Of First Submission=090 Dac
16. Remarks:
(block 5 ) Data Requirements:
a. The Weld Procedure Qualification Test Report, Including All Supporting Test Reports And Documentation, Iaw Navsea S9074-aq-gib-010/248^ Para 4.2.3 And 4.6 Drawing 514823.
(block 13) Date Of Subsequent Submmision: Approval Or Reason For Disapproval Shall Be Given By Navairwarcenacdivlke Via The P.c.o. Nlt 45 Days After Disapproval.
(block 14) Addresses For Navair Codes:
navairwarcenacdivlke
code Bl14000 Bldg 596
hwy 547
joint Base Mdl, Nj 08733-5000
navairwarcenacdivlke
code Bl32300 Bldg 562
hwy 547
joint Base Mdl, Nj 08733-5000
navairwarcenacdivlke
code Bl41600 Bldg 148
hwy 547
joint Base Mdl, Nj 08733-5000 date Of First Submission=asreq
16. Remarks:
(block 5) Contract Reference:
a. Evidence Of Welder Performance Qualification, Including Supporting Test Results And Documentation, Iaw Navsea S9074-aq-gib-010/248^ Para 5.2 Per Drawing 514823.
(block 12) Date Of First Submission - 30 Days Prior To Production.
(block 13) Provide Qualification Evidence For All Welders.
(block 14) Addresses For Navair Codes:
navairwarcenacdivlke
code Bl32300 Bldg 562
hwy 547
joint Base Mdl, Nj 08733-5000
navairwarcenacdivlke
code Bl41600 Bldg 148
hwy 547
joint Base Mdl, Nj 08733-5000 date Of First Submission=090 Dac
16. Remarks:
(block 5) Contract Referenc:
a. Evidence Of Level Iii Certification Iaw T9074-as-gib-010/271^ Para 1.6 For The Individual Who Approved The Welders Qualification Training Program Iaw Navseas9074-aq-gib-010/248 Para 5.2.3.1, Per Drawing 514823.
(block 14) Addresses For Navair Codes:
navairwarcenacdivlke
code Bl32300 Bldg 562
hwy 547
joint Base Mdl, Nj 08733-5000
navairwarcenacdivlke
code Bl41600 Bldg 148
hwy 547
joint Base Mdl, Nj 08733-5000 date Of First Submission=090 Dac
16. Remarks:
(block 5) Contract Reference:
a. Visual Inspection Written Procedure To Be Used To Visually Inspect All Welds Iaw T9074-as-gib-010/271^ Para 8.3 And 1.7 Thru 1.7.3 Per Drawing 514823.
(block 14) Addresses For Navair Codes:
navairwarcenacdivlke
code Bl32300 Bldg 562
hwy 547
joint Base Mdl, Nj 08733-5000
navairwarcenacdivlke
code Bl41600 Bldg 148
hwy 547
joint Base Mdl, Nj 08733-5000 date Of First Submission=090 Dac
16. Remarks:
(block 3) Subtitle: Welder Qualification Training Written Procedure.
(block 5) Contract Reference:
a. Evidence Of Approval Of The Welder Qualification Training Program Iaw Navseas9074-aq-gib-010/248^ Para 5.2.3.1(d), Per Drawing 514823.
(block 14) Addresses For Navair Codes:
navairwarcenacdivlke
code Bl32300 Bldg 562
hwy 547
joint Base Mdl, Nj 08733-5000
navairwarcenacdivlke
code Bl41600 Bldg 148
hwy 547
joint Base Mdl, Nj 08733-5000 date Of First Submission=090 Dac
16. Remarks:
(block 5) Contract Reference:
b. Evidence Of Maintenance Of Qualification For All Welders Iaw Navsea S9074-aqgib-010/248^ Para 5.2.11 And 5.2.12 Per Drawing 514823.
(block 14) Addresses For Navair Codes:
navairwarcenacdivlke
code Bl32300 Bldg 562
hwy 547
joint Base Mdl, Nj 08733-5000
navairwarcenacdivlke
code Bl41600 Bldg 148
hwy 547
joint Base Mdl, Nj 08733-5000
DEPT OF THE NAVY USA Tender
Electrical Goods and Equipments...+1Electrical and Electronics
United States
Closing Date18 Feb 2025
Tender AmountRefer Documents
Description: This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Subpart 12.6, As Supplemented With Far Part 13 Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested And A Written Solicitation Will Not Be Issued. request For Quotation (rfq) N5523625q0058 Is Issued As A Sole Source Requirement. The Subject Solicitation Is Being Processed Using Far Part 12 And 13. The Government Intends To Solicit And Contract With Only One Source, Johnson Controls Building And Automation Systems, Llc (johnson Controls), For The Parts Listed On The Product Description Under The Authority Of Far 13.106-1(b)(1)(i) On A Sole Source Basis. The Applicable North American Industry Classification System (naics) Code Is 333415 – Air Conditioning And Warm Air Heating Equipment And Commercial And Industrial Refrigeration Equipment Manufacturing. this Solicitation Documents And Incorporates Provisions And Clauses That Are Those In Effect Through Federal Acquisition Circular 2025-03 (effective 03 January 2025) And Dfars Publication Notice 20250117. description: Southwest Regional Maintenance Center (swrmc) Requires Procurement And Delivery Of Long Lead Time Material (lltm) In Support Of Swrmc At Naval Base San Diego As Follows: Quote Shall Provide Lltm Delivery Date. see Product Description the Full Text Of Far And Dfar References, Provisions And Clauses May Be Accessed At Https://acquisition.gov. the Following Provisions And Clauses Apply To This Acquisition And Will Be Incorporated Into Any Resultant Purchase Or Delivery Order. c-202-h001 Additional Definitions – Basic (navsea) Oct 2018 c-204-h001 Use Of Navy Support Contractors For Official Contract Files (navsea) Oct 2018 c-211-h017 Updating Specifications And Standards (navsea) Dec 2018 c-211-h018 Approval By The Government (navsea) Jan 2019 c-211-h019 Commonality And Standardization (navsea) Feb 2022 c-215-h002 Contractor Proposal (navsea) Oct 2018 c-223-h003 Exclusion Of Mercury (navsea) Mar 2019 c-247-h001 Permits And Responsibilities (navsea) Dec 2018 d-211-h004 Identification Marking Of Parts -- Basic (navsea) Oct 2018 d-211-h005 Identification Marking Of Parts -- Alternate I (navsea) Oct 2018 d-246-h002 Warranty Notification For Item(s) ____-- Basic (navsea) Oct 2018 d-246-h003 Warranty Notification For Item(s) ____-- Alternate I (navsea) Apr 2024 d-247-h004 Marking And Packing List(s) – Basic (navsea) Feb 2022 d-247-h005 Marking And Packing List(s) – Alternate I (navsea) Oct 2018 d-247-w001 Prohibited Packing Materials (navsea) Oct 2018 52.246-2 Inspections Of Supplies – Fixed Price Aug 1996 52.246-11 Higher-level Contract Quality Requirement Dec 2014 52.246-16 Responsibilities For Supplies Apr 1984 e-246-h022 Inspection And Test Records (navsea) Jan 2019 52.242-15 Stop-work Order Aug 1989 52.242-17 Government Delay Of Work Apr 1984 52.247-34 F.o.b. Destination Nov 1991 f-242-h001 Contractor Notice Regarding Late Delivery (navsea) Oct 2018 252.232-7003 Electronic Submission Of Payment Requests And Receiving Reports Dec 2018 252.232-7006 Wide Area Work Flow Payment Instructions Jan 2023 g-232-h002 Payment Instructions And Contract Type Summary For Payment Office (navsea) Feb 2024 g-232-h005 Supplemental Instructions Regarding Invoicing (navsea) Jan 2019 g-242-h001 Government Contract Administration Points Of Contact And Responsibilities (navsea) Oct 2023 g-242-h002 Hours Of Operation And Holiday Schedule (navsea) Jul 2021 52.203-19 Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements Jan 2017 52.204-7 System For Award Management Oct 2018 52.204-19 Incorporation By Reference Of Representations And Certifications Dec 2014 52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment Nov 2021 52.204-25 Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment Nov 2021 52.204-26 Covered Telecommunications Equipment Or Services-representation Oct 2020
52.209-10 Prohibition On Contracting With Inverted Domestic Corporations Nov 2015
52.209-11 Representation By Corporations Regarding Delinquent Tax Liability Or A Felony Conviction Under And Federal Law Feb 2016
52.212-4 Contract Terms And Conditions--commercial Items Nov 2023 52.232-39 Unenforceability Of Unauthorized Obligations Jun 2013
52.232-40 Providing Accelerated Payments To Small Business Subcontractors Mar 2023 52.252-2 Clauses Incorporated By Reference Feb 1998 52.252-6 Authorized Deviations In Clauses Nov 2020
252.203-7000 Requirements Relating To Compensation To Former Dod Officials Sep 2011 252.203-7002 Requirements To Inform Employees Of Whistleblower Rights Dec 2022 252.203-7005 Representation Relating To Compensation Of Former Dod Officials Sep 2022 252.204-7000 Disclosure Of Information Oct 2016 252.204-7003 Control Of Government Work Product Apr 1992 252.204-7008 Compliance With Safeguarding Covered Defense Information Controls Oct 2016 252.204-7009 Limitations On The Use Or Disclosure Of Third-party Contractor Reported Cyber Incident information Jan 2023 252.204-7012 Safeguarding Covered Defense Information And Cyber Incident Reporting Jan 2023 252.204-7015 Notice Of Authorized Disclosure Of Information By Litigation Support Jan 2023 252.204-7019 Notice Of Nistsp 800-171 Dod Assessment Requirements Nov 2023 252.204-7020 Nist Sp 800-171dod Assessment Requirements Nov 2023 252.204-7021 Cybersecurity Maturity Model Certification Requirements Jan 2023 252.204-7022 Expediting Contract Closeout May 2021 252.204-7024 Notice On The Use Of The Supplier Performance Risk System Mar 2023 252.211-7003 Item Unique Identification And Valuation Jan 2023 252.215-7013 Supplies And Services Provided By Nontraditional Defense Contractors Jan 2023 252.223-7008 Prohibition Of Hexavalent Chromium Jan 2023 252.225-7000 Buy American – Balance Of Payments Program Certificate Feb 2024 252.225-7001 Buy American And Balance Of Payment Program Feb 2024 252.225-7002 Qualifying Country Sources As Subcontractors Mar 2022 252.225-7048 Export Controlled Items Jun 2013 252.232-7010 Levies On Contract Payments Dec 2006 252.237-7010 Prohibition On Interrogation Of Detainees By Contractor Personnel Jan 2023 252.244-7000 Subcontracts For Commercial Items Nov 2023 252.246-7003 Notification Of Potential Safety Issues Jan 2023 252.247-7023 Transportation On Supplies By Sea Oct 2024 52.212-5 – Contract Terms And Conditions Required To Implement Statutes Or Executive Orders – Commercial Products And Commercial Services (jan 2025) (a) The Contractor Shall Comply With The Following Federal Acquisition Regulation (far) Clauses, Which Are Incorporated In This Contract By Reference, To Implement Provisions Of Law Or Executive Orders Applicable To Acquisitions Of Commercial Products And Commercial 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 On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab And Other Covered Entities (dec 2023) (section 1634 Of Pub. L. 115-91). (3) 52.204-25, Prohibition On Contracting For 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 On Contracting With Inverted Domestic Corporations (nov 2015). (5) 52.232-40, Providing Accelerated Payments To Small Business Subcontractors (mar 2023) (31 U.s.c. 3903 And 10 U.s.c. 3801). (6) 52.233-3, Protest After Award (aug 1996) (31 U.s.c. 3553). (7) 52.233-4, Applicable Law For Breach Of Contract Claim (oct 2004) (public Laws 108-77 And 108-78 (19 U.s.c. 3805 Note)). (b) The Contractor Shall Comply With The Far Clauses In This Paragraph (b) That The Contracting Officer Has Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable To Acquisitions Of Commercial Products And Commercial Services: ___1) 52.203-6, Restrictions On Subcontractor Sales To The Government (jun 2020), With Alternate I (nov 2021) (41 U.s.c. 4704 And 10 U.s.c. 4655). ___2) 52.203-13, Contractor Code Of Business Ethics And Conduct (nov 2021) (41 U.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). ___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 Far 3.900(a) _x__5) 52.204-10, Reporting Executive Compensation And First-tier Subcontract Awards (jun 2020) (pub. L. 109-282) (31 U.s.c. 6101 Note). ___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). _x_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, Federal Acquisition Supply Chain Security Act Orders—federal Supply Schedules, Governmentwide Acquisition Contracts, And Multi-agency Contracts. (dec 2023) (pub. L. 115–390, Title Ii). ___11) (i) 52.204-30, Federal Acquisition Supply Chain Security Act Orders—prohibition. (dec 2023) (pub. L. 115–390, Title Ii). ___ (ii) Alternate I (dec 2023) Of 52.204–30. __x_12) 52.209-6, Protecting The Government’s Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment. (nov 2021) (31 U.s.c. 6101 Note). ___13) 52.209-9, Updates Of Publicly Available Information Regarding Responsibility Matters (oct 2018) (41 U.s.c. 2313). ___14) [reserved]. _ _15) 52.219-3, Notice Of Hubzone Set-aside Or Sole-source Award (oct 2022) (15 U.s.c. 657a). ___16) 52.219-4, Notice Of Price Evaluation Preference For Hubzone Small Business Concerns (oct 2022) (if The Offeror Elects To Waive The Preference, It Shall So Indicate In Its Offer) (15 U.s.c. 657a). ___17) [reserved] _x__18) (i) 52.219-6, Notice Of Total Small Business Set-aside (nov 2020) (15 U.s.c. 644). ___ (ii) Alternate I (mar 2020) Of 52.219-6. ___19) (i) 52.219-7, Notice Of Partial Small Business Set-aside (nov 2020) (15 U.s.c. 644). ___ (ii) Alternate I (mar 2020) Of 52.219-7. ___20) 52.219-8, Utilization Of Small Business Concerns (feb 2024) (15 U.s.c. 637(d)(2) And (3)). ___21) (i) 52.219-9, Small Business Subcontracting Plan (sep 2023) (15 U.s.c. 637(d)(4)). ___ (ii) Alternate I (nov 2016) Of 52.219-9. ___ (iii) Alternate Ii (nov 2016) Of 52.219-9. ___ (iv) Alternate Iii (jun 2020) Of 52.219-9. ___ (v) Alternate Iv (sep 2023) Of 52.219-9. ___22) (i) 52.219-13, Notice Of Set-aside Of Orders (mar 2020) (15 U.s.c. 644(r)). ___ (ii) Alternate I (mar 2020) Of 52.219-13. _x_23) 52.219-14, Limitations On Subcontracting (oct 2022) (15 U.s.c. 637s). ___24) 52.219-16, Liquidated Damages—subcontracting Plan (sep 2021) (15 U.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) ( 15 U.s.c. 657f). _x_26) (i) 52.219-28, Post Award Small Business Program Representation (feb 2024) (15 U.s.c. 632(a)(2)). ___ (ii) Alternate I (mar 2020) Of 52.219-28. __ 27) 52.219-29, Notice Of Set-aside For, Or Sole-source Award To, Economically Disadvantaged Women-owned Small Business Concerns (oct 2022) (15 U.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) (15 U.s.c. 637(m)). ___29) 52.219-32, Orders Issued Directly Under Small Business Reserves (mar 2020) (15 U.s.c. 644(r)). _x__30) 52.219-33, Nonmanufacturer Rule (sep 2021) (15 U.s.c. 637(a)(17)). ___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) Alternate I (feb 1999) Of 52.222-26. ___35) (i) 52.222-35, Equal Opportunity For Veterans (jun 2020) (38 U.s.c. 4212). ___ (ii) Alternate I (jul 2014) Of 52.222-35. _x_36) (i) 52.222-36, Equal Opportunity For Workers With Disabilities (jun 2020) (29 U.s.c. 793). ___ (ii) Alternate I (jul 2014) Of 52.222-36. ___37) 52.222-37, Employment Reports On Veterans (jun 2020) (38 U.s.c. 4212). ___38) 52.222-40, Notification Of Employee Rights Under The National Labor Relations Act (dec 2010) (e.o. 13496). _x_39) (i) 52.222-50, Combating Trafficking In Persons (nov 2021) (22 U.s.c. Chapter 78 And E.o. 13627). ___ (ii) Alternate I (mar 2015) Of 52.222-50 (22 U.s.c. Chapter 78 And E.o. 13627). ___40) 52.222-54, Employment Eligibility Verification (may 2022) (executive Order 12989). (not Applicable To The Acquisition Of Commercially Available Off-the-shelf Items Or Certain Other Types Of Commercial Products Or Commercial Services As Prescribed In Far 22.1803.) ___41) (i) 52.223-9, Estimate Of Percentage Of Recovered Material Content For Epa–designated Items (may 2008) (42 U.s.c. 6962(c)(3)(a)(ii)). (not Applicable To The Acquisition Of Commercially Available Off-the-shelf Items.) ___ (ii) Alternate I (may 2008) Of 52.223-9 (42 U.s.c. 6962(i)(2)(c)). ___42) 52.223-11, Ozone-depleting Substances And High Global Warming Potential Hydrofluorocarbons (may 2024) (42 U.s.c. 7671). ___43) 52.223-12, Maintenance, Service, Repair, Or Disposal Of Refrigeration Equipment And Air Conditioners (may 2024) (42 U.s.c. 7671). ___44) 52.223-20, Aerosols (may 2024) (42 U.s.c. 7671). ___45) 52.223-21, Foams (may 2024) (42 U.s.c. 7671). _x_46) 52.223-23, Sustainable Products And Services (may 2024) (e.o. 14057, 7 U.s.c. 8102, 42 U.s.c. 6962, 42 U.s.c. 8259b, And 42 U.s.c. 7671l). ___47) (i) 52.224-3 Privacy Training (jan 2017) (5 U.s.c. 552 A). ___ (ii) Alternate I (jan 2017) Of 52.224-3. ___48) (i) 52.225-1, Buy American-supplies (oct 2022) (41 U.s.c. Chapter 83). ___ (ii) Alternate I (oct 2022) Of 52.225-1. ___49) (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) Alternate I [reserved]. ___ (iii) Alternate Ii (dec 2022) Of 52.225-3. ___ (iv) Alternate Iii (feb 2024) Of 52.225-3. ___ (v) Alternate Iv (oct 2022) Of 52.225-3. ___50) 52.225-5, Trade Agreements (nov 2023) (19 U.s.c. 2501, Et Seq., 19 U.s.c. 3301 Note). _x_51) 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). ___52) 52.225-26, Contractors Performing Private Security Functions Outside The United States (oct 2016) (section 862, As Amended, Of The National Defense Authorization Act For Fiscal Year 2008; 10 U.s.c. Subtitle A, Part V, Subpart G Note). ___53) 52.226-4, Notice Of Disaster Or Emergency Area Set-aside (nov 2007) (42 U.s.c. 5150). ___54) 52.226-5, Restrictions On Subcontracting Outside Disaster Or Emergency Area (nov 2007) (42 U.s.c. 5150). _x_55) 52.226-18, Encouraging Contractor Policies To Ban Text Messaging While Driving (may 2024) (e.o. 13513). ___56) 52.229-12, Tax On Certain Foreign Procurements (feb 2021). ___57) 52.232-29, Terms For Financing Of Purchases Of Commercial Products And Commercial Services (nov 2021) (41 U.s.c. 4505, 10 U.s.c. 3805). ___58) 52.232-30, Installment Payments For Commercial Products And Commercial Services (nov 2021) (41 U.s.c. 4505, 10 U.s.c. 3805). _x_59) 52.232-33, Payment By Electronic Funds Transfer-system For Award Management (oct 2018) (31 U.s.c. 3332). ___60) 52.232-34, Payment By Electronic Funds Transfer-other Than System For Award Management (jul 2013) (31 U.s.c. 3332). ___61) 52.232-36, Payment By Third Party (may 2014) (31 U.s.c. 3332). _x_62) 52.239-1, Privacy Or Security Safeguards (aug 1996) (5 U.s.c. 552a). ___63) 52.242-5, Payments To Small Business Subcontractors (jan 2017) (15 U.s.c. 637(d)(13)). ___64) (i) 52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels (nov 2021) (46 U.s.c. 55305 And 10 U.s.c. 2631). ___ (ii) Alternate I (apr 2003) Of 52.247-64. ___ (iii) Alternate Ii (nov 2021) Of 52.247-64. (c) The Contractor Shall Comply With The Far Clauses In This Paragraph (c), Applicable To Commercial Services, That The Contracting Officer Has Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable To Acquisitions Of Commercial Products And Commercial Services: ___1) 52.222-41, Service Contract Labor Standards (aug 2018) (41 U.s.c. Chapter67). ___2) 52.222-42, Statement Of Equivalent Rates For Federal Hires (may 2014) (29 U.s.c. 206 And 41 U.s.c. Chapter 67). ___3) 52.222-43, Fair Labor Standards Act And Service Contract Labor Standards-price Adjustment (multiple Year And Option Contracts) (aug 2018) (29 U.s.c. 206 And 41 U.s.c. Chapter 67). ___4) 52.222-44, Fair Labor Standards Act And Service Contract Labor Standards-price Adjustment (may 2014) (29 U.s.c. 206 And 41 U.s.c. Chapter 67). ___5) 52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment-requirements (may 2014) (41 U.s.c. Chapter 67). ___6) 52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services-requirements (may 2014) (41 U.s.c. Chapter 67). _x_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) (42 U.s.c. 1792). (d) Comptroller General Examination Of Record. The Contractor Shall Comply With The Provisions Of This Paragraph (d) If This Contract Was Awarded Using Other Than Sealed Bid, Is In Excess Of The Simplified Acquisition Threshold, As Defined In Far 2.101, On The Date Of Award Of This Contract, And Does Not Contain The Clause At 52.215-2, Audit And Records-negotiation. (1) The Comptroller General Of The United States, Or An Authorized Representative Of The Comptroller General, Shall Have Access To And Right To Examine Any Of The Contractor’s Directly Pertinent Records Involving Transactions Related To This Contract. (2) The Contractor Shall Make 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 Subpart 4.7, Contractor Records Retention, Of The Other Clauses Of This Contract. If This Contract Is Completely Or Partially Terminated, The Records Relating To The Work Terminated Shall Be 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 Of Claims Arising Under Or Relating To This Contract Shall Be Made Available Until Such Appeals, Litigation, Or Claims Are 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 For Commercial Products Or Commercial Services. Unless Otherwise Indicated Below, The Extent Of The Flow Down Shall Be As Required By The Clause- (i) 52.203-13, Contractor Code Of Business Ethics And Conduct (nov 2021) (41 U.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 On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab And Other Covered Entities (dec 2023) (section 1634 Of Pub. L. 115-91). (v) 52.204-25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment. (nov 2021) (section 889(a)(1)(a) Of Pub. L. 115-232). (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, Federal Acquisition Supply Chain Security Act Orders—prohibition. (dec 2023) (pub. L. 115–390, Title Ii). (b) Alternate I (dec 2023) Of 52.204–30. (viii) 52.219-8, Utilization Of Small Business Concerns (feb 2024) (15 U.s.c. 637(d)(2) And (3)), In All Subcontracts That Offer Further Subcontracting Opportunities. If The Subcontract (except Subcontracts To Small Business Concerns) Exceeds The Applicable Threshold Specified In Far 19.702(a) On The Date Of Subcontract Award, The Subcontractor Must Include 52.219-8 In Lower Tier Subcontracts That Offer Subcontracting 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) (38 U.s.c. 4212). (xii) 52.222-36, Equal Opportunity For Workers With Disabilities (jun 2020) (29 U.s.c. 793). (xiii) 52.222-37, Employment Reports On Veterans (jun 2020) (38 U.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 Clause 52.222-40. (xv) 52.222-41, Service Contract Labor Standards (aug 2018) (41 U.s.c. Chapter 67). (xvi) _x_ (a) 52.222-50, Combating Trafficking In Persons (nov 2021) (22 U.s.c. Chapter 78 And E.o 13627). ___ (b) Alternate I (mar 2015) Of 52.222-50 (22 U.s.c. Chapter 78 And E.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 (may 2014) (41 U.s.c. Chapter 67). (xviii) 52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services-requirements (may 2014) (41 U.s.c. Chapter 67). (xix) 52.222-54, Employment Eligibility Verification (may 2022) (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) (5 U.s.c. 552a). (b) Alternate I (jan 2017) Of 52.224-3. (xxiii) 52.225-26, Contractors Performing Private Security Functions Outside The United States (oct 2016) (section 862, As Amended, Of The National Defense Authorization 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) (42 U.s.c. 1792). Flow Down Required In Accordance With Paragraph (e) Of Far Clause 52.226-6. (xxv) 52.232-40, Providing Accelerated Payments To Small Business Subcontractors (mar 2023) (31 U.s.c. 3903 And 10 U.s.c. 3801). Flow Down Required In Accordance With Paragraph (c) Of 52.232-40. (xxvi) 52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels (nov 2021) (46 U.s.c. 55305 And 10 U.s.c. 2631). Flow Down Required In Accordance With Paragraph (d) Of Far Clause 52.247-64. (2) While Not Required, The Contractor May Include In Its Subcontracts For Commercial Products And Commercial Services A Minimal Number Of Additional Clauses Necessary To Satisfy Its Contractual Obligations. (end Of Clause) a. 52.212-1 Instructions To Offerors – Commercial Products And Commercial Services Sep 2023. Offerors Must Comply With All Instructions Contained Herein. (1) Offerors May Submit Written Questions During The Quote Preparation Period. All Questions Must Be Received No Later Than 14 February 2025, 11:00 Am (pacific) To Allow Adequate Time To Prepare And Issue Responses To All Offerors Prior To The Date And Time Set For Receipt Of Quotes. Only Written Questions Will Receive A Response. All Questions And Quotes Shall Be Directed To: southwest Regional Maintenance Center (swrmc) – C410a Procurement
email: Cite The Solicitation Number In The Subject Line - N5523625q0058
email Addresses: Michael.t.jones331.civ@us.navy.mil And Cynthia.y.urias.civ@us.navy.mil b. 52.212-2 Evaluation Commercial Items, Evaluation – Commercial Products And Commercial Services Nov 2021. (a) The Government Will Award A Contract Resulting From This Solicitation 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 – The Evaluation Factors That Will Be Used Are: technical Acceptability – Ability To Meet The Required Delivery Date And The Salient Characteristics Of The Product Description technical Drawings Shall Be Requested Via The Swrmc Technical Documentation Request Form As A Part Of Technical Acceptability For This Acquisition. Vendors Must Show Evidence, Technical Drawing Was Reviewed To Ensure Correct Manufacturing Of The Valves. price – The Government Will Evaluate The Proposed Price For Reasonableness In Accordance With Far 13.106-3 (a)(1). past Performance – Based On The Supplier Performance Risk System Rating. (b) 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. (end Of Provision) c. 52.212-3 Offeror Representations And Certifications – Commercial Products And Commercial Services May 2024. The Offeror Shall Complete Only Paragraph (b) Of This Provision If The Offeror Has Completed The Annual Representations And Certification Electronically In The System For Award Management (sam) Accessed Through Https://www.sam.gov/sam/ (only Complete And Return If There Are Changes To Current Sam Registration. If 52.212-3 Is Not Returned, The Contractor Is Affirming That The Current Sam Registration Is Current, Accurate, And Complete). If The Offeror Has Not Completed The Annual Representations And Certifications Electronically, The Offeror Shall Complete Only Paragraphs (c) Through (v) Of This Provision. The Provision Of Far 52.212-3 Must Be Submitted By The Offeror To Be Eligible For Award. d. 52.212-4 Contract Terms And Conditions -- Commercial Products And Commercial Services Nov 2023 standard Commercial Warranties Apply. applicable Provisions And Clauses: the Far Requires The Use Of The System For Award Management (sam) In Federal Solicitations As A Part Of The Offer Submission Process To Satisfy Far 52.212-4. More Information On Sam Is Found At Https://www.sam.gov/portal/public/sam/. packaging Requirements: Packaging And Preservation Shall Be Performed In Accordance With The Best Commercial Practices To Afford Maximum Protection Against Damage. d-211-h005 Identification Marking Of Parts – Alternative I Oct 2018 delivery Instructions: Item Shall Be Priced For F.o.b. Destination. Inspection And Acceptance Shall Be At Destination By The Government. special Contract Requirements: please Submit Your Quote Via E-mail To Michael Jones, Michael.t.jones331.civ@us.navy.mil (primary) And Cynthia Urias, Cynthia.y.urias.civ@us.navy.mil (secondary). quotes Must Be Received By The Destination Inbox No Later Than *18 February 2025, 11:00 Am (pacific)*
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
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
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
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Closing Date21 Jan 2025
Tender AmountRefer Documents
Details: This Is A Combined Synopsis/solicitation For Commercial Products And Commercial Services Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, Streamlined Procedures For Evaluation And Solicitation For Commercial Products And Commercial Services, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested, And A Written Solicitation Document Will Not Be Issued. this Solicitation Is Issued As An Rfq. The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2024-02, Effective 12/22/2023. this Solicitation Is Set-aside For 100% Small Business (sba). this Is A Firm-fixed Price Contract. the Associated North American Industrial Classification System (naics) Code For This Procurement Is 811210, With A Small Business Size Standard Of $34.0 Million. the Fsc/psc Is J066. the Award Will Be Made To The Quote Most Advantageous To The Government And Best Meets The Requirement Described In The Statement Of Work. price And Other Factors: See Attachment 2, Far 52.212-2 Evaluation statement Of Work contract Title 3500xl Genetic Analyzers And 7500 Fast Polymerase Chain Reaction (pcr) Systems Service Contract the Va Greater Los Angeles Healthcare System (vaglahcs) Requires Annual Maintenance Services On Selected Government Owned 3500xl Genetic Analyzers And 7500 Fast Pcr Systems Equipment At The West La Va Medical Center (wla Vamc). The Services Shall Comply With This Statement Of Work (sow), All Va, Local, State, And Federal Policies, And Regulations. objective the Objective Of This Service Contract Is To Have A Contractor To Furnish All Labor, Materials, Supplies, Tools, Equipment, And Qualified Personnel To Complete Maintenance Services As Per Below Scope. scope the Contractor Shall Provide All Labor, Materials, Freight Costs, And Equipment To Accomplish The Tasks Outlined In This Sow. Contractor Is Responsible For All Subcontractors Required To Complete Reports. all Work Shall Be Performed During Normal Hours Unless Otherwise Approved By The Program Point Of Contact (ppoc) Or His/her Designee. all Work Shall Be In Accordance With Manufacturer S Instructions, Including, But Not Limited To, Adjustments, Calibration, Cleaning, Lubrication, Testing, Disassembly, Checkout, Replacement Of Worn And/ Or Defective Parts, The Above Shall Be Performed As Necessary As Required To Keep Each Equipment In Optimal Working Condition. maintenance And Inspection (pmi) the Contractor Shall Perform Maintenance On The 3500xl Genetic Analyzers And 7500 Fast Pcr Systems According To The Manufacturer Recommendations Unless Otherwise Stated By Ppoc.
the Contractor Shall Provide All Preventive Maintenance Replacement Parts At No Cost To The Government. the Contractor Shall Provide All Travel And Transportation Expenses At No Additional Cost To The Government. emergency Repair Services intervening Service Calls Are Calls Placed Outside Regularly Scheduled Preventive Maintenance Service.â
the Contractor Shall Respond On-site As Required Within 2-3 Business Days After Receipt Of A Service Call For Any Instrument Listed.â
response Time Is Applicable For Any Calls Placed Before 2pm Pacific Standard Time.â
failure To Respond Within The Response Time Due To No Fault Of The Government Shall Result In A Prorated Credit Equal To The Proportion Of The Instruments Service Cost For Each Late Day.â equipment List covered Equipment
equipment Name
serial Numbers
ee#
equipment Description
3500xl
24342-140
144937
genetic Analyzer
3500xl
29338-051
177257
genetic Analyzer
7500 Fast
275002720
110018
real Time Pcr System
7500 Fast
275011316
111965
real Time Pcr System
7500 Fast
275013648
134711
real Time Pcr System maintenance Requirements the Contractor Shall Provide On-site Preventive Maintenance And System Calibrations As Necessary To Maintain Recommended Factory Specifications Of The Covered Systems.
the Preventive Maintenance Visit Shall Be Scheduled At A Time Agreeable To The Government And Will Be Performed Once Per Year During The Contract Period For Each Equipment Covered.
maintenance Shall Be Performed In Accordance With Manufacturer S Instructions.
maintenance Shall Be Scheduled A Minimum Of Three (3) Days In Advance With The Ppoc. qualification personnel Performing Maintenance And Repair Services Must Be Fully Qualified, Competent Field Service Engineers (fse) Who Has Been Trained To Perform Work On The Specific Equipment In Accordance With The Original Manufacturer S Maintenance And Repair Procedures. Fully Qualified Is Defined As Factory-trained And Experienced To Work On The Equipment Assigned. additional Requirements contractor Shall Ensure All Equipment Is In Optimal Working Condition At The Expiration Date Of The Contract. contractor Personnel That Perform Changes, Updates, Or Retrofits Made On Any Component, System, Or Equipment Will Log It In The Station Equipment Manual. contractor Will Maintain All Manufactures Manual Necessary To Perform Maintenance. submission Of Reports the Contractor Shall Submit A Complete Field Service Report (fsr) Electronically To The Ppoc Within 7 Calendar Days Of The Work Being Completed. The Fsr At A Minimum Must Contain Company Name, Service Technician S Name, Contact Telephone Number, Date Of Service, A Detailed Description Of Any Services Performed On The Equipment (model Number And Location Included), Serial Number Of The Equipment Being Worked On, Customer Asset Number (ee# - If Applicable) Of The Equipment Being Worked On, Signs Of Misuse Or Neglect, Findings Of Problems And Correction, Including All Performance Verification, Listing Of Replacement Parts, When Applicable; Total Hours Of Service; Safety Check; Performance Data; And Recommendations Necessary To Maintain The Equipment In Optimum Operating Condition. security Requirements the C&a Requirements Do Not Apply, And Security Accreditation Package Is Not Required. this Service Does Not Involve Contractor Connection Of One Or More Contractor-owned It Devices (such As Laptop Computer Or Remote Connection From A Contractor System) To A Va Internal Trusted (i.e., Non-public Network) Therefore Information Technology (it) Security Certification And Accreditation (authorization) (c&a) Requirements Do Not Apply Per Va Handbook 6500.6. period Of Performance base Year, Followed By Two, One-year Options.
estimated Start Date: 03/01/2025 Participating Facility: va Greater Los Angeles Healthcare System
11301 Wilshire Blvd.
los Angeles, Ca 90073 work Hours normal Hours Of Operation Are Monday Through Friday From 6:00 Am To 6:00 Pm Pacific Time. All Work Is Expected To Be Performed Generally During Normal Hours Of Coverage Unless Requested Or Approved By The Ppoc Or His/her Designee. before Commencement Of Work, The Contractor Shall Confer With The Va Ppoc And Contracting Office To Agree On A Sequence Of Procedures; Means Of Access To Premises And Building. All Work Performed, To Include Delivery Of Materials And Equipment, Shall Be Made With Minimal Interference To Government Operations And Personnel. work Performed Outside The Normal Hours Of Coverage Must Be Approved By The Ppoc Or His/her Designee. all Time Shall Be Approved In Advance By The Ppoc. Allow 5-days For Approval Of Any Alternate Working Hours Needed. federal Holidays new Year S Day
january 01
martin Luther King S Birthday
third Monday In January
president S Day
third Monday In February
memorial Day
last Monday In May
juneteenth
june 19
independence Day
july 04
labor Day
first Monday In September
columbus Day
second Monday In October
veterans Day
november 11
thanksgiving Day
fourth Thursday In November
christmas Day
december 25 if The Holiday Falls On A Sunday, The Following Monday Will Be Observed As A National Holiday. When A Holiday Falls On A Saturday, The Preceding Friday Is Observed As A National Holiday By U.s. Government Agencies, And Any Day Specifically Declared By The President Of The United States Of America. identification, Check-in, Parking, And Smoking Regulations identification the Vendor's Employees Shall Wear Visible Identification At All Times While On Vaglahcs Premises. Contractor Employees Shall Report To Va Police Upon Entry To The Vaglahcs Facility To Get A Visitor Badge. Contractor Employees Are Required To Be Escorted By The Ppoc Or Designee S Office Once On Campus Prior To Commencement Of Work. During Emergencies Contractor Personnel Shall Check In With Vaglahcs Police If The Vaglahcs Ppoc Or Designee Is Not Available. parking it Is The Responsibility Of The Contract Personnel To Park In The Appropriate Designated Parking Areas. Parking Information Is Available From Va Police & Security Service Office. The Contractor Assumes Full Responsibility For Any Parking Violations. smoking contractor Personnel May Smoke Only In Designated Areas. It Is The Responsibility Of The Visn 22 Healthcare Facilities To Provide A Safe And Healthful Environment For Employees And Patients And To Serve As A Leader In Community Health Awareness And Education. It Is In Fulfillment Of This Obligation That The Facilities Are Committed To The Establishment Of A Smoke-free Environment. This Policy Applies To Every Location In The Healthcare Facilities. There Shall Be No Smoking Within 25 Feet Of All Entrances To Buildings. Smoking Is Allowed In All Outside Areas That Are 25 Feet Away From Entrances To Buildings Unless Indicated Otherwise. Enclosed Patios Connected To Facility Buildings Are Considered Part Of The Building And As Such Are Non-smoking Areas. weapons And Contraband possession Of Weapons Or Contraband Is Prohibited And Shall Be Subject To Arrest And Termination From Future Performance Under This Contract. Enclosed Containers, Including Tool Kits, Shall Be Subject To Search. Violations Of Vaglahcs Regulations May Result In Citation Answerable In The United States (federal) District Court, Not A Local District, State, Or Municipal Court. safety all Personnel Employed By The Contractor In The Performance Of This Contract, Or Any Representative Of The Contractor Entering On Vaglahcs Shall Comply With Applicable Federal, State, And Va Safety And Fire Regulations And Codes, Which Are In Effect During The Performance Period Of The Contract. contractor Shall Perform Work In Strict Accordance With Existing Relevant, Accredited Standards And Codes To Minimize The Possibility Of Injury To Personnel, Or Damage To Government Equipment. Every Effort Shall Be Made To Safeguard Human Life And Property. contractor Shall Comply With All Applicable Federal, State, And Local Requirements Regarding Workers Health And Safety. The Requirements Include, But Are Not Limited To, Those Found In Federal And State Occupational Safety And Health Act (osha) Statutes And Regulations, Such As Applicable Provisions Of Title 29, Code Of Federal Regulations (cfr), Parts 1910 And 1926, Nfpa 70e, Article 130.7 29 Cfr 1910.132(d)(1)(iii), 29cfr1910.137. contractor Shall Provide All Necessary Tools, And Personal Protective Equipment (ppe) To Perform The Work Safely, Effectively, And Timely. contractor Personnel contractor S Program Manager the Contractor Shall Provide A Contract Program Manager Who Shall Be Responsible For The Performance Of The Work. The Name Of This Person Shall Be Designated In Writing To The Contracting Officer. The Contractor S Program Manager Shall Have Full Authority To Act For The Contractor On All Contract Matters Relating To Daily Operation Of This Contract. contractor S Employees the Contractor Shall Not Employ Persons For Work On This Contract If Such Employee Is Identified To The Contractor As A Potential Threat To The Health, Safety, Security, General Well-being Or Operational Mission Of The Installation And Its Population. contract Personnel Shall Be Subject To The Same Quality Assurance Standards Or Exceed Current Recognized National Standards As Established By The Joint Commission (jc). contractor Qualifications & Other Responsibilities contractor Shall Obtain All Necessary Licenses Required To Perform This Work. Contractor Shall Take All Precautions Necessary To Protect Persons And Property From Injury Or Damage During The Performance Of This Contract. Contractor Shall Be Responsible For Any Injury To Himself/herself, His/her Employees, Or Others, As Well As For Any Damage To Personal Or Public Property That Occurs During The Performance Of This Contract That Is Caused By Him/her Or His/her Employees Fault Or Negligence. Contractor Shall Maintain Personal Liability And Property Damage Insurance Prescribed By The Laws Of The Federal Government. the Government Reserves The Right To Accept Or Reject Contractor S Employee For The Rendering Of Services. Complaints Concerning Contract Personnel S Performance Or Conduct Will Be Dealt With By The Contractor And Cor With The Final Decision Being Made By The Contracting Officer. invoicing And Payment overtime & Holiday Pay any Overtime And/or Holiday Pay That May Be Entitled To The Contractor S Employees Shall Be The Sole Responsibility Of The Contractor And Shall Not Be Billed To Nor Reimbursed By The Government. Contractor Will Bill And Be Paid For Actual Services Provided By Contractor Personnel. Contractor Will Not Be Paid For Availability Or On-call Services Unless Otherwise Provided Herein. invoices payment Of Services Rendered Under This Contract Shall Be Made In Arrears Upon Satisfactory Completion Of Each Service And Receipt Of A Properly Prepared Invoice And Submitted By The Contractor To The Payment Address Specified By Contracting. Invoices Shall Reference The Contract Number And Purchase Order Number, Manifest Number(s), Provide A Complete And Accurate Description Of Services/ Supplies Delivered/ Rendered, Including Dates Of Performance, Amounts, Unit Prices, Extended Totals And Any Other Data Relevant For Payment Purposes. the Government Shall Not Authorize Payment Until Such Time That The Vaglahcs Ppoc All Properly Executed And Signed Documentation. no Advance Payments Shall Be Authorized. Payment Shall Be Made On A Monthly Arrears For Services Provided During The Billing Month In Arrears. Upon Submission Of A Properly Prepared Invoice For Prices Stipulated In This Contract For Services Delivered And Accepted In Accordance With The Terms And Conditions Of The Contract, Less Any Deductions Stipulated In This Contract. payment Of Invoices May Be Delayed If The Appropriate Invoices As Specified In The Contract Are Not Completed And Submitted As Required. ***price/cost Schedule***
base Year
line Item
description
quantity
unit Of Measure
unit Price
total Price
0001
preventative/corrective Maintenance, Inspection And Repair- Genetic Analyzer 3500xl Sn: 24342-140
1
yr 0002
preventative/corrective Maintenance, Inspection And Repair- Genetic Analyzer 3500xl Sn: 29338-051
1
yr 0003
preventative/corrective Maintenance, Inspection And Repair- Real Time Pcr System 7500 Fast Sn: 275002720
1
yr 0004
preventative/corrective Maintenance, Inspection And Repair- Real Time Pcr System 7500 Fast Sn: 275011316
1
yr 0005
preventative/corrective Maintenance, Inspection And Repair- Real Time Pcr System 7500 Fast Sn: 275013648
1
yr 0006
emergency Repairs, Costs In Relation To Finding From Inspections.
1
jb
0.00
0.00 option Year 1
line Item
description
quantity
unit Of Measure
unit Price
total Price
1001
preventative/corrective Maintenance, Inspection And Repair- Genetic Analyzer 3500xl Sn: 24342-140
1
yr 1002
preventative/corrective Maintenance, Inspection And Repair- Genetic Analyzer 3500xl Sn: 29338-051
1
yr 1003
preventative/corrective Maintenance, Inspection And Repair- Real Time Pcr System 7500 Fast Sn: 275002720
1
yr 1004
preventative/corrective Maintenance, Inspection And Repair- Real Time Pcr System 7500 Fast Sn: 275011316
1
yr 1005
preventative/corrective Maintenance, Inspection And Repair- Real Time Pcr System 7500 Fast Sn: 275013648
1
yr 1006
emergency Repairs, Costs In Relation To Finding From Inspections.
1
jb
0.00
0.00 option Year 2
line Item
description
quantity
unit Of Measure
unit Price
total Price
2001
preventative/corrective Maintenance, Inspection And Repair- Genetic Analyzer 3500xl Sn: 24342-140
1
yr 2002
preventative/corrective Maintenance, Inspection And Repair- Genetic Analyzer 3500xl Sn: 29338-051
1
yr 2003
preventative/corrective Maintenance, Inspection And Repair- Real Time Pcr System 7500 Fast Sn: 275002720
1
yr 2004
preventative/corrective Maintenance, Inspection And Repair- Real Time Pcr System 7500 Fast Sn: 275011316
1
yr 2005
preventative/corrective Maintenance, Inspection And Repair- Real Time Pcr System 7500 Fast Sn: 275013648
1
yr 2006
emergency Repairs, Costs In Relation To Finding From Inspections.
1
jb
0.00
0.00
**please Use The Format Above For Pricing**
the Following Solicitation Provisions Apply To This Acquisition: far 52.212-1, Instructions To Offerors Commercial Products And Commercial Services far 52.212-3, Offerors Representations And Certifications Commercial Products And Commercial Services offerors Must Complete Annual Representations And Certifications Electronically Via The System For Award Management (sam) Website Located At Https://www.sam.gov/portal In Accordance With Far 52.212-3, Offerors Representations And Certifications Commercial Products And Commercial Services. If Paragraph (j) Of The Provision Is Applicable, A Written Submission Is Required.
the Following Contract Clauses Apply To This Acquisition: far 52.212-4, Contract Terms And Conditions Commercial Products And Commercial Services (dec 2022) addendum To Far 52.212-4, Contract Terms And Conditions-commercial Products And Commercial Services Applies To And Is Included With This Acquisition. far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Products And Commercial Services (mar 2023) the Following Subparagraphs Of Far 52.212-5 Are Applicable: (b)(4), (5), (9), (12), (18)(i), (26)(i), (29), (31), (33), (34)(i), (36)(i), (39)(i), (40), (46), (51), (55), (59), (c), (5).
vaar 852.203-70 Commercial Advertising (may 2018).
vaar 852.219-75 Va Notice Of Limitations On Subcontracting Certification Of Compliance For Services And Construction. (jan 2023) (deviation)
vaar 852.232-72, Electronic Submission Of Payment Requests (nov 2018).
this Is Accomplished Through The Tungsten Network Located At: Http://www.fsc.va.gov/einvoice.asp This Is Mandatory And The Sole Method For Submitting Invoices. all Quoters Shall Be Submitted In Accordance With Far 52.212-1, Instructions To Offerors-commercial Products And Commercial Services . (sep 2023) all Quotes Shall Be Sent To The Network Contracting Office (nco) 22 Contract Specialist, Jennell Christofaro At Jennell.christofaro@va.gov. award Will Be Based Upon A Comparative Evaluation Of Quotes In Accordance With The Simplified Acquisition Procedures Of Far 13. Comparative Evaluation Is The Side By Side Pairwise Comparison Of Quotes Based On Factors Resulting In A Contracting Officer Decision For The Quote Most Favorable To The Government. Decision Factors To Be Considered Are Technical Capability, Past Performance, Cost Schedule. Quote Evaluations For Technical Capability Will Be Based On The Following: Capabilities Statement: Interested Offeror Can Perform The Tasks Listed In The Statement Of Work; Past Performance: Prior Experience In Maintaining Equipment Listed In Statement Of Work; Qualifications: Personnel Performing Maintenance And Repair Services Must Be Fully Qualified, Competent Field Service Engineers (fse) Who Has Been Trained To Perform Work On The Specific Equipment In Accordance With The Original Manufacturer S Maintenance And Repair Procedures. Fully Qualified Is Defined As Factory-trained And Experienced To Work On The Equipment Assigned. this Contract/purchase Order Will Consist Of An Estimated Base Plus Two Option Year Period Of Performance: 03/01/2025 02/29/2028. the Award Will Be Made To The Quote Most Advantageous To The Government And Best Meets The Requirement Described In The Statement Of Work. responses Should Contain Your Best Terms, Conditions. to Facilitate The Award Process, All Quotes Must Include A Statement Regarding The Terms And Conditions Herein As Follows: "the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document Without Modification, Deletion, Or Addition." or "the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document With The Exception, Deletion, Or Addition Of The Following:" quoters Shall List Exception(s) And Rationale For The Exception(s), If Any. no Inquiries Will Be Addressed For This Rfq Solicitation 36c26225q0319. submission Of Your Rfq Response Offer Shall Be Received Not Later Than January 21, 2025, 1400 Pst At Jennell.christofaro@va.gov Only. Subject Line Shall Include Response To Rfq 36c26225q0319 For Consideration. late Submissions Shall Be Treated In Accordance With The Solicitation Provision At Far 52.212-1(f). any Questions Or Concerns Regarding This Solicitation Should Be Forwarded In Writing Via E-mail To The Point Of Contact Listed Below. point Of Contact
contract Specialist
jennell Christofaro jennell.christofaro@va.gov attachment One: Far 52.212-1 Addendum Instructions To Offerors
attachment Two: Far 52.212-2 Evaluation
attachment Three: Var 852.219-75 Sdvosb Certification
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Closing Date28 Jan 2025
Tender AmountRefer Documents
Details: Page 1 Of 6 page 3 Of 6 page 1 Of 6 this Request For Information (rfi) Sources Sought Is Issued Solely For Market Research And Planning Purposes Only And Does Not Constitute A Solicitation. rfi # 36c26225q0336 responses To This Sources Sought Must Be In Writing. The Purpose Of This Sources Sought Announcement Is For Market Research Only To Make Appropriate Acquisition Decisions And To Gain Knowledge Of Small Business Capability, Including Service- Disabled Veteran Owned Small Businesses And Veteran Owned Small Businesses (sdvosb/vosb) Interested And Capable Of Performing The Work. the Naics/psc For This Requirement Is: naics Code: 623220- Residential Mental Health And Substance Abuse Facilities psc: G004- Social- Social Rehabilitation, General Size Standard: $19.0m description Of Requirement: Provide Housing, And Supportive Services For Up To 64 Homeless Male Veterans In Support Of The Va Greater Los Angeles Healthcare System (vaglahcs).. interested And Capable Contractors Should Respond To This Notice Not Later Than Monday, February 10th, 2025 @ 4:00 Pm Pdt By Providing The Following Via Email Only To Jose Diaz, Contract Specialist, At Jose.diaz6@va.gov. company Name address point Of Contact phone, Fax, And Email Of Primary Point Of Contact duns Number type Of Small Business, If Applicable, (e.g. Services Disabled Veteran Owned Small business (sdvosb), Veteran-owned Small Business (vosb), 8(a), Hub-zone, Women Owned Small Business, Small Disadvantaged Business, Or Small Business). a Capability Statement That Addresses The Organization S Qualifications And Ability To Perform As A Contractor Specifically For The Work Described In Paragraph 5 Below. Respondents Are Also Encouraged To Provide Specific Examples (e.g. Contract Number, Point Of Contact Information) Of The Contractor S Experience Providing The Same Or Similar Supplies/services To That Described Herein. sdvosb/vosb Respondents. if Respondent Is Vosb Or Sdvosb, Respondent Is Encouraged To Provide Proof Of Www.vetbiz.gov Certification. In Addition, Sdvosb/vosb Contractors Are Asked To Acknowledge That They Understand The Limitations On Sub-contracting Pursuant To Far 52.219-14, Limitations On Sub-contracting, Which Will Be Included In The Impending Solicitation. Further Sdvosb/vosb Contractors Are Asked To Respond That They Are Capable Of Providing The Requested Services Keeping Within The Parameters Of This Clause. small Businesses, Including Sdvosb/vosbs Are Also Advised That Per 13 Cfr, § 125.6 The Prime Contractor's Limitations On Subcontracting Are As Follows: general. In Order To Be Awarded A Full Or Partial Small Business Set-aside Contract With A Value Greater Than $150,000, An 8(a) Draft Contract, An Sdvo Sbc Contract, A Hubzone Contract, A Wosb Or Edwosb Contract Pursuant To Part 127 Of This Chapter, A Small Business Concern Must Agree That: in The Case Of A Contract For Services (except Construction), It Will Not Pay More Than 50% Of The Amount Paid By The Government To It To Firms That Are Not Similarly Situated. Any Work That A Similarly Situated Subcontractor Further Subcontracts Will Count Towards The 50% Subcontract Amount That Cannot Be Exceeded. the Contractor Shall Provide The Services Stated Herein The Pws. please Note That If Va S Pending Market Research Establishes That Two Or More Vosb Or Sdvosb, Who Are Certified In Va S Vendor Information Pages (vip) Site Https://www.vip.vetbiz.gov/, Can Provide The Services, Va Will Set Aside The Underlying Solicitation Per 38 U.s.c. §8127. all Offerors Who Provide Goods Or Services To The United States Federal Government Must Be Registered In The System For Award Management (sam) Database Found At Https://www.sam.gov. registration Must Include Representations And Certifications. --end Of Sources Sought Announcement-- please See Pws Below And Provide An Updated Capability Statement If Interested. performance Based Statement Of Work
contract Emergency Residential Services Beds: Vaglahcs Abh; Tent A&b
1. Purpose. 1.1. The Department Of Veterans Affairs Has Been Providing Direct And Specialized Services For Homeless Veterans For Over 25 Years. The Secretary Of The Va Has Set A Zero-tolerance Policy For Homelessness Within The Veteran Population Since 2009. The Plan To End Homelessness Among Veterans Includes Planned Increases To The Capacity Of Existing Programs And An Increase In Services Offered To Veterans. New Models Of Care Not Previously Offered By The Veteran Health Administration Are Also Being Implemented. 1.2. The Department Of Veterans Affairs Medical Center- Greater Los Angeles (gla) Requires Contractors To Provide Transitional Housing Services As Part Of Its Community-based Health Care For Homeless Veterans (hchv) Program. The Hchv Program, An Essential And Critical Part Of Veterans Healthcare Administration Is Vital For Providing A Gateway To Gla And Community Supportive Services For Eligible Veterans Who Are Homeless. This Emergency Transitional Housing Program Is Designed To Address The Needs Of The Most Vulnerable And At-risk Homeless Veterans. it Targets And Prioritizes Veterans Experiencing Homelessness And Are Transitioning From Literal Street Homelessness, Being Discharged From Institutions, And/or Who Recently Became Homeless And Require Safe And Stable Living Arrangements While They Seek Permanent Housing. Hchv S Goal Is To Engage Homeless Veterans In Treatment And Place Them In A Safe, Sober And Secure, Emergency Transitional Housing That Supports Their Rehabilitation Goals. The Model Under The Hchv Contracted Residential Services (crs) Used For This Contract Shall Be: 1.2.1. Contract Emergency Residential Services (cers) Programs Target And Prioritize Homeless Veterans Transitioning From Literal Street Homelessness, Veterans Being Discharged From Psychiatric And Inpatient Hospitalizations And Veterans Who Recently Became Homeless And Require Safe And Stable Living Arrangements While They Seek Permanent Housing. Lengths Of Stay In Cers Typically Range From 30 To 90 Days With The Option To Extend Based On Clinical Need.
1.3. Contractors Shall Provide Housing, And Supportive Services To Up To 64 Homeless Male Veterans. This Emergency Transitional Housing Contract Shall Be Known As Abh And Is Located In The Spa 5 Catchment Area, Specifically On The Gla Campus.
contractor Shall Offer A Safe And Secure Environment That Supports Their Goals For Recovery From Homelessness. Awards May Be Based On Residential Capacity To Place Veterans In Safe Environmental Residency. Maximum Number Of Beds Funded Shall Not Exceed 22,630 Bed Days Of Care Per Year. The Contractor Shall Be Required To Provide An On-demand, Low- Barrier Therapeutic And Rehabilitative Milieu And Attendant Services Targeting The Underlying Factors Contributing To Homelessness. 2. General Contract Requirements.
2.1. Same Day Access: Veterans May Access Transitional Housing Programs Via Va Consults From The Hchv Liaison, Or Directly To The Program By Their Outreach Efforts And/or Through Referrals From The Community. The Program Shall Target Veterans Who Are Engaged In Care Through A Collaborative Partnership Among The Vaglahs, The Los Angeles Coordinated Entry System Service Providers, Los Angeles Homeless Services Authority, And Other Veteran-specific Programs That Target Homeless Veterans. 2.1.1. Contractor Shall Complete Intake And Same Day Admissions For Those Veterans Approved As Eligible For Placement By The Cor/hchv Liaison Or Their Designee Or Through Direct Referrals. The Contractor Shall Ensure Their Internal Admission Process And Procedures Allow For Same Day Placement Of Accepted Veterans Into An Available Bed. Admission Shall Occur Up To 9 Pm During Workdays (monday Friday, With The Exception Of Federal Holidays) And To 7 Pm On Weekends. 2.1.1.1. The Contractor Shall Offer Beds On The Same Day The Referral Is Made By The Designated Liaisons Or From Direct Referrals Or Eligible Referring Sources. 2.1.1.2. Hchv Crs Staff Shall Confirm Eligibility Prior To Referral Submission, During The Work Week And The Contract S Staff Shall Complete A Squares Review For All Direct Referrals. 2.1.1.3. The Contractor Must Place Veterans Into Available Beds On The Same Day Of The Approved Admission Whether Liaison Or Direct Referred, If Referrals Are Made Before 7pm, And Space Is Available. 2.3 Criteria & Eligibility: The Contractor Shall Provide Services To Veterans Who Are Va Healthcare Eligible And Experiencing Homelessness Or At Risk Of Becoming Homeless, I.e., Received An Eviction Or No Longer Able To Reside At Their Existing Housing Situation.
2.3.1 Be Determined To Be Homeless Based Upon The Mckinney-vento Homeless Assistance Act Definition By The Local Va Medical Center Hchv Program. See Reference Section.
2.3.2 Be Eligible For Va Healthcare As Determined By The Local Va Medical Center And And/by The Program Using Squares. 2.3.4 A Veteran Must Be Homeless And Eligible For Va Health Care In Order To Be Considered For Admission To Any Hchv Crs Program. Authorized Va Liaison Or Designee Shall Be Ultimately Responsible For Determining Veteran Eligibility And Approval For Placement Into A Hchv Crs Bed; Failure To Establish Va Approval For Admission By The Next Business Day May Result In A Denial Of Payment For Services Provided.
2.4 Referred Veterans: Veterans Are Referred To The Contractor By Vaglahs Staff, Other Community Agencies, The Contactor S Outreach Efforts Or Veteran Self-referrals. The Referrals Shall Be Based On The Veteran S Demonstrated Need For Case Management And Supportive Services To Stabilize Their Mental Health, Substance Abuse, Medical And/or Other Co-occurring Serious Psychosocial Issues Before Expediently Transitioning Into Secure And Permanent Housing. The Environment Of A Cers Program Considers Those Veterans Who Need A Jump Start To Get Back On Their Feet. The Environments Are Similar To Shelters, With The Added Benefit Of Programming And Case Management. Veterans Must Actively Participate In Their Discharge Planning And Be Willing To Seek Permanent Housing For Placement Consideration.
2.4.1 During The Work Week M-f 8-330. Both The Va Hchv Crs Liaison(s) And The Contractor Shall Receive Consults (va Referrals)/direct Referrals And Shall Complete The Admission Process For Same Day Admission If Veteran Meets The Listed Criteria And Eligibility Clauses And Their Admission Is Not Deemed Unsafe For Their Milieu. for After Hours (330pm To 9pm), During The Work Week M-f And Weekends, The Contractor Shall Continue To Complete Direct Or Community Referrals. Contractor Shall Be Responsible To Complete Healthcare Eligibility Checks For Placement. Contractors Shall Accept Veterans Referred Who Meet The Criteria And Eligibility Clause, And Their Admission Is Not Deemed Unsafe For Their Milieu. 2.4.3 Outreach: Contract Staff Shall Engage In Outreach Services, Including Street Outreach Efforts, And Assist Homeless Veterans In Seeking Housing Placement, Treatment And Supportive Services Which Is A Key Element Of This Contract.
3. Period Of Performance. The Period Of Performance For This Contract Shall Be For A Base Year Plus Four (4) Option Years. 4. Firm Fixed Price Indefinite Delivery/indefinite Quality (idiq).
5. Place Of Performance. The Contractors Location Is Crucial To Ensure That Veterans Can Attend Appointments Scheduled In Various Vaglahs Clinics Or To Local Community Providers And Return To Transitional Housing With Minimal Barriers. space Allotted For Sleeping, Eating, Case Management, And Clinical Services Shall Be Located Within The Spa 5 Catchment Area, Specifically On The Wla Campus Located At 11303 Pershing Ave. Bldg 338 Tents A & B Los Angeles, Ca 90025. Tent A Shall Have 32 Sleeping Quarters. Tent B Shall Have 32 Sleeping Quarters. regardless Of Location, The Contractor Shall Be Required To Attend Frequent In Person Or Virtual Meetings With The Wla Va Located At 11301 Wilshire Blvd., Los Angeles, Ca 90073
6. Government Furnished Property. within Tent B Only, Government Furnished Property Shall Consist Of 64-single Cubicles/bunkers With Individual Lockers And Desk Tables Only; 32 Per Tent. The Contractor Shall Return All Government Property As Received Or Replace If/when Damaged. la City Has Provided The Sprung Structures, Aka Tents And Hygiene Trailers, This Program Shall Be Housed In. The Government Will Also Provide Dumpsters And Utilities Including Water, Electricity, And Sewage. The Va Or The City Will Be Responsible For All Plumbing Needs. the Contract Shall Also Have Access To Two Administration Trailers Provided By The Government. The Government Has Provided 9-desks And Chairs. The Contractor Shall Return All Government Property As Received Or Replace If/when Damaged. all Other Equipment And Furnishings Not Mentioned But Required To Fully Execute The Contract Shall Be Provided By The Contractor. 7. Inspection Of Facility And Contractor: Prior To The Award Of A Contract And Annually During The Contract Term, A Multidisciplinary Gla Team Consisting Of A Clinical Social Work Team, Dietitian, A Representative Of The Gla Police, A Facilities Management Safety Officer, Nursing And/or Other Subject Matter Experts As Determined Necessary By The Medical Center Director Or Hchv Coordinator, Shall Conduct An Inspection Of The Contractor S Facilities To Evaluate The Veteran S Food, Shelter, Safety, Medication Procedures And Therapeutic Services To Assure The Facility Provides Quality Care In A Safe And Sober Environment. Inspections May Also Be Carried Out At Such Other Times As Deemed Necessary By The Department Of Veterans Affairs.
implementation Of Timeline:
the Contract Facility And Associated Onsite Services Must Pass An Initial Inspection Completed By Va Staff And Become Fully Operational Within 60 Days But Not To Exceed 90 Days From The Date Of Contract Award. 7. Services To Be Provided
7.1. Residential Services: The Contractor Shall Provide Housing And Supportive Services To Male Veterans Under This Contract Which Is Required To Ensure The Safety And Privacy Of These Veterans. The Contractor Shall Be Responsible For Identifying Sufficient Residential Capacity To Safely Support The Placement Of Single Male Veterans.
7.2 Reasonable Accommodation: Contractor Must Respect And Reasonably Accommodate Personal And Cultural Differences Associated With Race, Religious Creed, Color, National Origin, Ancestry, Language, Disability (physical Or Mental Health), Medical Condition, Marital Status, Familial Status, Age, Gender, Sexual Preference, Source Of Income, Or Political Affiliation. At No Point Shall Program Access Be Denied Because Of An Individual S Disability. Information Learned About The Client S Disability From The Assessment Shall Not Be Used As Grounds For Discharge Or Other Punishment And Shall Be Used To Guide Client To Appropriate Services. Moreover, A Contractor May Not Apply Different Rules To Individuals Because Of Their Disabilities, Unless The Different Rules Are A Result Of Granting A Reasonable Accommodation Request Made By An Individual With A Disability. The Contractor Shall Not Ask Questions About A Client S Disability, Including The Nature And Severity Of The Disability Or The Treatment, Symptoms, And Medications Related To The Disability. A Veteran Is Not Obligated To Reveal That S/he Has A Disability Prior To Admission. Veterans With Disabilities Are Entitled To Reasonable Accommodations. Such An Accommodation Request Must Be Considered During Any Stage In The Provision Of A Program, Including At Intake, During Services, And During Discharge Proceedings. When A Reasonable Accommodation Request Is Made, The Contractor Supervisor May Request Verification Of The Individual S Disability.
7.3. Subsistence:
the Contractor Shall Provide All Food And Beverages For Veterans Residing At The Facility Including Three (3) Meals Per Day And Snacks. The Contractor Shall Maintain A Clean And Comfortable Environment Of Care. 7.4 Access To Laundry Facilities And Supplies Free Of Charge And Adequate For Residents To Do Their Own Laundry Or To Have Laundry Done At Minimum One Time Per Week. If Providing On-site Shared Laundry: A Laundry Facility Shall Include At Least 1 Washer And 1 Dryer For Every 10 Veterans Provided On-site. Laundry Service To Include Water, Electricity, Etc., Shall Be Provided At No Cost To Authorized Veterans. 7.4 The Contractor Shall Provide Health And Personal Hygiene Supplies For Veterans Throughout Their Stay (i.e., Dental Products, Hair Products, Soap And Shave Products, Deodorant Products, Minor First Aid Products). Task 2: Therapeutic And Rehabilitative Services: 8. Therapeutic And Rehabilitative Services: Each Veteran Shall Have An Individualized Service Plan (isp) Emphasizing Goals Established By The Veteran With Input From The Contractor And Gla Liaison (or Designee). Therapeutic And Rehabilitative Services Shall Be Stated In The Plan Of Care. Services Which The Contractor Must Be Able To Furnish Or Provide The Following: 8.1 Group Activities: Contractor Shall Be Responsible For Planning And Coordinating All Activities Associated With Providing Safe And Appropriate Residential Care. This Includes, But Is Not Limited To, The Elements Described In The Upcoming Paragraph And Any Associated Expenses Shall Be The Contractor S Responsibility. Groups Shall Be Provided Regardless Of Veterans Participation. 8.1 Gla Coordination: Collaboration And Coordination With Gla Program Staff, As Needed, Shall Include Coordination Of Supportive Psychosocial Services And Housing. In Particular, Coordinated Efforts Must Be Made With The Gla Liaison Around Medical, Mental Health, Admission And Discharge Needs.
8.2 Case Management: This Shall Include Structured Individual Case Management, At Minimum, Weekly Including Counseling On Self-care Skills, Adaptive Coping Skills, Financial Planning, Permanent Housing Search, Written Care Plan, Referral For Financial Benefits. Additional Counseling May Include Professional And Vocational Rehabilitation Counseling In Collaboration With Gla Programs And Community Resources. discharge Planning Shall Begin At Time Of Admission And Reviewed At Least Monthly. 9. Contractor Staff Conduct/complaints Handling: Contractor Personnel Shall Be Expected To Treat Referred Veterans With Dignity And Respect And Abides By Standards Of Conduct Mirroring Those Prescribed By Current Federal Personnel Regulations. The Contractor Shall Comply With The Gla Patient's Bill Of Rights As Set Forth In 38 Cfr 17.34a (copy Available Upon Request). 9.1 The Gla Reserves The Right To Exclude Contractor Staff Members From Providing Services To Veterans Under This Contract Based On Breaches Of Conduct, Including Conduct That Jeopardizes Patient Care Or Interferes With The Regular And Ordinary Operation Of The Facility. Breaches Of Conduct Include Intoxication Or Debilitation Resulting From Drug Use, Theft, Patient Abuse, Dereliction Or Negligence In Performing Directed Tasks, Or Other Conduct Resulting In Formal Complaints By Veterans Or Other Staff Members To Designated Government Representatives. The Contractor And Contracting Officer S Representative Shall Deal With Issues Raised Concerning Contractor Personnel Conduct. The Contracting Officer Shall Be The Final Arbiter On Questions Of Acceptability And In Validating Complaints.
9.2 The Government Has The Right To Require Replacement Of Any Contractor Or Subcontractor Staff If The Employee Is Determined Not To Possess The Experience Or Ability Required Under The Contract, Or If Said Employee Is For Any Other Reason Found To Be Unsuitable To Perform The Work Required By The Contract. The Determination To Require Replacement Of A Staff Member Shall Be Made By The Contracting Officer, At The Contracting Officer S Sole Discretion, And Such Determination Shall Be Final. The Replacement Staff Must Meet The Same Requirements For The Position As Outlined In This Contract. Any Substitution Of Personnel Shall Occur Without Any Increase To The Contract Price And Without Delay In The Performance Or Delivery Of Services To The Government. 9.3 Emergency Procedures: Contractor Shall Train All Staff On Emergency Procedures And Have Written Protocols That Are Posted To Guide Staff Response To Crises Including, But Not Limited To, Physical Injury, Resident Suicide Attempts, Overdoses, And Domestic Or Other Violence. Contractors Shall Have At Least One Designated Paid Staff Available At All Times Who Has Had Training And Orientation On Emergency Procedures. Contractor Shall Promptly And Appropriately Respond To The Medical/psychiatric Problems Of Clients And Staff. There Shall Be First Aid Equipment And Supplies For Medical Emergencies Available At All Times. These Supplies Must Be Checked Regularly To Ensure They Are Up To Date And Their Location In The Facility Must Be Clearly Marked. Contractor Shall Have All Emergency Contact Numbers Posted.
9.3.1 Universal Precaution Practices Are Used By Contractor To Prevent Transmission Of Diseases And Are Implemented Under The Presumption That Blood And Body Fluids From Any Source Are To Be Considered Potentially Infectious. Supplies Necessary For Maintaining Universal Precautions, Such As Sharps Containers, Must Be Available. 10 Insurance Requirements. The Contractor Shall Comply With Federal And State Workers Compensation And Liability Insurance. Reference Far Clause 52.228-5 Insurance And Subpart 28.307-2 Liability. Contractor Shall Also Hold Vehicle Insurance That Meets State Of California Insurance Requirements For Transportation Assets Used In Support Of This Contract.
NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION USA Tender
Civil And Construction...+1Civil Works Others
United States
Closing Date21 Jan 2025
Tender AmountRefer Documents
Details: Modification #1 the Purpose Of This Modification Is Add The Complete Solicitation With The Clauses. Reference Attached File "1a 1305m325q0041 Prism With Clauses." ****** construction Project – Parking Lot Sealcoat Treatment And Striping In Accordance With The Statement Of Work. total Small Business Set-aside Per Far Part 13 Under The Simplified Acquisition Threshold (sat). Firm Fixed-price Contract Will Be Awarded Per The Trade-off Criteria In Car 1352.213-70. See The Attached Full Sf 18 Construction Clauses And Provisions With All Terms And Conditions Which All Vendors Must Be In Compliance With To Be Eligible For Award. New Contract, No Incumbent. bonding/loc Will Be Required Unless Your Quote Is Under $35k. period Of Performance
work Completed No Later Than 240 Days Of Award, Quotes Must Provide Confirmation They Can Fulfill This Requirement. place Of Performance: pocatello, Id - 1945 Beechcraft Ave. Pocatello, Id 83204 las Vegas, Nv - 7851 Dean Martin Dr. Las Vegas, Nv 89139 the General Decision (gd) Id20240091, Posted On 02/16/2024 And Nv20240058, Posted On 09/20/2024 Will Be Incorporated And May Be Viewed At Www.sam.gov see The Attached Sf 18 Construction Template With All Terms And Conditions Which All Vendors Must Be In Compliance With To Be Eligible For Award. the Government Does Not Accept Responsibility For Non-receipt Of Quotes. It Is The Contractor’s Responsibility To Request And Receive A Confirmation Of The Quote Receipt. construction Purchase Order Clauses (fixed-price) updated Through Fac 2025-02 (jan 2025) far 36.204 Disclosure Of The Magnitude Of Construction Projects the Magnitude Is Between $25,000 And $100,000. utilization Of Fedconnect® For Contract Administration the Department Of Commerce Will Utilize The Fedconnect® Web Portal In Administering This Award. The Contractor Must Be Registered In Fedconnect® And Have Access To The Fedconnect® Website Located At Https://www.fedconnect.net/fedconnect/. For Assistance In Registering Or For Other Fedconnect® Questions Please Call The Fedconnect® Help Desk At (800) 899-6665 Or Email At Support@fedconnect.net. There Is No Charge For Registration In Or Use Of Fedconnect®. (end) car 1352.215-72 Inquiries (apr 2010) offerors Must Submit All Questions Concerning This Solicitation In Writing Via Email To Marilyn.herrera@noaa.gov. Questions Should Be Received No Later Than 4:00 P.m. On 01/17/2025. Any Responses To Questions Will Be Made In Writing, Without Identification Of The Questioner, And Will Be Included In An Amendment To The Solicitation. Even If Provided In Other Form, Only The Question Responses Included In The Amendment To The Solicitation Will Govern Performance Of The Contract. (end Of Clause) far 52.236-27 Site Visit (construction) (feb 1995) (a) The Clauses At 52.236-2, Differing Site Conditions, And 52.236-3, Site Investigations And Conditions Affecting The Work, Will Be Included In Any Contract Awarded As A Result Of This Solicitation. Accordingly, Offerors Or Quoters Are Urged And Expected To Inspect The Site Where The Work Will Be Performed. (b) Site Visits May Be Arranged During Normal Duty Hours By Contacting: name: Mike Kent email: Mike.kent@noaa.gov phone: 805-889-0645 (end Of Provision) a Site Visit Is Highly Recommended But Not Required. Vendors Are Urged And Expected To Inspect The Site Where Services Are To Be Performed And To Satisfy Themselves Regarding All General And Local Conditions That May Affect The Cost Of Contract Performance, To The Extent That The Information Is Reasonably Obtainable. In No Event Shall Failure To Inspect The Site Constitute Grounds For A Claim After Contract Award. car 1352.213-70 Evaluation Utilizing Simplified Acquisition Procedures (apr 2010) the Government Intends To Award A Trade-off, Firm Fixed Price Purchase Order Resulting From This Request For Quotation To The Responsible Offeror Whose Quotation Results In The Best Value To The Government, Considering Both Price And Non-price Factors With Payment Terms Of Net 30. the Evaluation Will Consider The Non-price Technical Solution (technical Approach, Capability, Experience And Past Performance) To Be Significantly More Important Than Price. However, As Quotes Are Determined To Be More Equal In The Non-price Evaluation Factors, Price Becomes More Important. the Government Reserves The Right Not To Award A Purchase Order Depending On The Quality Of The Quote(s) Submitted And The Availability Of Funds. the Government May Award To Other Than The Lowest-priced Vendor Or The Vendor With The Highest Technical Rating If The Contracting Officer Determines That To Do So Would Result In The Best Value To The Government. The Government Will Not Make An Award At A Significantly Higher Overall Price To Achieve Only Slightly Superior Performance Capability. the Following Factors Are Listed In Order Of Importance And Will Be Used To Evaluate Quotations: technical Approach And Capability. the Offeror’s Overall Technical Approach Will Be Evaluated To Assess The Government's Level Of Confidence In The Offeror’s Understanding Of, Approach To, And Ability To Successfully Perform The Requirements As Described In The Statement Of Work. A Detailed Technical Approach Write-up Describing How The Offeror Will Perform This Service Is Required To Be Submitted With The Quote Regardless Of Whether A Site Visit Was Made Or Not. The Technical Approach Write-up Must Not Be A Reiteration Of The Statement Of Work, But How Your Company Plans On Performing The Tasks Listed In The Attached Statement Of Work. (i.e. Performance Checklists, Anticipated Number Of Employees, Anticipated Hours At The Facility And/or Confirmation Of Supplies Being Provided, Etc.) experience. the Offeror's Background, Experience, And Qualifications (relevant Past Projects Performing Similar Services, Certifications Related To Current Requirement, Etc.) Will Be Assessed To Determine The Likelihood That The Offeror Can Successfully Perform The Contract Requirements. Offeror Must Have Knowledge And Experience With Parking Lot Sealcoat Treatment And Striping. past Performance. quote Shall Include At Least Two References From At Least Two Separate Contracts For Similar And Relevant Services Including The Name, Phone Number, Full Address, And E-mail Address Of The Reference To Demonstrate The Offeror’s Capability To Successfully Perform The Services Listed In The Statement Of Work. the Offeror Is Required To Fill Out Blocks 1-4 And Send The Attached Past Performance Questionnaire To The References Provided By The Offeror In Their Submission, And Email The Completed Survey Form Directly To (cs/co Email) By The Closing Date And Time Of This Solicitation. The Government Reserves The Right To Consider Past Performance Report Forms Received After The Due Date And Time Of The Solicitation, Past Performance Questionnaires Submitted From Previous Solicitations, And To Contact References For Verification Or Additional Information. the Offeror's Past Performance On Related Contracts Will Be Evaluated To Determine, As Appropriate, Successful Performance Of Contract Requirements, Quality And Timeliness Of Delivery Of Goods And Services, Cost Management, Communications Between Contracting Parties, Proactive Management And Customer Satisfaction. The Government Will Use Its Discretion To Determine The Sources Of Past Performance Information Used In The Evaluation, And The Information May Be Obtained From References Provided By The Offeror, The Agency’s Knowledge Of Offeror Performance, Other Government Agencies Or Commercial Entities, Or Past Performance Databases, And Will Be Based On Responsiveness, Quality, And Customer Services. offerors Lacking Relevant Past Performance History, Or For Whom Past Performance Information Is Either Not Available Or Has Not Been Submitted To The Government, Will Receive A Neutral Rating For Past Performance. price. the Quoted Prices Will Be Evaluated But Not Scored. The Government Will Evaluate The Price Quote For Completeness And Reasonableness In Relation To The Rfq Requirements. Quoted Prices Must Be Entirely Compatible With The Non-price Technical Solution. period Of Performance: Work Completed No Later Than 240 Days Of Award, Quotes Must Provide Confirmation They Can Fulfill This Requirement. warranty In Writing For Parts And Labor. (end Of Provision) car 1352.213-71 Instructions For Submitting Quotations Under The Simplified Acquisition Threshold—non-commercial (apr 2010) (a) North American Industry Classification System (naics) Code And Small Business Size Standard. The Naics Code And Small Business Size Standard For This Acquisition Is 238990 And $19.0m. (b) Submission Of Quotations. Submit Quotations To The Office Specified In This Solicitation At Or Before The Exact Time Specified In This Solicitation. At A Minimum, Quotations Must Show– (1) The Solicitation Number; (2) The Name, Address, And Telephone Number Of The Offeror; (3) Acknowledgment Of Solicitation Amendments; (4) A Technical Description Showing That The Offeror Can Supply The Requirements In The Specifications Or Statement Of Work In Sufficient Detail To Allow The Government To Evaluate The Quotation In Accordance With The Evaluation Factors Stated In The Solicitation. (5) Past Performance Information, When Included As An Evaluation Factor, To Include Recent And Relevant Contracts For The Same Or Similar Items And Reference Information (including Contract Numbers, Points Of Contact With Telephone Numbers And Other Relevant Information). (6) Price And Any Supporting Details For The Price, As Requested In The Solicitation. (c) Offerors Are Responsible For Submitting Quotations And Any Modifications Thereto, So As To Reach The Government Office Designated In The Solicitation By The Time Specified. The Offeror's Initial Quotation Should Contain The Offeror's Best Terms From A Price And Technical Standpoint. The Government May Reject Any Or All Quotations If Such Action Is In The Public Interest; Accept Other Than The Lowest Quotation; And Waive Informalities And Minor Irregularities In Quotations Received. (end Of Provision) statement Of Work parking Lot Sealcoat Treatment And Striping background: the National Weather Service (nws), Weather Forecast Office (wfo’s) In Pocatello, Id And Las Vegas, Nv Have Parking Lots That Have Not Been Resealed In 10-15 Years And Are In Severe Need Of Treatment. The Existing Surface Has Deteriorated With Large Cracks. general Intention: to Obtain The Services Of Crack Repair, Seal Coat And Re-striping Parking Stalls To Include One Handicap Stall With Handicap Symbol. general Requirements: the Contractor Shall Provide All Supervision, Labor, Tools, Materials And Equipment Necessary To Perform Work As Stated. All Work And Materials Supplied Shall Be In Accordance With These Instructions, Manufacturer’s Specification, All Applicable Federal, State, Local, Osha, Epa, Nec, Nfpa, Building And Facilities Codes And Criteria. the Contractor Shall: 3.1. Provide, As Necessary, Sufficient Traffic Barricades While The Work Is In Progress To Restrict Access To The Work Area Until The Sealer Application And Re-striping Work Is Completed. Remove The Barricades Only After Notifying The Contracting Officer’s Representative (cor) That The Work Is Complete And Vehicle Access Is Authorized. 3.2. Contractor Shall Verify All Measurements Stated Below For Wfo Specifications. Total Asphalt Area For Each Site Is Listed Below. pocatello, Id - 14,350 Ft2 las Vegas, Nv - 14,500 Ft2 3.3. The Material Used Is Within Its Manufacturer Stated Shelf Life; Proof Of Shelf Life Shall Be Provided To The Cor. 3.4. Prior To Surface Cleaning, Clean Out All Cracks Using Compressed Air, And Seal All Cracks Between 1/8” To 2” In The Pavement Using An Approved Crack Sealant. The Crack Sealant Shall Be Compatible With The Surface Sealer Being Applied To The Asphalt Paved Areas Of This Project. 3.5. Repair Cracks That Are Larger Than 2” In Width By Saw Cutting. Remove 6” Of Old Material On Each Side Of The Crack (1 Foot In Total). Pack Removed Area With New Asphalt. 3.6. Before Applying The Sealer, All Foreign Material Shall Be Removed From The Surfaces To Be Treated Including Stall Striping Tape, Loose Material, Dirt, Clay, Oil And Grease Spots. Oil And Grease Spots Shall Be Cleaned And Spot Primed. After The Cleaning Operation And Prior To Application Of The Sealer, The Contractor Will Inspect The Area To Be Treated To Determine Its Ability To Receive The Sealer. 3.7. The Asphalt Sealer Shall Be Of A Type That Has Been Used Commercially In The Specified Areas For At Least The Past Three Years. The Sealer Shall Also Have A Proven Record Of Satisfactory Performance Based On The Ability Of The Material To Reduce The Rate Of Loss Of Fines And To Retard Crack Propagation Of The Pavement. 3.8. All Pavement Markings Which Existed Prior To The Application Of The Surface Sealer Shall Be Reestablished By The Contractor After The Manufacturer-recommended Curing Period. All Guidelines And Templates Shall Be Furnished By The Contractor. Finished Edges Of All Markings Shall Be Sharply Outlined. Paint Colors Shall Be Those As Specified By The American Association Of State Highway And Transportation Officials (aashto) For The Intended Use. attachments pocatello Wfo Drawing las Vegas Wfo Drawing submittal Requirements: the Contractor Shall Provide Electronic Copy Of Each Required Submittal In Accordance With The Below Schedule: deliverable objective due deliver To specification Sheets Describing In Detail The Marking Paint To Be Used For All Sites determine Material To Be Used within 10 Days Of Awarded Contract cor specification Sheets Describing In Detail The Crack Sealing Material To Be Used For All Sites determine Material To Be Used within 10 Days Of Awarded Contract cor specification Sheets Describing In Detail The Surface Sealing Material To Be Used For All Sites determine Material To Be Used within 10 Days Of Awarded Contract cor work Schedule, With Start And Completion Dates coordinate Scheduling With Nws within 3 Days Of Awarded Contract, Or Before Work Begins cor designation Of On-site, Job-site Supervisor And Contact Information provide A Primary Point Of Contact (poc) To Nws contract Award cor 1-year Warranty Documentation warranty Parts And Labor upon Acceptance Of Work contracting Officer (co) sds (safety Data Sheet) list Any Hazardous Material That Will Be Used In Performance Of This Contract. Ref. Far 52.223-3 And Fed-std-313e within 3 Days Of Awarded Contract, Or Before Work Begins, Whichever Occurs First co/cor location: project Is To Be Completed On The Below Premises. pocatello, Id - 1945 Beechcraft Ave. Pocatello, Id 83204 las Vegas, Nv - 7851 Dean Martin Dr. Las Vegas, Nv 89139 period Of Performance: work Must Begin Within Ten (10) Business Days Of Award Of The Purchase Order; “work” Includes Ordering Materials Not Already In Stock And Necessary To Perform The Work. On Site Work Shall Be Completed Within Two Hundred And Forty (240) Calendar Days Of Receipt Of All Necessary Materials. definitions: where “as Shown”, “as Indicated”, “as Detailed”, Or Words Of Similar Import Are Used, It Shall Be Understood That Reference To The Drawings Accompanying This Specification Is Made Unless Stated Otherwise. where “as Directed”, “as Required”, “as Permitted”, “approved”, “acceptance”, Or Words Of Similar Import Are Used, It Shall Be Understood That The Direction, Requirements, Permission, Approval, Or Acceptance Of The Co Is Intended Unless Stated Otherwise. as Used Herein, “provided” Shall Be Understood To Mean “provided Complete In Place”, That Is “furnished And Installed”. regular Working Hours: regular Working Hours Are From 0700 To 1600 Monday Through Friday Except Federal Holidays And Other Days Specifically Designated By The Designated Representative. “regular Working Hours” Means Hours A Contractor Can Expect To Be Allowed To Perform Work On Site, Or Be Able To Contact The Office. Anything Outside Regular Working Hours Must Be Done By Permission Of The Cor. observance Of Legal Holidays And Site Closure Information the Contractor Shall Observe Any Federal Holidays If The Holiday Falls Within The Period Of Performance Of This Contract. when Any Holiday Falls On A Saturday, The Preceding Friday Is Observed; When Any Holiday Falls On A Sunday, The Following Monday Is Observed. All Personnel Assigned To This Contract Shall Limit Their Observation Of Holidays To Those Set Forth Above. in Each Instance, The Contractor Agrees To Continue To Provide Sufficient Personnel To Perform Requirements Of Any Critical Tasks Already In Operation Or Scheduled, And Shall Be Guided By The Instructions Issued By The Cor. In The Event Of A Site Dismissal Or Closure Due To Weather, Emergency Or Other Circumstances, The Contractor Is Instructed To Contact The Cor. 2025 Holiday Schedule date holiday wednesday, January 01 new Year’s Day monday, January 20 birthday Of Martin Luther King, Jr. monday, January 20* inauguration Day monday, February 17** washington’s Birthday monday, May 26 memorial Day thursday, June 19 juneteenth National Independence Day friday, July 04 independence Day monday, September 01 labor Day monday, October 13 columbus Day tuesday, November 11 veterans Day thursday, November 27 thanksgiving Day thursday, December 25 christmas Day *this Holiday Is Designated As "inauguration Day" In Section 6103(c) Of Title 5 Of The United States Code, Which Is The Law That Specifies Holidays For Federal Employees. Federal Employees In The Washington, Dc, Area Are Entitled To A Holiday On The Day A President Is Inaugurated On January 20th For Each Fourth Year After 1965. **this Holiday Is Designated As "washington's Birthday" In Section 6103(a) Of Title 5 Of The United States Code, Which Is The Law That Specifies Holidays For Federal Employees. Though Other Institutions Such As State And Local Governments And Private Businesses May Use Other Names, It Is Our Policy To Always Refer To Holidays By The Names Designated In The Law. conduct Of Work the Contractor Must Ensure Employees Are Physically Able To Accomplish The Work Specified Herein. All Such Employees Working On Government Premises Are Subject To All Applicable Federal Rules And Regulations With Regard To Entering And Leaving The Premises And Building(s). Any Contractor Employee Who Is Considered Incompetent, Careless, Insubordinate, Unsuitable, Or Otherwise Objectionable Or Whose Continued Employment Is Contrary To The Public Interest By The Government’s Designated Representative Will Be Promptly Removed From The Contract Work Upon Notification To The Contractor By The Contracting Officer That Such Conditions(s) Described Above Exist. Onlylegal Us Citizens And Immigrants Are Allowed To Work On Federal Government Construction Projects. safety Requirements: all Work Shall Be Conducted In A Safe Manner And Shall Comply With Station Regulations And Department Of Labor Standards. The Government Will Not Provide Safety Equipment To The Contractor. The Contractor’s Work Site May Be Inspected During Performance Of The Contract For Osha And Station Safety Violations. It Will Be The Contractor’s Responsibility To Rectify Any Violations Immediately. the Contractor Shall Report Any Accidents That Occur During The Performance Of The Contract To The Co Or A Designated Representative, Within 24-hours Of An Occurrence. provide And Maintain Fire Extinguishers In Construction Areas. Flammable And Combustible Liquids: Store, Dispense And Use Liquids In Accordance With 29 Cfr 1926, Nfpa 241 And Nfpa 30. security Requirements: all Personnel Performing Work Under This Contract Shall Be Legal Citizens Or Legal Immigrants Of The United States. identification Of Contractor Vehicles: each Contractor Provided Vehicle Shall Show The Contractor’s Name That Is Clearly Visible And Let The Administrative Assistant At The Front Desk Know What Vehicle Belongs To You As The Contractor. Display A Valid State License Plate And Safety Inspection Sticker, If Applicable. Contractor Vehicles Operated On Government Property Shall Be Maintained In Good Repair. station Regulations: the Contractor And His Employees Shall Become Acquainted With And Obey All Government Regulations As Posted, Or As Requested By The Cor. government-furnished Equipment, Utilities, And Facilities: a Designated Representative Will, Upon Request, Designate Specific Areas Adjacent To The Building And Within The Existing Parking Lot, Specific Areas For The Delivery And Lay-down Of Materials And Equipment To Be Used By The Contractor Specific To This Work. Utilities, Such As Electricity Specific To This Work Will Be Supplied By The Government. cleanup: the Premises Shall Be Kept Free At All Times From Accumulation Of Waste And/or Rubbish Resulting From The Work. Upon Completion Of The Work, All Debris, Tools And Surplus Materials Shall Be Removed And The Entire Area Shall Be Left In A Neat And Clean Condition. All Debris, Trash, Waste And Surplus Material Shall Be Properly Disposed Of Off-site. points Of Contact: to Be Provided At Time Of Award. invoicing: upon Completion And Acceptance Of The Work, The Invoice Shall Be Submitted Via The Invoice Processing Platform (ipp). The Nws Designated Representative To Certify For Payment Is To Be Provided At Time Of Award. construction Order Certifications And Other Statements Of Offerors (fixed-price) ***note: Offeror Must Complete And Return This Section With Quote.*** order/contract Number: 1305m325q0041 name Of Offeror: ____________________________________ asbestos-containing Materials Certification the Offeror Hereby Certifies That No Asbestos-containing Materials, Products Or Supplies Will Be Delivered To The Work Site Or Utilized Or Installed During The Performance Of The Proposed Contract. The Offeror Also Certifies, That If Awarded The Contract, They Will Be Responsible For The Cost Of Removal Of All Asbestos-containing Materials, Products Or Supplies Delivered To The Work Site Or Utilized Or Installed During The Performance Of The Contract, And The Cost For Remediation Of Any Hazard Created. offeror Name: ________________________________________ certifying Official (vendor Signs) signature: printed Name: title: date: authorized Negotiator(s) the Offeror Or Respondent Represents That The Following Persons Are Authorized To Negotiate On Its Behalf With The Government In Connection With This Request For Offer: name title telephone Number
Bureau Of Customs Tender
Furnitures and Fixtures
Philippines
Closing Date12 Feb 2025
Tender AmountPHP 219 K (USD 3.7 K)
Details: Description Procurement Of Furniture And Fixture (early Procurement Activity) Proposal-007mtn (series No) Government Of The Republic Of The Philippines Section I. Invitation To Bid Invitation To Bid For The Procurement Of Furniture And Other Office Fixtures 1. The Bureau Of Customs Sub-port Of Mactan, Through The National Expenditure Program (nep) Of Fy 2025 Intends To Apply The Sum Of Two Hundred Nineteen Thousand Pesos (₱219,000.00) Being The Abc To Payments Under The Contract For The Procurement Of Furniture And Fixture For Fy 2025 With Project Identification Number Proposal-007mtn. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Bureau Of Customs Sub-port Of Mactan Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required For The Period March 1, 2025 To June 30, 2025. Bidders Should Have Completed, Within Two (2 Years) From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before 9:00 Am On February 12, 2025. Late Bids Shall Not Be Accepted. The Bidders Shall Drop Their Duly Accomplished Technical Proposal Including The Eligibility Requirements And Financial Proposals In Two Separate Sealed Envelopes In The Bid Box Located At The Address Indicated Below. Late Bids Shall Not Be Accepted. 5. Bid Opening Shall Be On February 12, 2025, 1:00 Pm At The Given Address Below. 6. The Bureau Of Customs Sub-port Of Mactan Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 7. For Further Information, Please Refer To: Jennifer A. Duyogan (coo I, Acting Procurement Officer) Or Victoria C. Arandillo (coo Iii, Acting Accountant) Bureau Of Customs Sub-port Of Mactan Mcia Cargo Access Road, Barangay Ibo, Lapu-lapu City Jennifer.duyogan@customs.gov.ph /victoria.arandillo@customs.gov.ph +639171649903 Section Ii. Instructions To Bidders 1. Scope Of Bid The Bureau Of Customs Sub-port Of Mactan Wishes To Receive Bids For The Procurement Of Furniture And Fixture For Fy 2025 With Identification Number Proposal-007mtn. The Procurement Project (referred To Herein As “project”) Is Composed Of 1 Lot, The Details Of Which Are Described In Section Vii (technical Specifications). 2. Funding Information 2.1 The Gop Through The Source Of Funding As Indicated Below For Fy 2025 In The Amount Of Two Hundred Nineteen Thousand Pesos (₱219,000.00). 2.2 The Source Of Funding Is Fy 2025 Semi Expendable Furniture And Fixture. 3. Bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manuals And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Ib By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Verified And Accepted The General Requirements Of This Project, Including Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4. Corrupt, Fraudulent, Collusive, And Coercive Practices The Procuring Entity, As Well As The Bidders And Suppliers, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5. Eligible Bidders 5.1 Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2 Foreign Ownership Limited To Those Allowed Under The Rules May Participate In This Project. 5.3 Pursuant To Section 23.4.1.3 Of The 2016 Revised Irr Of Ra No.9184, The Bidder Shall Have An Slcc That Is At Least One (1) Contract Similar To The Project The Value Of Which, Adjusted To Current Prices Using The Psa’s Cpi, Must Be At Least Equivalent To: A. For The Procurement Of Non-expendable Supplies And Services: The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc. 5.4 The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.1 Of The 2016 Irr Of Ra No. 9184. 6. Origin Of Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un, Subject To Domestic Preference Requirements Under Itb Clause 18. 7. Subcontracts 7.1 The Procuring Entity Has Prescribed That Subcontracting Is Not Allowed. 8. Pre-bid Conference Non-applicable. 9. Clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10. Documents Comprising The Bid: 10.1 Eligibility And Technical Documents Of The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents) 10.2 The Bidder’s Slcc As Indicated In Itb Clause 5.3 Should Have Been Completed Within Two (2) Years Prior To The Deadline For The Submission And Receipt Of Bids. 10.3 Financial Documents For The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents) 11. Bid Prices A. For Goods Offered From Within The Procuring Entity’s Country: I. The Price Of The Goods Quoted Exw (ex-works, Ex-factory, Ex- Warehouse, Ex-showroom, Or Off-the-shelf, As Applicable); Ii. The Cost Of All Customs Duties And Sales And Other Taxes Already Paid Or Payable; Iii. The Cost Of Transportation, Insurance, And Other Costs Incidental To Delivery Of The Goods To Their Final Destination; And Iv. The Price Of Other (incidental) Services, If Any, Listed In The Bds. V. Price Validity Shall Be For A Period Of Ninety (90) Calendar Days. 12. Bid And Payment Currencies 12.1 For Goods That The Bidder Will Supply From Outside The Philippines, The Bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies, Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 12.2 Payment Of The Contract Price Shall Be Made In Philippine Pesos. 13. Bid Security 13.1 The Bidder Shall Submit A Bid Securing Declaration2 Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 13.2 The Bid And Bid Security Shall Be Valid Until February 23, 2026. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 14. Sealing And Marking Of Bids 14.1 Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. 14.2 The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. 15. Deadline For Submission Of Bids 15.1 The Bidders Shall Submit On The Specified Date And Time And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. 16. Opening And Preliminary Examination Of Bids 16.1 The Bac Shall Open The Bids At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. 16.2 In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 16.3 The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 17. Domestic Preference 17.1 The Procuring Entity Will Grant A Margin Of Preference For The Purpose Of Comparison Of Bids In Accordance With Section 43.1.2 Of The 2016 Revised Irr Of Ra No. 9184. 18. Detailed Evaluation And Comparison Of Bids 18.1 The Procuring Entity’s Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed,” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of The 2016 Revised Irr Of Ra No. 9184. 18.2. If The Project Allows Partial Bids, Bidders May Submit A Proposal On Any Of The Lots Or Items, And Evaluation Will Be Undertaken On A Per Lot Or Item Basis, As The Case Maybe. In This Case, The Bid Security As Required By Itb Clause 14 Shall Be Submitted For Each Lot Or Item Separately. 18.3. The Descriptions Of The Lots Or Items Shall Be Indicated In Section Vii (technical Specifications), Although The Abcs Of These Lots Or Items Are Indicated In The Bds For Purposes Of The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184. The Nfcc Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 18.4. The Project Shall Be Awarded As Follows: One Project Having Several Items That Shall Be Awarded As One Contract. 18.5. Except For Bidders Submitting A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation, All Bids Must Include The Nfcc Computation Pursuant To Section 23.4.1.4 Of The 2016 Revised Irr Of Ra No. 9184, Which Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. For Bidders Submitting The Committed Line Of Credit, It Must Be At Least Equal To Ten Percent (10%) Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 19. Post-qualification 19.1 Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps) And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 20. Signing Of The Contract 20.1 The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds. Section Iii. Bid Data Sheet Bid Data Sheet Itb Clause 5.3 For This Purpose, Contracts Similar To The Project Shall Be A. The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc. B. Completed Within Two (2) Years Prior To The Deadline For The Submission And Receipt Of Bids. 7.1 Subcontracting Is Not Allowed. 11.1 In The Event That The Bidder Is A Corporation, A Secretary Certificate, Spa Or Any Other Document Showing The Authority Of The Signatory On The Bid Form And Other Documents Should Also Be Attached. 15 Bidders Are Encouraged To Submit Their Bids Through Their Duly Authorized Representative Using The Forms Specified In The Bidding Documents. Bidders Shall Enclose Their Original And Copy 1 Of Eligibility And Technical Documents And Financial Documents In One (1) Sealed Envelope. The Single Envelope Will Be Marked "the Bid" And Address All Bids To The Bac Chairperson: Cornelia B. Wilwayco Chief, Assessment Bac Chairperson 18.3 One (1) Lot, Procurement Of Furniture And Fixture For Fy 2025, With Abc Of ₱ 219,000.00. Partial Bid Is Not Allowed. The Goods Are Grouped In A Single Lot And The Lot Shall Not Be Divided Into Sub-lots For The Purpose Of Bidding, Evaluation, And Contract Award. In All Cases, The Nfcc Computation, If Applicable, Must Be Sufficient For All The Lots Or Contracts To Be Awarded To The Bidder. 20.1 No Further Instructions. Section Iv. General Conditions Of Contract General Conditions Of The Contract 1. Scope Of Contract This Contract Shall Include All Such Items, Although Not Specifically Mentioned, That Can Be Reasonably Inferred As Being Required For Its Completion As If Such Items Were Expressly Mentioned Herein. All He Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including The Generic Procurement Manual, And Associated Issuances, Constitute The Primary Source For The Terms And Conditions Of The Contract, And Thus, Applicable In Contract Implementation. Herein Clauses Shall Serve As The Secondary Source For The Terms And Conditions Of The Contract. This Is Without Prejudice To Sections 74.1 And 74.2 Of The 2016 Revised Irr Of Ra No. 9184 Allowing The Gppb To Amend The Irr, Which Shall Be Applied To All Procurement Activities, The Advertisement, Posting, Or Invitation Of Which Were Issued After The Effectivity Of The Said Amendment. Additional Requirements For The Completion Of This Contract Shall Be Provided In The Special Conditions Of Contract (scc). 2. Advance Payment And Terms Of Payment 2.1 Advance Payment Of The Contract Amount Is Provided Under Annex “d” Of The Revised 2016 Irr Of Ra No. 9184. 2.2 The Procuring Entity Is Allowed To Determine The Terms Of Payment On The Partial Or Staggered Delivery Of The Goods Procured, Provided Such Partial Payment Shall Correspond To The Value Of The Goods Delivered And Accepted In Accordance With Prevailing Accounting And Auditing Rules And Regulations. The Terms Of Payment Are Indicated In The Scc. 3. Performance Security Within Ten (10) Calendar Days From Receipt Of The Notice Of Award By The Bidder From The Procuring Entity But In No Case Later Than The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any Of The Forms Prescribed In Section 39 Of The 2016 Revised Irr Of Ra No. 9184. 4. Inspection And Test The Procuring Entity Or Its Representative Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Project Specifications At No Extra Cost To The Procuring Entity In Accordance With The Generic Procurement Manual. In Addition To Tests In The Scc, Section Vii (technical Specifications) Shall Specify What Inspections And/or Tests The Procuring Entity Requires, And Where They Are To Be Conducted. The Procuring Entity Requires, And Where They Are To Be Conducted. The Procuring Entity Shall Notify The Supplier In Writing, In A Timely Manner, Of The Identity Of Any Representatives Retained For These Purposes. All Reasonable Facilities And Assistance For The Inspection And Testing Of Goods, Including Access To Drawings And Production Data, Shall Be Provided By The Supplier To The Authorized Inspectors At No Charge To The Procuring Entity. 5. Warranty 5.1 In Order To Assure That Manufacturing Defects Shall Be Corrected By The Supplier A Warranty Shall Be Required From The Supplier As Provided Under Section 62.1 Of The 2016 Revised Irr Of Ra No. 9184. 5.2 The Procuring Entity Shall Promptly Notify The Supplier In Writing Of Any Claims Arising Under This Warranty. Upon Receipt Of Such Notice, The Supplier Shall, Repair Or Replace The Defective Goods Or Parts Thereof Without Cost To The Procuring Entity, Pursuant To The Generic Procurement Manual. 6. Liability Of The Supplier The Supplier’s Liability Under This Contract Shall Be As Provided By The Laws Of The Republic Of The Philippines. If The Supplier Is A Joint Venture, All Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity. Section V. Specific Scope Of Service Supplier’s Must State Here Either “comply” Or Any Equivalent Term In The Column “supplier’s Statement Of Compliance” Against Each Of The Individual Parameters Of Each Specification. 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. After Having Carefully Read And Accepted The Terms And Conditions In The Request For Quotation, Hereunder Is Our Quotation For The Item/s As Follows: Specific Scope Of Service Procurement Of Furniture And Fixture Qty Item Description Supplier’s Statement Of Compliance Unit Cost (vat Incl) Total Cost (vat Incl) 1 High-back Office Chair,pu Leather Upholstered Seat, Metal Based, Black 20 Office Visitor Chair, Pu Leather Upholstered, With Metal Arm, Black 40 Plastic Lowback Office Chair, Pu Leather, No Arm, Black *the Above Quoted Prices Are Inclusive Of All Costs And Applicable Taxes. ___________________ Signature Over Printed Name ___________________ Position/designation ___________________ Office Telephone No. ___________________ Email Address/es Section Vi Confidentiality Agreement Procurement Of Furniture And Fixture Description Confidentiality Of Agreement Bidders Statement Of Compliance In Delivery Date Procurement Of Furniture And Fixture The Winning Bidder Shall Execute And Sign A Confidentiality And Non-disclosure Undertaking Upon Receipt Of Notice Of Award ___________________ Signature Over Printed Name ___________________ Position/designation ___________________ Office Telephone No. ___________________ Email Address/es Section Vii Financial Offer Procurement Of Furniture And Fixture Qty Product Offered Quotation 1 High-back Office Chair, Pu Leather Upholstered Seat, Metal Based, Black 20 Office Visitor Chair, Pu Leather Upholstered, With Metal Arm, Black 40 Plastic Low-back Office Chair, Pu Leather, No Arm, Black __________________________ Signature Over Printed Name __________________________ Position/designation __________________________ Office Telephone No. __________________________ Email Address/es Checklist Of Technical And Financial Documents I. Technical Component Envelope Class “a” Documents Legal Documents A) ⬜ Valid Philgeps Registration Certificate (platinum Membership If Public Bidding) (all Pages) In Accordance With Section 8.5.2 Of The Irr; Or B) ☐ Registration Certificate From Securities And Exchange Commission (sec), Department Of Trade And Industry (dti) For Sole Proprietorship, Or Cooperative Development Authority (cda) For Cooperatives Or Its Equivalent Document, And C) ☐ Mayor’s Or Business Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Prospective Bidder Is Located, Or The Equivalent Document For Exclusive Economic Zones Or Areas; And D) ☐ Tax Clearance Per E.o. No. 398, S. 2005, As Finally Reviewed And Approved By The Bureau Of Internal Revenue (bir). Technical Documents E) ☐ Conformity With The Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After- Sales/parts, If Applicable; And F) ☐ Original Duly Signed Omnibus Sworn Statement (oss) For Above ₱50000.00; And If Applicable/unless Needed, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. Ii. Financial Component Envelope G) ☐ Original Of Duly Signed And Accomplished Financial Bid Form; And H) ☐ Original Of Duly Signed And Accomplished Price Schedule(s). Other Documentary Requirements Under Ra No. 9184 (as Applicable) I) ⬜ [for Foreign Bidders Claiming By Reason Of Their Country’s Extension Of Reciprocal Rights To Filipinos] Certification From The Relevant Government Office Of Their Country Stating That Filipinos Are Allowed To Participate In Government Procurement Activities For The Same Item Or Product. J) ⬜ Certification From The Dti If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity. Unless Otherwise Needed (format) Unless Otherwise Needed (format)
9161-9170 of 9256 archived Tenders