USPSC OTI Knowledge Management Coordinator - Washington, D.C (Tandem, Ladder) (GS-11/12)(Deadline Extended)

expired opportunity(Expired)
From: Federal Government(Federal)
72C0T122R00014

Basic Details

started - 13 Jan, 2022 (about 2 years ago)

Start Date

13 Jan, 2022 (about 2 years ago)
due - 20 Jan, 2022 (about 2 years ago)

Due Date

20 Jan, 2022 (about 2 years ago)
Bid Notification

Type

Bid Notification
72C0T122R00014

Identifier

72C0T122R00014
AGENCY FOR INTERNATIONAL DEVELOPMENT

Customer / Agency

AGENCY FOR INTERNATIONAL DEVELOPMENT (4375)AGENCY FOR INTERNATIONAL DEVELOPMENT (4375)CPS OFFICE OF TRANSITION INITIATIVES (178)

Attachments (3)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

SOLICITATION NUMBER:          72C0T122R00014ISSUANCE DATE:          December 28, 2021CLOSING DATE AND TIME:          January 20, 2022, 1:00 PM Eastern Time (Deadline Extended) SUBJECT: Solicitation for U.S. Personal Service Contractor (USPSC)Dear Prospective Offerors:The United States Government (USG), represented by the U.S. Agency for International Development (USAID), is seeking offers from qualified U.S. citizens to provide personal services as a Knowledge Management Coordinator under a personal services contract, as described in the attached solicitation.Submittals must be in accordance with the attached information at the place and time specified. Offerors interested in applying for this position MUST submit the following materials:Complete resume. In order to fully evaluate your offer, your resume must include: (a) Paid and non-paid experience, job title, location(s), dates held (month/year), and hours worked per week for each position. Dates (month/year) and locations for all
overseas field experience must also be detailed. Any experience that does not include dates (month/year), locations, and hours per week will not be counted towards meeting the solicitation requirements.(b) Specific duties performed that fully detail the level and complexity of the work. (c) Names and contact information (phone and email) of your current and/or previous supervisor(s). (d) Education and any other qualifications including job-related training courses, job-related skills, or job-related honors, awards or accomplishments. (e) U.S. Citizenship. Note:  Your resume should contain explicit information to make a valid determination that you fully meet the experience requirements as stated in this solicitation for each grade level(s) for which you are applying. Offerors must specify in their offer materials whether they would like to be considered for the GS-11 or GS-12. Offerors who would like to be considered for both the GS-11 and GS-12 positions should submit separate offers specifying which grade level in the submission. Offerors will only be considered for the grade level specified in the submission. The offer will be considered for the lower grade level if the offeror does not specify the grade level in the submission. Offerors who are unsure of which grade level they meet the minimum qualifications for should submit separate offers for the GS-11 and the GS-12 positions. This information should be clearly identified in your resume. Failure to provide explicit information to determine your qualifications for the position will result in loss of full consideration.         2. Supplemental document specifically addressing:Each of the three (3) Evaluation Factors shown in the solicitation. Responses must be limited to 500 words per factor. Any additional words above the limit will neither be read nor scored.NOTE: The Evaluation Factors are worth 70 out of 100 points. Offerors are required to address each of the Evaluation Factors in a separate document describing specifically and accurately what experience, training, education and/or awards they have received that are relevant to each factor.       3. USPSC Offeror Information for Personal Services Contracts form AID 309-2. Offerors are required to complete and sign the form. Due to COVID-19 and limited access to equipment, we are currently accepting electronic and typed signatures on the AID 309-2 form.  NOTE ABOUT THE DATA UNIVERSAL NUMBERING SYSTEM AND SYSTEM FOR AWARD MANAGEMENT REQUIREMENTS All USPSCs with a place of performance in the United States are required to have a Data Universal Numbering System (DUNS) number and be registered in the System for Award Management (SAM) database prior to receiving an offer. You will be disqualified if you either fail to comply with this requirement or if your name appears on the excluded parties list. The selectee will be provided with guidance regarding this registration.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.govOfferors can expect to receive a confirmation email when offer materials have been received. Offerors should retain for their records copies of all enclosures which accompany their offers. This solicitation in no way obligates USAID to award a PSC contract, nor does it commit USAID to pay any cost incurred in the preparation and submission of the offer. Offeror resources are available at www.otijobs.net/guidance-for-applying. Any questions on this solicitation may be directed to:OTI Recruitment TeamTelephone Number: (202) 836-7487E-Mail Address: OTIjobs@usaid.govWebsite: www.OTIjobs.net Sincerely,Martina WillsContracting Officer ATTACHMENT I 72C0T122R00014I. GENERAL INFORMATION1. SOLICITATION NO.: 72C0T122R000142. ISSUANCE DATE: December 28, 20213. CLOSING DATE AND TIME FOR RECEIPT OF OFFERS: January 20, 2022, 1:00 pm Eastern Time (Deadline Extended)4. POINT OF CONTACT: OTI Recruitment Team, (202)836-7487, e-mail at OTIjobs@usaid.gov.5. POSITION TITLE: Knowledge Management Coordinator6. MARKET VALUE: This position has been designated as a “tandem/ladder” position that, depending on the qualifications of the offeror , can be filled at either the GS-11 ($74,950 - $97,430 per annum) or GS-12 ($89,834- $116,788 per annum) equivalent levels. The highest level of this position is a GS-12. Final compensation will be negotiated within the listed market value of the GS-11 or GS-12 level depending on qualifications, previous relevant experience and work history, salary and educational background. Salaries over and above the pay range will not be entertained or negotiated. Offerors who live outside the Washington, D.C. area will be considered for selection but no relocation expenses will be reimbursed.The title of the position at the GS-11 and GS-12 levels will be “Knowledge Management (KM) Coordinator.” If selected at the GS-11 equivalent grade level, following at least one year at the GS-11 grade, the offeror may have the opportunity for advancement to the GS-12 equivalent grade. In order to be advanced to the higher grade, the incumbent must meet the minimum qualifications of the higher grade and receive an excellent performance rating in their most recent annual performance evaluation. The evaluation must include a statement by the supervisor that the incumbent is performing successfully at the current grade and is considered ready to perform at the higher grade level. Neither advancement nor extension of the contract is guaranteed.Note: Offerors who submit an offer for the GS-12 level, but do not meet the minimum qualifications as outlined in this solicitation and as reviewed by the Technical Evaluation Committee, will not be considered for the GS-11 position, respectively, if they have not submitted a separate offer for the GS-11 level. Offerors who are unsure of which grade level they meet the minimum qualifications for should submit separate offers for the GS-11 and GS-12 positions. 7. PERIOD OF PERFORMANCE: One year, with four one-year option periods.START DATE:  Within 45 days of receiving notification that required security clearance has been obtained.    8. PLACE OF PERFORMANCE: Washington, D.C.9. ELIGIBLE OFFERORS: United States Citizens10. SECURITY LEVEL REQUIRED: SECRET11. STATEMENT OF DUTIESPOSITION DESCRIPTIONBACKGROUNDUSAID’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 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:  TrustModel open communication, active listening and candor.Believe others when they share their experiences.RespectA 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.EmpathyListen to understand, create space to be real/feel.Remind yourself to be conscious of how others may feel or receive your wordsSelf-awareness/accountabilitySupervisors 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-transitionsINTRODUCTIONAs a member of the OTI Global Knowledge Management (GKM) Team, the KM Coordinator position utilizes the experience and skills gained from working in a dynamic organization dedicated to individual and institutional learning. OTI’s success now and in the future depends in large part on its ability to achieve an overarching organizational goal: the effective transfer and ongoing analysis of knowledge and experience – comprised of values, management processes, lessons learned, best practices, standards, and innovations – in real time, with a variety of stakeholders. These stakeholders include: OTI staff in the field and headquarters; OTI’s implementing partners around the world; USAID Missions overseas; other USAID offices and bureaus in Washington; other U.S. Government agencies and branches; other donors; other transition, stabilization and reconstruction practitioners; host government and/or other local counterparts; and the U.S. public. All of the above increases OTI’s level of transparency and accountability.To this end, the OTI GKM Team supports a model of organizational learning across the office that ensures:Increased transparency and accountability between the headquarters and field teams;Increased opportunities for peer-to-peer dialogue;Easier access to content and learning resources for a variety of stakeholders;More guidance available in online format; andProvision of tools to surface and apply OTI’s programming lessons to increase the effectiveness and efficiency of OTI programs.The KM Coordinator supports OTI’s mission to provide fast, flexible, short-term assistance targeted at key political transition and stabilization needs by supporting the capture, curation, and dissemination of research and program learning through product development and by maintaining knowledge management platforms for OTI and implementing partner staff. GKM supports learning and innovation through the application of technology – including OTI’s knowledge management platform, mapping, data visualization, and other analytic tools – to continually improve OTI country program analysis, management and performance. GKM will ensure the effective integration of lessons and knowledge into OTI’s learning and training resources. GKM coordinates closely with other units, teams, and divisions within OTI to achieve these goals.CORE FUNCTIONAL AREAS OF RESPONSIBILITYDUTIES AND RESPONSIBILITIESThe work of the Knowledge Management (KM) Coordinator 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 functions to help promote cross-office learning and ensure programmatic success. You have a high level of integrity and attention to detail to ensure the use of OTI knowledge management systems and processes to maintain effective and efficient management of funds and programming. You are flexible and willing to work under conditions of ongoing change and remain professional and respectful of colleagues and authority in a diverse workforce. You place a premium on the building of positive relationships with the range of OTI stakeholders in the field and in Washington, as well as with key interlocutors both in and outside of USAID. You will serve as a role model for good knowledge management and learning practices. 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 lead by example for colleagues both in and outside of OTI. You are also committed to upholding USAID/OTI’s Diversity, Equity, Inclusion, and Accessibility (DEIA) Vision and Values as outlined in the background.Under the supervision of the CPS/OTI Senior Learning Specialist or their designee, you will perform the following duties:At the GS-11 level:Note: Duties and responsibilities are listed in order of importance for this positionUnder the supervisor’s direction, facilitate cross-program learning through events and products and help the office aggregate, curate and communicate evidence of effectiveness and outcomes across programs and with the broader community of practice;Support efforts to coordinate with key stakeholders to develop and update OTI guidance, tools and resources related to the implementation of OTI programs and practices and help prioritize urgent updates so that they can be made easily accessible to OTI staff and implementing partners; Provide user support, training and encourage active use to enhance effectiveness and utility of OTI’s knowledge management platforms including Google Drive/Sites and the web-based Database and OTI Anywhere as program management and program learning tools in coordination with both users (OTI staff and implementing partners) and the IT and Training Teams;Under the supervisor’s direction, respond to high priority and ad hoc research and analysis requests for information and taskers; Under the supervisor’s direction, collaborate with colleagues and partners in the development and implementation of an office-wide knowledge management strategy that addresses needs and informs knowledge management capacity building, processes, tools, and systems, with the aim of fostering a strong learning culture; Assist Knowledge Management Specialists in providing technical assistance for OTI programs and partners in the field and advise OTI staff and implementing partners on knowledge management processes and tools that facilitate knowledge capture and sharing of political transition programming and practices; Under the supervisor’s direction, represent and articulate OTI’s mission, work, programs, and knowledge management systems to select visitors, informational technology professionals, and other USG colleagues as well as develop and maintain professional relationships with other organizations and offices (in both the USG and externally) with innovative knowledge management approaches on behalf of OTI;   Serve as the Contracting Officer’s Representative for knowledge management product and/or service contracts and/or participate in the design and procurement of future contracts for knowledge management support services; Fill critical needs for program management and implementation staffing in Washington, DC and the field including providing support to new OTI country program start-ups, country program management, and close-out; and,Serve on temporary details within OTI, other USAID bureaus/offices, or other USG agencies under this scope of work for a period not to exceed six months. Duties performed while on detail must be directly related to the scope of work. Contracting Officer (CO) approval is required for the temporary detail. Any extension past the six months requires CO approval.At the GS-12 level:Perform the same duties as the GS-11 level but with less supervision, greater decision-making authority, and greater independence of action. Facilitate cross-program learning through events and products and help the office aggregate, curate and communicate evidence of effectiveness and outcomes across programs and with the broader community of practice;Support efforts to coordinate with key stakeholders to develop and update OTI guidance, tools and resources related to the implementation of OTI programs and practices and help prioritize urgent updates so that they can be made easily accessible to OTI staff and implementing partners; Provide user support, training and encourage active use to enhance effectiveness and utility of OTI’s knowledge management platforms including Google Drive/Sites and the web-based Database and OTI Anywhere as program management and program learning tools in coordination with both users (OTI staff and implementing partners) and the IT and Training Teams;Respond to high priority and ad hoc research and analysis requests for information and taskers; Collaborate with colleagues and partners in the development and implementation of an office-wide knowledge management strategy that addresses needs and informs knowledge management capacity building, processes, tools, and systems, with the aim of fostering a strong learning culture; Assist Knowledge Management Specialists in providing technical assistance for OTI programs and partners in the field and advise OTI staff and implementing partners on knowledge management processes and tools that facilitate knowledge capture and sharing of political transition programming and practices; Represent and articulate OTI’s mission, work, programs, and knowledge management systems to select visitors, informational technology professionals, and other USG colleagues as well as develop and maintain professional relationships with other organizations and offices (in both the USG and externally) with innovative knowledge management approaches on behalf of OTI;   Serve as the Contracting Officer’s Representative for knowledge management product and/or service contracts and/or participate in the design and procurement of future contracts for knowledge management support services; Fill critical needs for program management and implementation staffing in Washington, DC and the field including providing support to new OTI country program start-ups, country program management, and close-out; and,Serve on temporary details within OTI, other USAID bureaus/offices, or other USG agencies under this scope of work for a period not to exceed six months. Duties performed while on detail must be directly related to the scope of work. Contracting Officer (CO) approval is required for the temporary detail. Any extension past the six months requires CO approval.SUPERVISORY RELATIONSHIP:The Knowledge Management Coordinator will be supervised by the CPS/OTI Senior Learning Specialist or their designee, within the OTI Program Learning and Innovation (PLI) division.SUPERVISORY CONTROLS:At the GS-11 level, the supervisor sets overall objectives and resources available, and works with the incumbent to develop deadlines, work to be done and methodology; incumbent is responsible for carrying out assignments, consulting with the supervisor on policy interpretations, and work is evaluated for technical soundness and effectiveness in meeting work objectives.At the GS-12 level, the Supervisor sets overall objectives and resources available and works with incumbent to develop deadlines, work to be done; incumbent is responsible for planning and carrying out assignments, coordinating with others and interpreting policy in terms of established objectives. May also determine the approach to be taken and the methodology to be used, keeping the supervisor informed of progress.12. PHYSICAL DEMANDS:The work is generally sedentary and does not pose undue physical demands. If traveling overseas, the incumbent may be subject to 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:Work is primarily performed in an office setting. If the incumbent travels overseas, the work may additionally involve 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: At the GS-11 level:(1) A Master’s Degree with three (3) years of work experience;OR A Bachelor’s Degree with four (4) years of work experience;AND(2) Two (2) years of demonstrated experience using and designing knowledge management processes, systems or tools, facilitating organizational development/learning, strategic collaboration and/or adaptive management approaches;(3) Three (3) months of demonstrated experience overseas (either in-person or virtual). A virtual temporary duty (TDY) is defined as work that would have been conducted in an overseas location if not for the global COVID pandemic. Overseas experience includes, but is not limited to: study abroad; conducting volunteer work overseas (paid or unpaid); and/or an internship. At the GS-12 level:(1)  A Master’s Degree with four (4) years of work experience;OR A Bachelor’s Degree with five (5) years of work experience;AND(2) Three (3) years of demonstrated experience using and designing knowledge management processes, systems or tools, facilitating organizational development/learning, strategic collaboration and/or adaptive management approaches;(3) Six (6) months of demonstrated experience overseas (either in-person or virtual). A virtual temporary duty (TDY) is defined as work that would have been conducted in an overseas location if not for the global COVID pandemic. Overseas experience includes, but is not limited to: study abroad; conducting volunteer work overseas (paid or unpaid); and/or an internship.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 establisha competitive range of offerors with whom negotiations will be conducted pursuant toFAR 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 ratedoffers. FAR provisions of this solicitation are available at https://www.acquisition.gov/browse/index/far.SELECTION FACTORS:(Determines basic eligibility for the position. Offerors who do not meet all of the selection factors are considered NOT qualified for the position.)Offeror is a U.S. Citizen;Complete resume submitted. See cover page for resume requirements. Experience that cannot be quantified will not be counted towards meeting the solicitation requirements;Supplemental document specifically addressing how the candidate meets each of the Evaluation Factors submitted;Ability to obtain a SECRET level security clearance (NOTE: Dual citizens may be asked to renounce second-country citizenship);Satisfactory verification of academic credentials.A USAID Secret level security clearance is required prior to issuance of the contract for this position. NOTE: If a full security investigation package is not submitted by the selected within 30 days after it is requested, the offer may be rescinded. If a security clearance is not able to be obtained within four months after the selected submits the initial security clearance documentation, the offer may be rescinded.EVALUATION FACTORS:(Used to determine the competitive ranking of qualified offerors in comparison to other offerors. The factors are listed in priority order from highest to least.)Offerors should cite specific, illustrative examples for each factor. Responses must be limited to 500 words per factor.  Any additional words above the limit will neither be read nor scored.Factor #1 Please describe your experience contributing to the use, design, maintenance, or management of knowledge management strategies or systems in a professional setting with a broad range of users.Factor #2 Please describe your experience collaborating with teams, staff and/or partners to conduct and/or develop training materials for knowledge management processes, tools or systems.Factor #3 Please describe your experience capturing a broad range of research and learning from multiple internal and external sources, then facilitating its curation and dissemination to encourage organizational learning.BASIS OF RATING: Offerors who clearly meet the Education/Experience Requirements and Selection Factors will be further evaluated based on scoring of the Evaluation Factor responses. Offerors are required to address each of the Evaluation Factors in a separate document describing specifically and accurately what experience, training, education and/or awards they have received that are relevant to each factor. Be sure to include your name and the announcement number at the top of each additional page. Failure to specifically address the Selection and/or Evaluation Factors may result in your not receiving credit for all of your pertinent experience, education, training and/or awards.The Offeror Rating System is as Follows:Evaluation Factors have been assigned the following points:Factor #1 – 25Factor #2 – 25Factor #3 – 20Total Possible – 70 PointsInterview Performance – 30 points Satisfactory Professional Reference Checks – Pass/Fail (no points assigned)Total Possible Points: 100The 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.4IV. SUBMITTING AN OFFEROffers must be received by the closing date and time at the address specified in Section I, item 3, and submitted to the Point of Contact in Section I, item 4.Qualified offerors are required to submit:Complete resume. In order to fully evaluate your offer, your resume must include: (a) Paid and non-paid experience, job title, location(s), dates held (month/year), and hours worked per week for each position. Dates (month/year) and locations for all overseas field experience must also be detailed. Any experience that does not include dates (month/year), locations, and hours per week will not be counted towards meeting the solicitation requirements.(b) Specific duties performed that fully detail the level and complexity of the work. (c) Names and contact information (phone and email) of your current and/or previous supervisor(s). (d) Education and any other qualifications including job-related training courses, job-related skills, or job-related honors, awards or accomplishments. (e) U.S. Citizenship.Your resume should contain explicit information to make a valid determination that you fully meet the minimum qualification requirements as stated in this solicitation for each grade level(s) for which you are applying. If you do not specify which grade level(s), your offer will be considered at the lower grade level. This information should be clearly identified in your resume.  Failure to provide explicit information to determine your qualifications for the position will result in loss of full consideration.         2. Supplemental document specifically addressing:Each of the three (3) Evaluation Factors shown in the solicitation. Responses must be limited to 500 words per factor. Any additional words above the limit will neither be read nor scored.NOTE: The Evaluation Factors are worth 70 out of 100 points. Offerors are required to address each of the Evaluation Factors in a separate document describing specifically and accurately what experience, training, education and/or awards they have received that are relevant to each factor.       3. Offeror Information for Personal Services Contracts form AID 309-2. Offerors are required to complete and sign the form. Due to COVID-19 and limited access to equipment, we are currently accepting electronic and typed signatures on the AID 309-2 form. 4.    Ensuring Adequate COVID-19 Safety Protocols for Federal Contractors - The Offeror        will be required to show proof that the Offeror is fully vaccinated against COVID-19 on or           before the first day of onboarding or submit an approved reasonable accommodation to the        CO. If the contractor does not meet this requirement the contract may be terminated.*         *See Notice Regarding Any Court Order Affecting the Implementation of E.O. 14042 in            Sectio n VIII below.   Additional documents submitted will not be accepted.To ensure consideration of offers for the intended position, offers must prominently reference the solicitation number in the offer submission.Offeror resources are available at www.otijobs.net/guidance-for-applying. DOCUMENT SUBMITTALSVia email: OTIjobs@usaid.govPlease note in your document submittal where you heard about this position.NOTE REGARDING GOVERNMENT OBLIGATIONS FOR THIS SOLICITATIONThis solicitation in no way obligates USAID to award a PSC contract, nor does it commit USAID to pay any cost incurred in the preparation and submission of the offer.NOTE REGARDING DATA UNIVERSAL NUMBERING SYSTEM (DUNS) NUMBERS AND THE SYSTEM FOR AWARD MANAGEMENTAll individuals contracted as USPSCs with a place of performance in the United States are required to have a DUNS Number and be registered in the SAM database.  USAID will provide a generic DUNS Number for USPSC’s with a place of performance outside the United States.The selected offeror will be provided with guidance regarding this registration. For general information about DUNS Numbers and SAM, please refer to Federal Acquisition Regulation (FAR) Clause 52.204-6, Unique Entity Identifier and FAR 52.204-7, System for Award Management.https://www.acquisition.gov/far/part-52#FAR_52_204_7 or www.sam.gov.ALL QUALIFIED OFFERORS WILL BE CONSIDERED REGARDLESS OF AGE, RACE, COLOR, SEX, CREED, NATIONAL ORIGIN, LAWFUL POLITICAL AFFILIATION, NON-DISQUALIFYING DISABILITY, MARITAL STATUS, SEXUAL ORIENTATION, AFFILIATION WITH AN EMPLOYEE ORGANIZATION, OR OTHER NON-MERIT FACTOR. V. LIST OF REQUIRED FORMS PRIOR TO AWARDOnce the Contracting Officer (CO) informs the successful offeror about being selected for a contract award, the CO will provide the successful offeror instructions about how to complete and submit the following forms. Forms outlined below can found at http://www.usaid.gov/forms/Declaration for Federal Employment (OF-306). Questionnaire for Sensitive Positions (for National Security) (SF-86), or Questionnaire for Non-Sensitive Positions (SF-85). Finger Print Card (FD-258). The contractor will be required to show proof that the contractor is fully vaccinated against COVID-19 on or before the first date of onboarding, or submit an approved reasonable accommodation to the CO. If the contractor does not meet this requirement the contract may be terminated.VI. BENEFITS AND ALLOWANCESAs a matter of policy, and as appropriate, a USPSC is normally authorized the followingbenefits and allowances:1. BENEFITS:Employer's FICA ContributionContribution toward Health & Life InsurancePay Comparability AdjustmentAnnual Increase (pending a satisfactory performance evaluation)Eligibility for Worker's CompensationAnnual and Sick LeavePaid Parental Leave2. ALLOWANCES:Section numbers refer to rules from the Department of State Standardized Regulations(Government Civilians Foreign Areas), available athttps://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. TAXESUSPSCs are required to pay Federal income taxes, FICA, Medicare and applicable State income taxes.USAID REGULATIONS, POLICIES AND CONTRACT CLAUSES  PERTAINING TO PSCsUSAID regulations and policies governing USPSC awards are available at these sources:1. USAID Acquisition Regulation (AIDAR), Appendix D, “Direct USAID Contractswith a U.S. Citizen or a U.S. Resident Alien for Personal Services Abroad,” includingcontract clause “General Provisions,” available athttps://www.acquisition.gov/aidar/aidar-appendix-d-direct-usaid-contracts-us-citizen-or-us-resident-alien-personal-services-abroad . 2. Contract Cover Page form AID 309-1 available at https://www.usaid.gov/forms.One Base Year Table – Knowledge Management Coordinator ItemNo(A)Services (Description)(B)Qty(C)Unit(D)Unit Price (E)Amount(F)0001Base Year 1 - CompensationAward Type: CostProduct Service Code: R497Accounting Info: [insert from Phoenix] 1LOT$____$____Fringe Benefits/Other Direct Costs (ODCs)Award Type: CostProduct Service Code: R497Accounting Info: [insert from Phoenix] Total Estimated Cost$____ Four Option Years Table- Knowledge Management CoordinatorItemNo (A)Services (Description) (B)Qty (C)Unit (D)Unit Price  (E)Amount (F)1001Option Period (OP) 1 - Compensation Award Type: CostProduct Service Code: R497Accounting Info: [insert from Phoenix] 1LOT$____$____OP 1 - ODCsAward Type: CostProduct Service Code: R497Accounting Info: [insert from Phoenix] 2001OP 2 - Compensation Award Type: CostProduct Service Code: R497Accounting Info: [insert from Phoenix] 1LOT$____$____OP 2 - ODCsAward Type: CostProduct Service Code: R497Accounting Info: [insert from Phoenix] 3001Option Period (OP) 3 - Compensation Award Type:CostProduct Service Code: R497Accounting Info: [insert from Phoenix] 1LOT$____$____OP 3 - ODCsAward Type: CostProduct Service Code: R497Accounting Info: [insert from Phoenix] 4001Option Period (OP) 4 - Compensation Award Type: CostProduct Service Code: R497Accounting Info: [insert from Phoenix] 1LOT$____$____OP 4 - ODCsAward Type: CostProduct Service Code: R497Accounting 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 athttp://www.usaid.gov/work-usaid/aapds-cibs.4. Ethical Conduct. By the acceptance of a USAID personal services contract as anindividual, the contractor will be acknowledging receipt of the “Standards of EthicalConduct for Employees of the Executive Branch,” available from the U.S. Officeof Government Ethics, in accordance with General Provision 2 and 5 CFR 2635.See https://www.oge.gov/web/oge.nsf/OGE%20RegulationsAAPDs and CIBs contain changes to USAID policy and General Provisions in USAID regulations and contracts.  Please refer to http://www.usaid.gov/work-usaid/aapds-cibs#psc to determine which AAPDs and CIBs apply to this contract.5. PSC Ombudsman The PSC Ombudsman serves as a resource for any Personal Services Contractor who has entered into a contract with the United States Agency for International Development and is available to provide clarity on their specific contract with the agency. Please visit our page for additional information: https://www.usaid.gov/workusaid/personal-service-contracts-ombudsman7 The PSC Ombudsman may be contacted via: PSCOmbudsman@usaid.gov.AAPD 06-10 – PSC MEDICAL EXPENSE PAYMENT RESPONSIBILITYGeneral Provision 28, MEDICAL EXPENSE PAYMENT RESPONSIBILITY(OCTOBER 2006) (a) Definitions. Terms used in this General Provision are defined in 16 FAM 116 available at http://www.state.gov/m/a/dir/regs/fam/16fam/index.htm.  Note:  Personal services contractors are not eligible to participate in the Federal Employees Health Programs.(b) MEDICAL EVACUATION (MEDEVAC) SERVICES – Please see Attachment 2 to this solicitation for information on AAPD No. 18-02.(c) When the contractor or eligible family member is covered by health insurance, that insurance is the primary payer for medical services provided to that contractor or eligible family member(s) both in the United States and abroad.  The primary insurer’s liability is determined by the terms, conditions, limitations, and exclusions of the insurance policy.  When the contractor or eligible family member is not covered by health insurance, the contractor is the primary payer for the total amount of medical costs incurred and the U.S. Government has no payment obligation (see paragraph (f) of this provision).(d) USAID serves as a secondary payer for medical expenses of the contractor and eligible family members who are covered by health insurance, where the following conditions are met:(1) The illness, injury, or medical condition giving rise to the expense is incurred, caused, or materially aggravated while the eligible individual is stationed or assigned abroad;(2) The illness, injury, or medical condition giving rise to the expense required or requires hospitalization and the expense is directly related to the treatment of such illness, injury, or medical condition, including obstetrical care; and(3) The Office of Medical Services (M/MED) or a Foreign Service medical provider (FSMP) determines that the treatment is appropriate for, and directly related to, the illness, injury, or medical condition.(e) The Mission Director may, on the advice of M/MED or an FSMP at post, authorize medical travel for the contractor or an eligible family member in accordance with the General Provision 10, Travel and Transportation Expenses (July 1993), section (i) entitled “Emergency and Irregular Travel and Transportation.”  In the event of a medical emergency, when time does not permit consultation, the Mission Director may issue a Travel Authorization Form or Medical Services Authorization Form DS-3067, provided that the FSMP or Post Medical Advisor (PMA) is notified as soon as possible following such an issuance.  The contractor must promptly file a claim with his or her medevac insurance provider and repay to USAID any amount the medevac insurer pays for medical travel, up to the amount USAID paid under this section.  The contractor must repay USAID for medical costs paid by the medevac insurer in accordance with sections (f) and (g) below.  In order for medical travel to be an allowable cost under General Provision 10, the contractor must provide USAID written evidence that medevac insurance does not cover these medical travel costs.(f) If the contractor or eligible family member is not covered by primary health insurance, the contractor is the primary payer for the total amount of medical costs incurred.  In the event of a medical emergency, the Medical and Health Program may authorize issuance of Form DS-3067, Authorization for Medical Services for Employees and/or Dependents, to secure admission to a hospital located abroad for the uninsured contractor or eligible family member.  In that case, the contractor will be required to reimburse USAID in full for funds advanced by USAID pursuant to the issuance of the authorization.  The contractor may reimburse USAID directly or USAID may offset the cost from the contractor’s invoice payments under this contract, any other contract the individual has with the U.S. Government, or through any other available debt collection mechanism.(g) When USAID pays medical expenses (e.g., pursuant to Form DS-3067, Authorization for Medical Services for Employees and/or Dependents), repayment must be made to USAID either by insurance payment or directly by the contractor, except for the amount of such expenses USAID is obligated to pay under this provision.  The Contracting Officer will determine the repayment amount in accordance with the terms of this provision and the policies and procedures for employees contained in 16 FAM 521.  When USAID pays the medical expenses, including medical travel costs (see section (e) above), of an individual (either the contractor or an eligible family member) who is covered by insurance, that individual promptly must claim his or her benefits under any applicable insurance policy or policies.  As soon as the individual receives the insurance payment, the contractor must reimburse USAID for the full amount that USAID paid on the individual’s behalf or the repayment amount determined by the Contracting Officer in accordance with this paragraph, whichever is less.  If an individual is not covered by insurance, the contractor must reimburse USAID for the entire amount of all medical expenses and any travel costs the contractor receives from his/her medevac provider.(h) In the event that the contractor or eligible family member fails to recover insurance payments or transfer the amount of such payments to USAID within 90 days, USAID will take appropriate action to collect the payments due, unless such failure is for reasons beyond the control of the USPSC/dependent.(i) Before departing post or terminating the contract, the contractor must settle all medical expense and medical travel costs.  If the contractor is insured, he or she must provide proof to the Contracting Officer that those insurance claims have been submitted to the insurance carrier(s) and sign a repayment agreement to repay to USAID any amounts paid by the insurance carrier(s).ATTACHMENT IITitle 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 ABROADGP 25. MEDICAL EVACUATION (MEDEVAC) SERVICES (DEC 2019) A contractor who is required to relocate abroad and accompanying eligible family members; or a contractor on official travel status abroad on temporary duty or training, will be provided Medevac services through the Department of State, Bureau of Medical Services, similar to that provided to U.S. Government employees in 16 FAM 300 Medical Travel. Medevac costs that will be covered by USAID include travel and per diem, but do not include medical care costs.To be eligible for Medevac services covered by the Department of State Medevac program, the contractor and accompanying eligible family members must obtain and maintain international health insurance coverage in accordance with the clause of the contract entitled, “Insurance.”GP 29. INCENTIVE AWARDS (DEC 2019)The contractor is eligible to receive certain monetary and non-monetary USAID incentive awards in accordance with the AIDAR and USAID internal policy.  ATTACHMENT IIIPERSONAL SERVICES CONTRACTS WITH INDIVIDUALS PART 52—SOLICITATION PROVISIONS AND CONTRACT CLAUSESSubpart 52.2—Text of Provisions and Clauses 52.223-99 Ensuring Adequate COVID-19 Safety Protocols for Federal Contractors, Alternate 70.ENSURING ADEQUATE COVID-19 SAFETY PROTOCOLS FOR FEDERAL CONTRACTORS (OCT 2021)-Alternate 70 (OCT 2021) (M/OAA-DEV-FAR22-01c)(a) Definition. As used in this clause - United States or its outlying areas means— (1) The fifty States; (2) The District of Columbia; (3) The commonwealths of Puerto Rico and the Northern Mariana Islands; (4) The territories of American Samoa, Guam, and the United States Virgin Islands; and (5) The minor outlying islands of Baker Island, Howland Island, Jarvis Island, Johnston Atoll, Kingman Reef, Midway Islands, Navassa Island, Palmyra Atoll, and Wake Atoll. (b) Authority. This clause implements Executive Order 14042, Ensuring Adequate COVID Safety Protocols for Federal Contractors, dated September 9, 2021 (published in the Federal Register on September 14, 2021, 86 FR 50985). (c) Personal Services Contracts with individuals. As a matter of policy, the contractor must comply with the USAID’s guidance applicable to direct-hire federal employees. (End of clause)Notice Regarding Any Court Order Affecting the Implementation of E.O. 14042.USAID will take no action to enforce the clause (FAR 52.223-99) implementing the requirements of Executive Order 14042, absent further written notice from USAID, where the place of performance identified in the contract is in a U.S. state or outlying area subject to a court order prohibiting the application of requirements pursuant to the Executive Order (hereinafter, “Excluded State or Outlying Area”). In all other circumstances, USAID will enforce the clause, except for contractor employees who perform substantial work on or in connection with a covered contract in an Excluded State or Outlying Area, or in a covered contractor workplace located in an Excluded State or Outlying Area. A current list of such Excluded States and Outlying Areas is maintained at https://www.saferfederalworkforce.gov/contractors/. [END OF PROVISION]

Washington ,
 DC   USALocation

Place Of Performance : N/A

Country : United States

You may also like

TO CONTRACT THE INFORMATION COORDINATOR POSITION FOR PPSO (USPSC GS-8).

Due: 25 Feb, 2027 (in about 2 years)Agency: AGENCY FOR INTERNATIONAL DEVELOPMENT

PURCHASE OF USPSC CWA DEPUTY REGIONAL SPCPS AND MEL COORDINATOR FOR TOGO - GS 15

Due: 20 May, 2025 (in 12 months)Agency: AGENCY FOR INTERNATIONAL DEVELOPMENT

Classification

naicsCode 921190Other General Government Support
pscCode R497Personal Services Contracts