**This solicitation has been updated to reflect Overseas Comparability Pay, as updated in AAPD 25-02. All other information remains the same. **
SOLICITATION NUMBER 7200AA25R00012
ISSUANCE DATE: December 5, 2024
CLOSING DATE AND TIME: January 6, 2025, 1:00 PM Eastern Standard Time (EST)
SUBJECT: Solicitation for U.S. Personal Service Contractor (USPSC)
Dear Prospective Offerors:
The United States Government (USG), represented by the U.S. Agency for International
Development (USAID), is seeking offers from qualified U.S. citizens to provide personal
services as a Country Representative – Senegal (FS-02) under a personal services contract, as
described in the attached solicitation.
Offers must be in accordance with Attachment 1 of this solicitation at the place and time
specified. Incomplete or unsigned offers will not be considered. Offerors should retain copies of
all offer materials for their records.
USAID will evaluate all offerors based on the stated evaluation criteria. USAID encourages all
individuals, including those from disadvantaged and under-represented groups, to respond to the
solicitation.
Offerors interested in applying for this position MUST submit the following materials:
1. Complete resume. In order to fully evaluate your offer, your resume must include:
(a) Paid and non-paid experience, job title, location(s), dates held (month/year), and hours
worked per week for each position. Dates (month/year) and locations for all overseas
field experience must also be detailed. Any experience that does not include dates
(month/year), locations, and hours per week will not be counted towards meeting
the solicitation requirements.
(b) Specific duties performed that fully detail the level and complexity of the work.
(c) Names and contact information (phone and email) of your current and/or previous
supervisor(s).
(d) Education and any other qualifications including job-related training courses, job-related
skills, or job-related honors, awards or accomplishments.
(e) U.S. Citizenship.
Note: Your resume should contain explicit information to make a valid determination that
you fully meet the experience requirements as stated in this solicitation This information
1 | Page
should be clearly identified in your resume. Failure to provide explicit information to
determine your qualifications for the position will result in loss of full consideration.
2. Supplemental document specifically addressing:
Each of the three (3) Evaluation Factors shown in the solicitation. Responses must be limited
to 500 words per factor. Any additional words above the limit will neither be read nor scored.
NOTE: The Evaluation Factors are worth 70 out of 100 points. Offerors are required to
address each of the Evaluation Factors in a separate document describing specifically and
accurately what experience, training, education and/or awards they have received that are
relevant to each factor.
3. USPSC Offeror Information for Personal Services Contracts form AID 309-2. Offerors
are required to complete and sign the form. We are currently accepting electronic
signatures on the AID 309-2 form.
Additional documents submitted will not be accepted. Incomplete or late offers will not be
considered. Your complete resume and the AID 309-2 form must be emailed to
OTIjobs@usaid.gov
Offerors can expect to receive a confirmation email when offer materials have been received.
Offerors should retain for their records copies of all enclosures which accompany their offers.
This solicitation in no way obligates USAID to award a PSC contract, nor does it commit
USAID to pay any cost incurred in the preparation and submission of the offer.
Offeror resources are available at https://otijobs.net/uspsc-application-guidance. Any questions
on this solicitation may be directed to:
OTI Recruitment Team
E-Mail Address: OTIjobs@usaid.gov
Website: www.OTIjobs.net
Sincerely,
Maria del Carmen Grizzard
Contracting Officer
M/OAA/CPS
2 | Page
7200AA25R00012
ATTACHMENT I
I. GENERAL INFORMATION
1. SOLICITATION NO.: 7200AA25R00012
2. ISSUANCE DATE: December 5, 2024
3. CLOSING DATE AND TIME FOR RECEIPT OF OFFERS: January 6, 2025, 1:00 pm
Eastern Time
4. POINT OF CONTACT: OTI Recruitment Team, e-mail at OTIjobs@usaid.gov.
5. POSITION TITLE: Country Representative
6. MARKET VALUE: This position has been designated at the FS-02 equivalent level, overseas
non-locality pay ($121,803-$178,873). Final compensation will be negotiated within the listed
market value based upon qualifications, previous relevant experience and work history, salary
and educational background. Salaries over and above the pay range will not be entertained
or negotiated.
Please be advised selectee(s) will be required to travel to Washington, DC for Agency
onboarding processing and badging regardless of place of performance. USPSCs with a home of
record outside of the 50 mile DC radius, per Agency travel policy, will be reimbursed for travel
to the official USAID worksite in Washington, DC. In order to be reimbursed, the selectee must
have a Travel Authorization (TA) completed prior to traveling. For USPSCs within the 50 mile
DC radius, any required travel for the purpose of completing the onboarding and badging process
will be a personal expense. Per Agency regulations, any required travel for USPSCs within 50
miles from an employee’s residence, duty station, or place of performance will be a personal
expense.
7. PERIOD OF PERFORMANCE: One year, with four one-year option periods.
START DATE: Within 45 days of receiving notification that required security and medical
clearances have been obtained.
8. PLACE OF PERFORMANCE: Senegal
Overseas USPSCs may be authorized to telework or remote work only from a location
within the country of performance, in accordance with Mission policy. Telework or
3 | Page
remote work from outside the country of performance may only be authorized in certain
situations in accordance with the terms and conditions of the contract.
9. ELIGIBLE OFFERORS: United States Citizens
10. SECURITY LEVEL REQUIRED: SECRET
11. STATEMENT OF DUTIES
POSITION DESCRIPTION
BACKGROUND
USAID’s Office of Transition Initiatives (OTI) is seeking highly motivated, highly qualified
individuals who want the opportunity to help support rapid international transition programs for
priority conflict-prone countries. Created in 1994 as a distinct operating unit within USAID, OTI
helps local partners advance peace and democracy in politically-transitioning countries. In
support of U.S. foreign policy, OTI seizes emerging windows of opportunity in the political
landscape to promote stability, peace, and democracy by catalyzing local initiatives through
adaptive and agile programming.
Countries experiencing a significant political transition in the midst of a disaster or emerging
from civil conflict have unique needs that cannot be fully addressed by traditional disaster relief.
Timely and effective assistance to promote and consolidate peaceful, democratic advances can
make the difference between a successful or a failed transition. OTI assists in securing peace by
aiding indigenous, mostly non-governmental, civil society and media organizations. OTI uses
such mechanisms as support for re-integration of ex-combatants into civilian society;
development of initiatives to promote national reconciliation; identification of quick-impact
community self-help projects to meet urgent economic needs; and aid to independent media
outlets and community-based organizations to help promote informed debate and broaden public
participation.
To respond quickly and effectively and meet its program objectives and mandate OTI retains a
group of high level professionals and experts under U.S. Personal Services Contracts (USPSCs).
These knowledgeable and skilled professionals make up the vast majority of the OTI work force
and are at its forefront implementing and achieving the office’s programmatic goals and
objectives. There are several benefits that USPSCs may participate in, such as partial
reimbursement for health and life insurance costs, as well as full coverage of workers’
compensation, among other benefits. For more complete information on USPSC benefits, please
see Section VI of this solicitation.
OTI’s Core Values:
Agility
4 | Page
OTI addresses complex political problems through context analysis, experimentation, and
strategic resource use. Applying an adaptive mindset in Washington and the field accelerates
timely positive change.
Political
OTI seeks to understand how power is created, traded, and facilitated, requiring that we
acknowledge our privilege and the limits of our power. This understanding helps us act on power
dynamics and harness them for transformation.
Accountability
OTI exhibits a sense of ownership and integrity in the work we do, and holds a sense of
responsibility to each other, the local partners we engage, the policies and programs we advance
with our implementing partners, and the taxpayer.
Curiosity
OTI’s mission demands learning and adaptation. Our relentless curiosity drives us to wonder
about people, problems, and possibilities. We question the status quo, seek to understand amid
uncertainty, and treat mistakes as a compass pointing us toward more effective approaches.
Diversity & Inclusion
OTI’s ability to achieve its mission and live out its values is propelled by our collective
responsibility to create a sense of belonging for all in our work environment. OTI values the
diversity of each others’ authentic selves, building a foundation of trust and respect.
Courage
OTI embraces our engagements with one another, our stakeholders, and our programs with
intentionality and optimism. Achieving our mission requires that we take risks and tackle
difficult conversations and decisions. A courageous OTI is a force for positive change.
OTI’s DEIA Vision Statement: OTI is a collaborative environment that represents the global
community at all levels of our organization. Uniting diverse backgrounds and experiences, we
value individual expertise to advance peace and democracy around the world.
Values and associated behaviors that will enable this vision are:
Trust
● Model open communication, active listening and candor.
5 | Page
● Believe others when they share their experiences.
Respect
● A respectful attitude should be shown to everyone.
● Allow for others to express complete opinion/thoughts without interruption, while
recognizing that there are other perspectives and lived experiences.
Belonging (Accessibility)
● Serve as an ally to those who feel excluded (professionally, socially, personally, etc.).
● Promote togetherness and acceptance through equitable behavior.
Empathy
● Listen to understand, create space to be real/feel.
● Remind yourself to be conscious of how others may feel or receive your words
Self-awareness/accountability
● Supervisors hold their peers to account on their expectations and behaviors.
● Seek regular, constructive feedback to understand how your words and actions affect and
influence others, and how they are being perceived and interpreted.
● Acknowledge unconscious bias and be willing to learn and change behavior when
confronted/corrected.
For more information about OTI and its country programs please see:
https://www.usaid.gov/stabilization-and-transitions
INTRODUCTION
The OTI Country Representative – Senegal is a member of the Conflict Prevention and
Stabilization (CPS)/OTI West and Central Africa (WCA) Regional Team, reports to the OTI
West and Central Africa Team Lead or designee, and is based in Senegal. The incumbent may be
required to travel regionally as necessary. The Country Representative’s principal responsibility
will be development, oversight and management of CPS/OTI's Senegal country program. The
incumbent will be called upon to represent OTI’s mission and programs to senior-level
government officials, in-country visitors, senior officials from other international organizations,
bilateral donors and local government officials.
CORE FUNCTIONAL AREAS OF RESPONSIBILITY
DUTIES AND RESPONSIBILITIES
The work of the Country Representative requires teamwork, the exercise of discretion, judgment,
and personal responsibility. As a member of a highly operational office, you are willing and able
to perform a wide range of administrative functions to help ensure programmatic success. You
have a high level of integrity and attention to detail to ensure the use of OTI systems and
6 | Page
procedures to maintain effective and efficient management of funds, programming, and
monitoring and evaluation. You are highly flexible and willing to work under conditions of
ongoing change, and remain professional and respectful of colleagues and authority in a diverse
workforce. You place a premium on the building of positive relationships with your respective
team in Washington, D.C., colleagues in the field, and with key stakeholders both in and outside
of USAID. You are able to prioritize and complete tasks without follow-up by the supervisor,
while also filling in gaps as needed to ensure the responsiveness of the team. You are a strategic
thinker, articulates innovative ideas, presents solutions, and are a positive role model for
colleagues both in and outside of OTI. You are also committed to upholding USAID/OTI’s
Diversity, Equity, Inclusion, and Accessibility’s (DEIA) Vision and Values as outlined in the
background.
Under the direct supervision of the Washington-based CPS/OTI Regional Team Leader for
Senegal or his/her designee, the Country Representative will perform the following duties:
● Manage a high-profile program in a dynamic environment and provide strategic,
programmatic, and operational guidance to OTI’s implementing partners (contractors
and/or grantees) while leveraging critical local staff input, and the partner’s role in
strategy co-creation, to ensure that activities are contributing to OTI’s program
objectives;
● Conceptualize and design program strategies and objectives in close coordination with
OTI staff in Washington and in the Field, the Embassy, Host Country Government,
implementing partner staff and local civil society actors based on political and context
analysis and U.S. Government policy; Initiate strategy reviews as needed in line with
changes in context and policy;
● Analyze, synthesize and report on current political developments, security concerns, and
other pertinent information required to achieve OTI’s program objectives; Monitor local
and regional political developments and regularly brief OTI and partner staff on their
potential programmatic impact;
● Responsible for managing program effectiveness; ensuring strategic accountability;
setting realistic intended program results and program achievements by utilizing OTI’s
programming principles and processes and regularly engaging with the resources
available to support and measure program effectiveness;
● Articulate program strategy, as well as communicate and coordinate OTI’s in-country
activities between OTI and its implementing partners, USAID, the Embassy and other
donor organizations; prepare and disseminate programmatic, financial and periodic
reports to the USAID Mission, OTI/Washington and other organizations as appropriate;
● Serve as OTI’s primary liaison with USAID Mission personnel, U.S. Embassy staff,
Host-Country Government Officials, UN Organizations, Indigenous and International
Non-Governmental Organizations (NGOs), and other stakeholder organizations. Develop
7 | Page
and maintain collaborative relationships to ensure close coordination at the field level,
identify the widest range of potential local partners and opportunities, and achieve
maximum synergy with other programs;
● Build, lead, supervise, and motivate a team composed of USPSCs and a significant
number of implementing partner staff in Senegal. In close coordination with the
Implementing Partner, continuously review and design staffing plans to meet overall
program objectives. Recruit, train, supervise, and evaluate the performance of in-country
OTI staff. Maintain staff morale in a difficult security and work environment;
● Provide recommendations to the Washington-based Contracting Officer Representative
(COR) and/or the Regional Team Leader on implementing partner performance, budgets,
contract modifications, among other partner related issues;
● Provide USAID concurrence on all implementing partner activities, including final
approval of grantees for grants under contract, in accordance with the USAID’s
Automated Directives System (ADS);
● Ensure the use of OTI systems and procedures to maintain effective and efficient
management of funds and programming;
● Ensure that OTI’s programs and activities are monitored and evaluated and that lessons
learned are applied to ongoing or future activities;
● Prepare operational plans in collaboration with the U.S. Embassy, including logistics and
property use guidelines, closeout and hand-over, security procedures, and contingency
and evacuation plans; review and concur on OTI program budgets for field operations;
● Ensure that all OTI field staff adhere to in-country security guidelines set by the U.S.
Embassy Regional Security Officer and other organizations such as the United Nations or
host government, as appropriate; Coordinate closely with Implementing Partner senior
management to provide relevant security related information from the Embassy;
● Travel within the country/region to monitor and assess political conditions, and
implementing partner operational platforms, meet with potential grantees, senior
host-country government and other program counterparts, and develop recommendations
to respond to evolving dynamics; and,
● Serve on temporary details within OTI, other USAID bureaus/offices, or other U.S.
Government (USG) agencies under this scope of work for a period not to exceed six (6)
months. Duties performed while on detail must be directly related to the scope of work,
but may not be directly related to OTI programs or activities. Contracting Officer (CO)
approval is required for the temporary detail. Any extension past the six (6) months
requires CO approval.
SUPERVISORY RELATIONSHIP:
8 | Page
The Country Representative – Senegal will report to OTI’s Washington-based Regional Team
Leader for the West and Central Africa (WCA) or his/her designee. The Country Representative
is expected to take initiative, act independently, and manage his/her tasks with minimal
supervision. Though this is a senior field-based position, the incumbent is expected to actively
and proactively collaborate with OTI/Washington leadership, and to fully utilize, embrace, and
become an expert on OTI systems and processes. Failure to adequately perform the scope of
work above and/or failure to take direction from the supervisor may result in corrective actions,
including denial of step or grade increases, extension of contract probationary periods,
performance improvement plans, and/or termination for the convenience of USAID/OTI.
SUPERVISORY CONTROLS:
At the FS-02 level, the supervisor provides administrative direction in terms of broadly defined
missions or functions. The incumbent independently plans, designs and carries out projects,
studies, and programs. Results of the work are considered technically authoritative. There is no
higher level official technically responsible for administering the program/project.
12. PHYSICAL DEMANDS
While in Senegal, the work is generally sedentary and does not pose undue physical demands.
However, the position may require travel throughout the country of assignment, which may
involve some additional physical exertion, including long periods of standing, walking over
rough terrain, or carrying of moderately heavy items (less than 50 pounds).
13. WORK ENVIRONMENT:
While at post, the work is generally performed in an office environment. However, the position
also requires travel throughout the region, which may additionally involve special safety and/or
security precautions, wearing of protective equipment, and exposure to severe weather
conditions.
II. MINIMUM QUALIFICATIONS REQUIRED FOR THIS POSITION
(Determines basic eligibility for the position. Offerors who do not meet all of the education and
experience factors are considered NOT qualified for the position. See detailed instructions for
demonstrating Education/Experience under “Submitting an Offer”)
Education/Experience Required:
At a minimum, the Offeror must have:
(1) A Master’s Degree with seven (7) years of work experience;
OR
A Bachelor’s Degree with nine (9) years of work experience;
OR
An Associate’s Degree with ten (10) years of work experience;
9 | Page
OR
A High School diploma/equivalent with eleven (11) years of work experience;
AND
(2) Six (6) years of project management experience with a U.S. Government foreign
affairs agency, domestic or international assistance organization, or non-governmental
organization in community development, economic development,
mediation/arbitration, conflict resolution, democracy and governance, international
law, political analysis, and/or human rights activities;
(3) Two (2) years of overseas field experience (in person or virtual). A virtual temporary
duty (TDY) is defined as work that would have been conducted in an overseas
location if not for the COVID pandemic;
(4) Three (3) years of supervisory experience with at least one direct report.
(5) Demonstrated experience using French in a professional setting is required.
III. EVALUATION AND SELECTION FACTORS
(Determines basic eligibility for the position. Offerors who do not meet all of the education and
experience factors are considered NOT qualified for the position.)
The Government may award a contract without discussions with offerors in accordance with
FAR 52.215-1. The CO reserves the right at any point in the evaluation process to establish
a competitive range of offerors with whom negotiations will be conducted pursuant to
FAR 15.306(c). In accordance with FAR 52.215-1, if the CO determines that the number of
offers that would otherwise be in the competitive range exceeds the number at which an efficient
competition can be conducted, the CO may limit the number of offerors in the competitive range
to the greatest number that will permit an efficient competition among the most highly rated
offers. FAR provisions of this solicitation are available at
https://www.acquisition.gov/browse/index/far.
SELECTION FACTORS:
(Determines basic eligibility for the position. Offerors who do not meet all of the selection
factors are considered NOT qualified for the position.)
● Offeror is a U.S. Citizen;
● Complete resume submitted. See cover page for resume requirements. Experience that
cannot be quantified will not be counted towards meeting the solicitation requirements;
● Supplemental document specifically addressing how the candidate meets each of the
Evaluation Factors submitted;
10 | Page
● Ability to obtain a SECRET level security clearance (NOTE: Dual citizens may be
asked to renounce second-country citizenship);
● Ability to obtain a Department of State medical clearance;
● Satisfactory verification of academic credentials.
A USAID Secret level security clearance and Department of State medical clearance are required
prior to issuance of the contract for this position.
NOTE: If a full security investigation package is not submitted by the selected within 30 days
after it is requested, the offer may be rescinded. If a security clearance is not able to be obtained
within four months after the selected submits the initial security clearance documentation, the
offer may be rescinded.
NOTE: The selected must obtain Department of State medical clearance within four months
after offer acceptance. If medical clearance is not obtained within this period, the offer may be
rescinded.
Due to anticipated program needs, individuals should be able to travel to post within 60 days
after a contract is awarded.
EVALUATION FACTORS:
(Used to determine the competitive ranking of qualified offerors in comparison to other offerors.
The factors are listed in priority order from highest to least.)
Offerors should cite specific, illustrative examples for each factor. Responses will be rated using
the point system described below. Failure to fully respond to each element of each Evaluation
Factor will result in a reduction of points awarded. Responses must be limited to 500 words per
factor. Any additional words above the limit will neither be read nor scored.
Factor #1 Demonstrated experience in the management of political transition, political
reform, or similar programs in high-pressure environments such as
non-permissive crisis or conflict zones.
Factor #2 Demonstrated experience developing strategies for programs that will respond to
at least one of the following problem sets: violence prevention, post-conflict,
political transition, democracy-building, and/or humanitarian assistance.
Factor #3 Demonstrated experience using political analysis to inform programming policy,
strategies, and objectives, especially in conflict-prone environments.
BASIS OF RATING: Offerors who clearly meet the Education/Experience Requirements and
Selection Factors will be further evaluated based on scoring of the Evaluation Factor responses.
Offerors are required to address each of the Evaluation Factors in a separate document describing
specifically and accurately what experience, training, education and/or awards they have
11 | Page
received that are relevant to each factor. Be sure to include your name and the announcement
number at the top of each additional page. Failure to specifically address the Selection and/or
Evaluation Factors may result in your not receiving credit for all of your pertinent experience,
education, training and/or awards.
The Offeror Rating System is as Follows:
Evaluation Factors have been assigned the following points:
Factor #1 – 25
Factor #2 – 25
Factor #3 – 20
Total Possible – 70 Points
Interview Performance – 30 points
Satisfactory Professional Reference Checks – Pass/Fail (no points assigned)
Total Possible Points: 100
The most qualified offerors may be interviewed, required to provide a writing sample, and
demonstrate an ability to operate commonly used office applications. OTI will not pay for any
expenses associated with the interviews. In addition, offers (written materials and interviews)
will be evaluated based on content as well as on the offerors writing, presentation, and
communication skills. In the event that an offeror has fully demonstrated their qualifications and
there are no other competitive offerors, OTI reserves the right to forgo the interview process.
Professional references and academic credentials will be evaluated for offerors being considered
for selection. Offerors must submit at least three (3) professional references, one (1) of which
must be a current or former supervisor. OTI reserves the right to contact previous employers to
verify employment history. If the offeror had a previous position with USAID, the TEC and/or
CO are encouraged to obtain reference checks from the previous supervisor(s) or CO(s). See
ADS 309.3.1.11.a.4
IV. SUBMITTING AN OFFER
Offers must be received by the closing date and time at the address specified in Section I, item
3, and submitted to the Point of Contact in Section I, item 4.
Qualified offerors are required to submit:
1. Complete resume. In order to fully evaluate your offer, your resume must include:
(a) Paid and non-paid experience, job title, location(s), dates held (month/year), and hours
worked per week for each position. Dates (month/year) and locations for all overseas
field experience must also be detailed. Any experience that does not include dates
12 | Page
(month/year), locations, and hours per week will not be counted towards meeting
the solicitation requirements.
(b) Specific duties performed that fully detail the level and complexity of the work.
(c) Names and contact information (phone and email) of your current and/or previous
supervisor(s).
(d) Education and any other qualifications including job-related training courses, job-related
skills, or job-related honors, awards or accomplishments.
(e) U.S. Citizenship.
Your resume should contain explicit information to make a valid determination that you
fully meet the minimum qualification requirements as stated in this solicitation.This
information should be clearly identified in your resume. Failure to provide explicit
information to determine your qualifications for the position will result in loss of full
consideration.
2. Supplemental document specifically addressing:
Each of the three (3) Evaluation Factors shown in the solicitation. Responses must be limited
to 500 words per factor. Any additional words above the limit will neither be read nor scored.
NOTE: The Evaluation Factors are worth 70 out of 100 points. Offerors are required to
address each of the Evaluation Factors in a separate document describing specifically and
accurately what experience, training, education and/or awards they have received that are
relevant to each factor.
3. Offeror Information for Personal Services Contracts form AID 309-2. Offerors are
required to complete and sign the form. The form can be found at
https://www.usaid.gov/forms. We are currently accepting electronic signatures on the
AID 309-2 form.
Additional documents submitted will not be accepted.
To ensure consideration of offers for the intended position, offers must prominently reference the
solicitation number in the offer submission.
Offeror resources are available at https://otijobs.net/uspsc-application-guidance.
DOCUMENT SUBMITTALS
Via email: OTIjobs@usaid.gov
Please note in your document submission where you heard about this position.
NOTE REGARDING GOVERNMENT OBLIGATIONS FOR THIS SOLICITATION
13 | Page
This solicitation in no way obligates USAID to award a PSC contract, nor does it commit
USAID to pay any cost incurred in the preparation and submission of the offer.
ALL QUALIFIED OFFERORS WILL BE CONSIDERED REGARDLESS OF AGE, RACE,
COLOR, SEX, CREED, NATIONAL ORIGIN, LAWFUL POLITICAL AFFILIATION,
NON-DISQUALIFYING DISABILITY, MARITAL STATUS, SEXUAL ORIENTATION,
AFFILIATION WITH AN EMPLOYEE ORGANIZATION, OR OTHER NON-MERIT
FACTOR.
V. LIST OF REQUIRED FORMS PRIOR TO AWARD
Once the Contracting Officer (CO) informs the successful offeror about being selected for a
contract award, the CO will provide the successful offeror instructions about how to complete
and submit the following forms. Forms outlined below can found at http://www.usaid.gov/forms/
1. Declaration for Federal Employment (OF-306).
2. Medical History and Examination Form (DS-1843).
3. Questionnaire for Sensitive Positions (for National Security) (SF-86), or Questionnaire
for Non-Sensitive Positions (SF-85).
4. Finger Print Card (FD-258).
VI. BENEFITS AND ALLOWANCES
As a matter of policy, and as appropriate, a USPSC is normally authorized the following
benefits and allowances:
1. BENEFITS:
a) Employer's FICA Contribution
b) Contribution toward Health & Life Insurance
c) Pay Comparability Adjustment
d) Annual Increase (pending a satisfactory performance evaluation)
e) Eligibility for Worker's Compensation
f) Annual and Sick Leave
g) Paid Parental Leave
h) Relocation Expense Benefit
i)
2. ALLOWANCES:
Section numbers refer to rules from the Department of State Standardized Regulations
(Government Civilians Foreign Areas), available at
https://aoprals.state.gov/content.asp?content_id=282&menu_id=101
(a) Post Differential Chapter 500 and Tables in Chapter 900.
(b) Living Quarters Allowance Section 130.
14 | Page
(c) Temporary Lodging Allowance Section 120.
(d) Post Allowance Section 220.
(e) Supplemental Post Allowance Section 230.
(f) Payments During Evacuation Section 600.
(g) Education Allowance Section 270.
(h) Separate Maintenance Allowance Section 260.
(i) Danger Pay Allowance Section 650.
(j) Education Travel Section 280.
VII. TAXES
USPSCs are required to pay Federal income taxes, FICA, Medicare and applicable State income
taxes.
VIII. USAID REGULATIONS, POLICIES AND CONTRACT CLAUSES PERTAINING
TO PSCs
USAID regulations and policies governing USPSC awards are available at these sources:
1. USAID Acquisition Regulation (AIDAR), Appendix D, “Direct USAID Contracts
with a U.S. Citizen or a U.S. Resident Alien for Personal Services Abroad,” including
contract clause “General Provisions,” available at
https://www.usaid.gov/ads/policy/300/aidar.
2. Contract Cover Page form AID 309-1 available at https://www.usaid.gov/forms.
One Base Year Table – Country Representative
Item
No
(A)
Services (Description)
(B)
Qty
(C)
Unit
(D)
Unit Price
(E)
Amount
(F)
0001 Base Year 1 - Compensation
Award Type: Cost
Product Service Code: R497
Accounting Info: [insert from Phoenix]
1 LOT $____ $____
Fringe Benefits/Other Direct Costs (ODCs)
Award Type: Cost
Product Service Code: R497
Accounting Info: [insert from Phoenix]
15 | Page
Total Estimated Cost $____
Four Option Years Table- Country Representative
Item
No
(A)
Services (Description)
(B)
Qty
(C)
Unit
(D)
Unit Price
(E)
Amount
(F)
100
1
Option Period (OP) 1 - Compensation
Award Type: Cost
Product Service Code: R497
Accounting Info: [insert from Phoenix]
1 LOT $____ $____
OP 1 - ODCs
Award Type: Cost
Product Service Code: R497
Accounting Info: [insert from Phoenix]
200
1
OP 2 - Compensation
Award Type: Cost
Product Service Code: R497
Accounting Info: [insert from Phoenix]
1 LOT $____ $____
OP 2 - ODCs
Award Type: Cost
Product Service Code: R497
Accounting Info: [insert from Phoenix]
300
1
Option Period (OP) 3 - Compensation
Award Type:Cost
Product Service Code: R497
Accounting Info: [insert from Phoenix]
1 LOT $____ $____
OP 3 - ODCs
Award Type: Cost
Product Service Code: R497
Accounting Info: [insert from Phoenix]
400
1
Option Period (OP) 4 - Compensation
Award Type: Cost
1 LOT $____ $____
16 | Page
Product Service Code: R497
Accounting Info: [insert from Phoenix]
OP 4 - ODCs
Award Type: Cost
Product Service Code: R497
Accounting Info: [insert from Phoenix]
Total Estimated Cost [base + options] $____
3. Acquisition and Assistance Policy Directives/Contract Information Bulletins
(AAPDs/CIBs) for Personal Services Contracts with Individuals available at
http://www.usaid.gov/work-usaid/aapds-cibs.
4. Ethical Conduct. By the acceptance of a USAID personal services contract as an
individual, the contractor will be acknowledging receipt of the “Standards of Ethical
Conduct for Employees of the Executive Branch,” available from the U.S. Office
of Government Ethics, in accordance with General Provision 2 and 5 CFR 2635.
See https://www.oge.gov/web/oge.nsf/OGE%20Regulations
AAPDs and CIBs contain changes to USAID policy and General Provisions in USAID
regulations and contracts. Please refer to http://www.usaid.gov/work-usaid/aapds-cibs#psc to
determine which AAPDs and CIBs apply to this contract.
5. PSC Ombudsman The PSC Ombudsman serves as a resource for any Personal Services
Contractor who has entered into a contract with the United States Agency for International
Development and is available to provide clarity on their specific contract with the agency. Please
visit our page for additional information:
https://www.usaid.gov/partner-with-us/acquisition-assistance-ombudsman/psc-ombudsman
The PSC Ombudsman may be contacted via: PSCOmbudsman@usaid.gov.
6. FAR Provisions Incorporated by Reference
52.204-27 PROHIBITION ON THE BYTEDANCE COVERED
APPLICATION
(DATE)
AAPD 06-10 – PSC MEDICAL EXPENSE PAYMENT RESPONSIBILITY
General Provision 28, MEDICAL EXPENSE PAYMENT RESPONSIBILITY
17 | Page
(OCTOBER 2006)
(a) Definitions. Terms used in this General Provision are defined in 16 FAM 116 available at
http://www.state.gov/m/a/dir/regs/fam/16fam/index.htm. Note: Personal services contractors are not
eligible to participate in the Federal Employees Health Programs.
(b) MEDICAL EVACUATION (MEDEVAC) SERVICES – Please see Attachment 2 to this
solicitation for information on AAPD No. 18-02.
(c) When the contractor or eligible family member is covered by health insurance, that insurance is
the primary payer for medical services provided to that contractor or eligible family member(s) both
in the United States and abroad. The primary insurer’s liability is determined by the terms,
conditions, limitations, and exclusions of the insurance policy. When the contractor or eligible
family member is not covered by health insurance, the contractor is the primary payer for the total
amount of medical costs incurred and the U.S. Government has no payment obligation (see
paragraph (f) of this provision).
(d) USAID serves as a secondary payer for medical expenses of the contractor and eligible family
members who are covered by health insurance, where the following conditions are met:
(1) The illness, injury, or medical condition giving rise to the expense is incurred, caused, or
materially aggravated while the eligible individual is stationed or assigned abroad;
(2) The illness, injury, or medical condition giving rise to the expense required or requires
hospitalization and the expense is directly related to the treatment of such illness, injury, or medical
condition, including obstetrical care; and
(3) The Office of Medical Services (M/MED) or a Foreign Service medical provider (FSMP)
determines that the treatment is appropriate for, and directly related to, the illness, injury, or medical
condition.
(e) The Mission Director may, on the advice of M/MED or an FSMP at post, authorize medical travel
for the contractor or an eligible family member in accordance with the General Provision 10, Travel
and Transportation Expenses (July 1993), section (i) entitled “Emergency and Irregular Travel and
Transportation.” In the event of a medical emergency, when time does not permit consultation, the
Mission Director may issue a Travel Authorization Form or Medical Services Authorization Form
DS-3067, provided that the FSMP or Post Medical Advisor (PMA) is notified as soon as possible
following such an issuance. The contractor must promptly file a claim with his or her medevac
insurance provider and repay to USAID any amount the medevac insurer pays for medical travel, up
to the amount USAID paid under this section. The contractor must repay USAID for medical costs
paid by the medevac insurer in accordance with sections (f) and (g) below. In order for medical
travel to be an allowable cost under General Provision 10, the contractor must provide USAID
written evidence that medevac insurance does not cover these medical travel costs.
(f) If the contractor or eligible family member is not covered by primary health insurance, the
contractor is the primary payer for the total amount of medical costs incurred. In the event of a
medical emergency, the Medical and Health Program may authorize issuance of Form DS-3067,
18 | Page
Authorization for Medical Services for Employees and/or Dependents, to secure admission to a
hospital located abroad for the uninsured contractor or eligible family member. In that case, the
contractor will be required to reimburse USAID in full for funds advanced by USAID pursuant to the
issuance of the authorization. The contractor may reimburse USAID directly or USAID may offset
the cost from the contractor’s invoice payments under this contract, any other contract the individual
has with the U.S. Government, or through any other available debt collection mechanism.
(g) When USAID pays medical expenses (e.g., pursuant to Form DS-3067, Authorization for
Medical Services for Employees and/or Dependents), repayment must be made to USAID either by
insurance payment or directly by the contractor, except for the amount of such expenses USAID is
obligated to pay under this provision. The Contracting Officer will determine the repayment amount
in accordance with the terms of this provision and the policies and procedures for employees
contained in 16 FAM 521. When USAID pays the medical expenses, including medical travel costs
(see section (e) above), of an individual (either the contractor or an eligible family member) who is
covered by insurance, that individual promptly must claim his or her benefits under any applicable
insurance policy or policies. As soon as the individual receives the insurance payment, the contractor
must reimburse USAID for the full amount that USAID paid on the individual’s behalf or the
repayment amount determined by the Contracting Officer in accordance with this paragraph,
whichever is less. If an individual is not covered by insurance, the contractor must reimburse
USAID for the entire amount of all medical expenses and any travel costs the contractor receives
from his/her medevac provider.
(h) In the event that the contractor or eligible family member fails to recover insurance payments or
transfer the amount of such payments to USAID within 90 days, USAID will take appropriate action
to collect the payments due, unless such failure is for reasons beyond the control of the
USPSC/dependent.
(i) Before departing post or terminating the contract, the contractor must settle all medical expense
and medical travel costs. If the contractor is insured, he or she must provide proof to the Contracting
Officer that those insurance claims have been submitted to the insurance carrier(s) and sign a
repayment agreement to repay to USAID any amounts paid by the insurance carrier(s).
19 | Page
ATTACHMENT II
Title 48 of the Code of Federal Regulations (CFR) Chapter 7.
USAID Acquisition Regulation (AIDAR)
APPENDIX D – DIRECT USAID CONTRACTS WITH A U.S. CITIZEN OR A U.S.
RESIDENT ALIEN FOR PERSONAL SERVICES ABROAD
GP 25. MEDICAL EVACUATION (MEDEVAC) SERVICES (DEC 2019)
A contractor who is required to relocate abroad and accompanying eligible family members; or a
contractor on official travel status abroad on temporary duty or training, will be provided Medevac
services through the Department of State, Bureau of Medical Services, similar to that provided to
U.S. Government employees in 16 FAM 300 Medical Travel. Medevac costs that will be covered by
USAID include travel and per diem, but do not include medical care costs.
To be eligible for Medevac services covered by the Department of State Medevac program, the
contractor and accompanying eligible family members must obtain and maintain international health
insurance coverage in accordance with the clause of the contract entitled, “Insurance.”
GP 29. INCENTIVE AWARDS (DEC 2019)
The contractor is eligible to receive certain monetary and non-monetary USAID incentive awards in
accordance with the AIDAR and USAID internal policy.
20 | Page