United States - USPSC – Transition Advisor / Senior Transition Advisor – Worldwide (GS - 13/14) (Intermittent, Multiple Positions)

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
30 September 2024
Opportunity publication date
27 August 2024
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

View Changes SOLICITATION NUMBER:        7200AA24R00102
ISSUANCE DATE:        August 27, 2024
CLOSING DATE AND TIME:        September 30, 2024, 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 Transition/Senior Transition Advisor - Worldwide (GS-13/14) (Intermittent) (Multiple, Tandem) 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:

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

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.
Specific duties performed that fully detail the level and complexity of the work.
Names and contact information (phone and email) of your current and/or previous supervisor(s).
Education and any other qualifications including job-related training courses, job-related skills, or job-related honors, awards or accomplishments.
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-13 or GS-14. Offerors who would like to be considered for both the GS-13 and GS-14 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 offeror 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-13 and the GS-14 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. 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
Digitally signed by MARIA DEL CARMEN GRIZZARD (affiliate)

-04'00'
GRIZZARD (affiliate) Date: 2024.08.14 13:00:26
Maria del Carmen Grizzard Contracting Officer M/OAA/CPS

7200AA24R00102

         1. GENERAL INFORMATION SOLICITATION NO.: 7200AA24R00102
         2. ISSUANCE DATE: August 27, 2024

         3. CLOSING DATE AND TIME FOR RECEIPT OF OFFERS: September 30, 2024, 1:00
pm Eastern Time
         4. POINT OF CONTACT: OTI Recruitment Team, e-mail at OTIjobs@usaid.gov.

          5. POSITION TITLE: Transition Advisor/Senior Transition Advisor
          6. MARKET VALUE: This position has been designated as a “tandem” position that, depending on the qualifications of the offeror, can be filled at either the GS-13 ($88,520 - $115,079 base per annum) or GS-14 ($104,604 - $135,987 base per annum) equivalent level. Final compensation will be negotiated within the listed market value based upon qualifications, previous relevant experience and work history, salary and educational background. Domestic USPSCs, based on the location of the Official USAID Worksite, or the approved alternative worksite if approved for remote work, will be eligible for Locality Pay. USPSCs performing overseas are not entitled to Locality Pay. Base salaries over and above the pay range will not be entertained or negotiated.
As this is a Worldwide position, incumbents who reside outside of the DC metropolitan area will be provided with transportation and/or per diem if they are required to work at the official USAID worksite in Washington, DC. Incumbents will be provided with transportation and/or per diem for all other official USAID/OTI travel assignments as dictated by the terms of each individual contract. Please be advised selectee(s) will be required to travel to Washington, DC for Agency onboarding processing and badging prior to being given any assignments. USPSCs residing 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. Any required travel for USPSCs with DC locality for the purpose of completing the onboarding and badging process will be a personal expense.
The title of the position at the GS-13 level will be “Transition Advisor.” The title of the position at the GS-14 level will be “Senior Transition Advisor.”
Note: Offerors must specify in their offer materials whether they would like to be considered for the GS-13, GS-14, or both. 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-13 and the GS-14 positions.

   7. PERIOD OF PERFORMANCE: One (1) year, with four (4) one-year option periods.
The Personal Services Contractor hired under this contract will provide up to a maximum of 250 workdays of services on an annual basis. The specific projects, as well as dates, number of days and locations to be worked, will be determined by mutual agreement between the contract incumbent and their OTI supervisor according to the programmatic needs of OTI. There is no obligation by OTI to provide assignments for a minimum number of days, and the contractor is free to provide “blackout” dates during which they will not be available to accept assignments.
START DATE: Within 45 days of receiving notification that required security clearance has been obtained.

​​​​​​​8. PLACE OF PERFORMANCE: Worldwide
​​​​​​​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. Some of these USPSCs serve on intermittent contracts and are referred to in OTI as “bullpenners,” providing support in a surge capacity. Those serving in the bullpen must be prepared to work both in Washington and the field, often with little time for preparations. 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.

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.

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 Transition Advisor/Senior Transition Advisor position utilizes the oversight and management experience and skills gained from working with political transition programs and operations in the field, to advise on programmatic and operational processes in support of transition programming overseas. This position also supports assessments, new country start-ups, program implementation, program performance management processes, and training and

mentoring for field-based and Washington staff. The incumbent may also be involved in strategic design of various OTI country programs and the development of management products and processes that respond to Office priorities. The incumbent is considered an expert in the field of political transitions, and has the demonstrated experience and skills to effectively support these programs both in the field and in Washington.

The OTI Transition Advisor/Senior Transition Advisor position allows OTI to take advantage of the accumulated field experience of incumbents and apply it across the Office. Having access to individuals with hands-on experience in transition programming enhances our ability to deepen understanding, identify opportunities and constraints, and be more prepared to execute programming when necessary. The Transition Advisor/Senior Transition Advisor position provides OTI with a pool of technical experts who are capable of flexing across teams, in the field and in Washington, to advise on programmatic and operational processes based on their deep familiarity of transition programming. The complex demands of this position requires extensive overseas travel (anywhere between two weeks and six months) with short notice (in some cases, 72 hours to one week), and the ability to respond to immediate and challenging programming, operational, and other issues (primarily in the field and occasionally in Washington DC).
CORE FUNCTIONAL AREAS OF RESPONSIBILITY

DUTIES AND RESPONSIBILITIES
The OTI Transition Advisor/Senior Transition Advisor – Worldwide position utilizes the experiences and skills gained from providing oversight and management of political transition programs and operations in the field to advise on programmatic and operational processes in support of transition programming overseas. You also support assessments, new country
start-ups, program implementation, program performance management processes, and training and mentoring for Washington and field-based staff. You may also be involved in the strategic design of various OTI country programs or the development of management products and processes that respond to Office priorities. You are considered an expert in the field of political transitions, and have the demonstrated experience and skills to effectively support these programs.
The work of the Transition Advisor/Senior Transition Advisor 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 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 are willing and able to travel overseas (anywhere from two weeks to six months at a time), often on short notice. You place a premium on the building of positive relationships with their respective team both in Washington and in the field, and with key stakeholders both in and outside of USAID. You are a team player, able to prioritize and follow up on their own actions without prompting, while also assisting a busy supervisor to track and respond to incoming requests and routine tasks, filling in gaps as needed to ensure the responsiveness of the team. You are highly responsible, service oriented, organized, pay close attention to detail, and

are able to receive and respond to constructive criticism in a professional manner. 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 (DEIA) Vision and Values as outlined in the background.

Under the direct supervision of the Washington-based Chief, Field Programs Division (FPD) or the Chief, Program Learning and Innovation Division (PLI), or the Chief, Operations and Management Division (OMD), or their designee, you will perform the following duties:

At the GS-13 Transition Advisor level:

Fill critical needs for program management and implementation as well as staffing gaps in the field and, at times, in Washington, DC; including but not limited to Deputy Team Lead and Deputy Country Representative positions;
Provide technical support to OTI programs and teams. Examples of tasks may include: provision of ad hoc support to new OTI country program start-ups; participation in the conceptualization and design of program strategies and objectives in close coordination with a program Country Representative as well as other staff from OTI, USAID, the U.S. Department of State, and/or the implementing partner based on political analysis and U.S. Government policy; and support for the design and execution of programs that follow OTI’s quick impact programming model;

Support efforts evaluating OTI programs or activities in the field; or related lines of programming implemented by other operating units within the Agency; review program budgets; assist in the selection of program implementers such as grantees, contractors, and personal services contractors; support monitoring and evaluation, knowledge management, and improved business practices; analyze and report on current political developments and security concerns; assist with closeout activities; and provide on call technical assistance;

Represent and articulate OTI’s mission, global programs, and business model to those within and outside USAID;

Serve as a liaison with other CPS offices, other USAID Bureaus/Independent Offices (B/IOs), and other U.S. government agencies on program and policy direction;
At the field level and under the direction of the Country Representative, orient, train and mentor implementing partner staff; explain expectations regarding the program’s activity cycle, program learning processes and other functions in support of OTI’s quick impact program model;

In Washington, DC, and under the direction of a Team Leader, orient, train and mentor staff; support staff performance evaluation efforts, including recognizing good performance and addressing performance improvement; resolve complaints and approve requests for leave, timesheets, training, travel, program and operations, as needed; orient, train and mentor staff

on OTI’s quick impact program model; 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.

At the GS-14 Senior Transition Advisor level:

Fill critical needs for program advisement, management and implementation as well as staffing gaps in the field and, at times, in Washington, DC; including but not limited to Country Representative positions, Team Leader positions, Deputy Team Leader positions and positions in OMD and PLI;

Provide expert technical support to OTI programs and teams. Examples of tasks may include: act as OTI’s in-country Start-Up Manager for limited periods of time for new OTI country program start-ups; serve as the lead in conducting assessments for possible new country programs; conceptualize and design program strategies and objectives in close coordination with staff from OTI, USAID, the U.S. Department of State, and/or the implementing partner based on political analysis and U.S. Government policy; support for the design and execution of programs that follow OTI’s quick impact programming model;

Provide advanced technical assistance with ongoing evaluations of OTI programs or activities in the field; or related lines of programming implemented by other operating units within the Agency; manage program budgets; supervise the implementation of OTI-financed activities, including overseeing and/or managing the selection of program implementers such as grantees, contractors, and personal services contractors; assist in selection of program implementers such as grantees, contractors, and personal services contractors; support monitoring and evaluation, knowledge management, and improved business practices; analyze, synthesize and report on current political developments and security concerns; execute closeout activities; and provision of on-call technical assistance;

Adroitly represent and articulate OTI’s mission, global programs, and business model to those within and outside USAID;

Liaise with other CPS offices, other USAID Bureaus/Independent Offices (B/IOs), and other

U.S. government agencies on program and policy direction; Stay abreast of innovations in the OTI model/approach and support application of innovation to OTI programs and elevate best practices/approaches/notable results for office and CPS bureau-wide learning;

Supervise staff as delegated by the supervisor (e.g. Country Representatives, Deputy Country Representatives, etc.); 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;

 Provide orientation, training, and collaborative mentoring for 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; 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 Transition Advisor/Senior Transition Advisor will be supervised by the FPD Chief, the PLI Chief, or the OMD Chief, or their designee. They will also work under the general guidance and direction of the OTI Country Representative in the field.
SUPERVISORY CONTROLS:
At the GS-13 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.

At the GS-14 level, the supervisor provides administrative direction in terms of broadly defined missions or functions. The incumbent independently plans, designs and carries out projects, studies, and programs. Results of the work are considered technically authoritative. There is no higher level official technically responsible for administering the program/project.

PHYSICAL DEMANDS

While in Washington, the work is generally sedentary and does not pose undue physical demands. While traveling overseas, there may be some additional physical exertion including long periods of standing, walking over rough terrain, or carrying of moderately heavy items (less than 50 pounds).

WORK ENVIRONMENT:

While in Washington, the work is generally performed in an office environment. While traveling overseas, the work may additionally involve special safety and/or security precautions, wearing of protective equipment, and exposure to severe weather conditions.
 2.  ​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:
At the GS-13 Transition Advisor level:

A Master’s degree with five (5) years of work experience;

OR
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;
AND

One (1) year of overseas professional work experience;
One (1) year of supervisory experience (including but not limited to mentoring, training, and guiding staff).

At the GS-14 Senior Transition Advisor level:

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

A High School Diploma with eleven (11) years of work experience;
AND

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;
Two (2) years of overseas professional work experience;
Three (3) years of supervisory experience with at least one direct report.

 ​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);
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 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: Provide 1-2 examples of individual experience working independently and with minimal supervision on political transition, political reform, or similar complex programs in high pressure environments, especially in an international or diverse team setting.
Factor #2: Provide 1-2 examples of individual experience using political analysis to inform programming policy, strategies, and objectives in politically fluid or conflict-prone environments.
Factor #3: Demonstrated experience interacting with and representing organizations to
U.S. Government agencies, donors, international organizations, and local counterparts, including host country governments and beneficiaries.

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 – 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

 ​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:

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

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.
Specific duties performed that fully detail the level and complexity of the work.
Names and contact information (phone and email) of your current and/or previous supervisor(s).
Education and any other qualifications including job-related training courses, job-related skills, or job-related honors, awards or accomplishments.
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.

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.

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

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

NOTE REGARDING THE SYSTEM FOR AWARD MANAGEMENT (SAM)

All individuals contracted as USPSCs with a place of performance in the United States are required to be registered in the SAM database. The selected offeror will be provided with guidance regarding this registration.

For general information about 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.

 ​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/

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).

 ​BENEFITS AND ALLOWANCES

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

BENEFITS:

Employer's FICA Contribution
Contribution toward Health & Life Insurance
Pay Comparability Adjustment
Annual Increase (pending a satisfactory performance evaluation)
Eligibility for Worker's Compensation
Annual and Sick Leave
Paid Parental Leave

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

Post Differential                                  Chapter 500 and Tables in Chapter 900.
Living Quarters Allowance                Section 130.
Temporary Lodging Allowance          Section 120.
Post Allowance                                   Section 220.
Supplemental Post Allowance            Section 230.
Payments During Evacuation              Section 600.
Education Allowance                          Section 270.
Separate Maintenance Allowance      Section 260.
Danger Pay Allowance                        Section 650.
Education Travel                                 Section 280.

 ​TAXES

USPSCs are required to pay Federal income taxes, FICA, Medicare and applicable State income taxes.

USAID REGULATIONS, POLICIES AND CONTRACT CLAUSES PERTAINING TO PSCs

USAID regulations and policies governing USPSC awards are available at these sources:

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.
Contract Cover Page form AID 309-1 available at https://www.usaid.gov/forms.

One Base Year Table – Transition Advisor/Senior Transition Advisor

Item No

(A)
Services (Description)

(B)
Qty

(C)
Unit

(D)
Unit Price

(E)
Amount

(F)
0001
Base Year 1 - Compensation
Award Type: Cost Product Service Code: R497
Accounting Info: [insert from Phoenix]
1
LOT
$        
$         
Fringe Benefits/Other Direct Costs (ODCs)
Award Type: Cost Product Service Code: R497
Accounting Info: [insert from Phoenix]
Total Estimated Cost
$         

Four Option Years Table- Transition Advisor/Senior Transition Advisor

Item No
Services (Description)
Qty
Unit
Unit Price
Amount

(A)

(B)

(C)

(D)

(E)

(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
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]

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.
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.

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.

FAR Provisions Incorporated by Reference

52.204-27
PROHIBITION ON THE BYTEDANCE COVERED APPLICATION

AAPD 06-10 – PSC MEDICAL EXPENSE PAYMENT RESPONSIBILITY

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

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.

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

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).
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:

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;

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

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.

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.

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.

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.

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.
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 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.

Opportunity closing date
30 September 2024
Value of contract
to be confirmed

About the buyer

Address
CPS OFFICE OF TRANSITION INITIATIVES

Bid for tender

If your company meets the requirements of the tender, go to the website where the tender is hosted and submit your bid.

This website contains links to other websites that we do not control or maintain. We are not responsible for the content of these sites. We provide these links for your convenience only, and do not necessarily endorse their content.

Before entering into a contract you need to apply for any necessary export licences, which can include applications to trade in certain goods. You should also make your own enquiries and be satisfied by the accuracy of any information supplied to you.

Go to third party website
Is there anything wrong with this page?