SOLICITATION NUMBER: 72C0T122R00003
ISSUANCE DATE: November 3, 2021
CLOSING DATE AND TIME: November 26, 2021, 1:00 P.M. Eastern Time (Deadline Extended)
SUBJECT: Solicitation for U.S. Personal Service Contractor (USPSC)
Dear Prospective Offerors:
The United States Government (USG), represented by the U.S. Agency for International Development (USAID), is seeking offers from qualified U.S. citizens to provide personal services as a Senior Information System Security Officer - Worldwide (Tandem) (Intermittent) under a personal services contract, as described in the attached solicitation.
Submittals must be in accordance with the attached information at the place and time specified. Offerors interested in applying for this position MUST submit the following materials:
- Complete resume. In order to fully evaluate your offer, your resume must include:
(a) Paid and non-paid experience, job title, location(s), dates held (month/year), and hours worked per week for each position. Dates (month/year) and locations for all overseas field experience must also be detailed. Any experience that does not include dates (month/year), locations, and hours per week will not be counted towards meeting the solicitation requirements.
(b) Specific duties performed that fully detail the level and complexity of the work.
(c) Names and contact information (phone and email) of your current and/or previous supervisor(s).
(d) Education and any other qualifications including job-related training courses, job-related skills, or job-related honors, awards or accomplishments.
(e) U.S. Citizenship.
Note: Your resume should contain explicit information to make a valid determination that you fully meet the experience requirements as stated in this solicitation for each grade level(s) for which you are applying. Offerors must specify in their offer materials whether they would like to be considered for the GS-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 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. This information should be clearly identified in your resume. Failure to provide explicit information to determine your qualifications for the position will result in loss of full consideration.
2. Supplemental document specifically addressing:
Each of the three (3) Evaluation Factors shown in the solicitation. Responses must be limited to 500 words per factor. Any additional words above the limit will neither be read nor scored.
NOTE: The Evaluation Factors are worth 70 out of 100 points. Offerors are required to address each of the Evaluation Factors in a separate document describing specifically and accurately what experience, training, education and/or awards they have received that are relevant to each factor.
3. USPSC Offeror Information for Personal Services Contracts form AID 309-2. Offerors are required to complete and sign the form. Due to COVID-19 and limited access to equipment, we are currently accepting electronic and typed signatures on the AID 309-2 form.
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 www.otijobs.net/guidance-for-applying. Any questions on this solicitation may be directed to:
OTI Recruitment Team
Telephone Number: (202) 836-7487
E-Mail Address: OTIjobs@usaid.gov
Website: www.OTIjobs.net
Sincerely,
Cristina Sylvia
Supervisory Contracting Officer
72C0T122R00003
I. GENERAL INFORMATION
1. SOLICITATION NO.: 72C0T122R00003
2. ISSUANCE DATE: November 3, 2021
3. CLOSING DATE AND TIME FOR RECEIPT OF OFFERS: November 26, 2021, 1:00 pm Eastern Time (Deadline Extended)
4. POINT OF CONTACT: OTI Recruitment Team, (202)836-7487, e-mail at OTIjobs@usaid.gov.
5. POSITION TITLE: Senior Information System Security Officer
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 ($79,468 - $103,309 per annum) or GS-14 ($93,907 $122,077 per annum) equivalent level, non-locality pay. 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.
Final compensation will be negotiated within the GS-13 or GS 14 equivalent level based upon the selected offeror’s salary history, qualifications, previous relevant experience and work history, and educational background as reported on the AID 309-2. For selected offerors whose salary has been established on a Federal pay scale (i.e. General Schedule) or its equivalent, the base salary (not including locality pay) of their grade/step will be the basis of the salary negotiation. The final salary will be negotiated at a step on the General Schedule (Base) Salary Table articulated as an annual rate amount; however, as an intermittent position, the PSC hired under this contract will provide a maximum of 250 workdays of services on an annual basis (see Section I, item 6, Period of Performance). The selected offeror will be eligible for applicable allowances as described in Section VI on the same basis as U.S. government employees while on temporary duty in foreign areas.
Note: Offerors who submit an offer for the GS-14 grade level, but do not meet the minimum qualifications as outlined in this solicitation and as reviewed by the Technical Evaluation Committee, will not be considered for the GS-13 positions if they have not submitted a separate offer for the GS-14 level. Similarly, offerors who apply for the GS-13 position even though they might meet the minimum qualifications for the GS-14 position will not be considered for the higher graded position if they have not submitted a separate offer for the GS-14 position. 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 year, with four one-year option periods.
START DATE: Within 45 days of receiving notification that required security clearance has been obtained.
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 contractor and his/her 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 he or she will not be available to accept assignments.
8. PLACE OF PERFORMANCE: Worldwide with regular travel to Washington D.C. as needed
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 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 Senior Information Security Officer (ISSO) is a member of the Information Technology (IT) team within the Office of Transition Initiatives (OTI) Program, Learning and Innovation Division (PLI) which prides itself on maintaining positive morale in the division and a high degree of customer support and innovation for the office. OTI is part of the recently created Conflict Prevention and Stabilization (CPS) Bureau of USAID. The PLI Division contributes to OTI’s mission by providing a stable backbone of Office-wide services, including resources and tools, technical expertise, strategic planning, and essential systems that enable OTI’s Programming Model and Office-wide strategic decision-making and program effectiveness. These functions include strategic resource allocation, financial management, procurement, award management, knowledge management, information technology/systems, communications, and training. By convening and managing cross-functional processes, PLI ensures resources and systems critical to OTI programs are informed by OTI and others’ dynamic practice of iterative program design in complexity.
As a member of the IT team, whose mission is to enables effective programming by delivering agile IT systems and services integral to core OTI processes and programs to OTI staff and partners in compliance with USAID policies, the Senior Information Security Officer (ISSO) should be a quick thinker who can learn and understand OTI’s business model and USAID NIST Risk Mitigation Framework as well as OTI System Development Life Cycle (SDLC) in a very short period. The main responsibility of the incumbent is to ensure the regulatory compliance of OTI systems vis-a-vis the relevant USAID requirements and to support the IT team in safeguarding the information and data Privacy concept of OTI's information systems, protecting the embedded Personal Identifiable Information (PII), preventing and mitigating potential data breaches to ensure a smooth continuity of OTI operations should a disaster affect OTI infrastructure. To be successful in their role, the Senior ISSO should be a cybersecurity management expert with a deep understanding of IT environments in the United State Federal Government (USG), a large private corporation, and/or any major non-governmental organization.
CORE FUNCTIONAL AREAS OF RESPONSIBILITY
DUTIES AND RESPONSIBILITIES
The work of the Senior Information System Security Officer (ISSO) 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 technical and administrative functions to help ensure programmatic success. You have a high level of integrity and attention to detail to ensure the use of OTI systems and procedures to maintain effective and efficient management of funds, programming, and monitoring and evaluation. You are highly flexible and willing to work under conditions of ongoing change and remain professional and respectful of colleagues and authority in a diverse workforce. You place a premium on the building of positive relationships with their respective team both in the field and in Washington, and with key stakeholders both in and outside of USAID. You are able to prioritize and complete tasks without follow-up by the supervisor, while also filling in gaps as needed to ensure the responsiveness of the team. You are a strategic thinker, articulate innovative ideas, present solutions, and are a positive role model for colleagues both in and outside of OTI. You are also committed to upholding USAID/OTI’s Diversity, Equity, Inclusion, and Accessibility’s (DEIA) Vision and Values as outlined in the background.
Under the direct supervision of the CPS/OTI IT Team Leader or designee, you will perform the following duties:
At the GS-13, Senior Information System Security Officer level:
- Ensure implementation of security controls and risk mitigation measures in line with the National Institute of Standards and Technology (NIST) 800 series standards, the Federal Information Security Management Act (FISMA), and the Information Security and Privacy Guidelines of USAID;
- Liaise with relevant USAID IT divisions to conduct regular security risk assessments on OTI IT systems, ensuring compliance with NIST Risk Management Framework and related Authorization To Operate (ATO) requirements;
- Ensure that the continuous monitoring requirements of OTI IT systems are met;
- Assist OTI System Owner (SO) in the following activities: oversee the contingency planning, the Standard Operating Procedures (SOPs) and other system security related activities; liaise with various IT stakeholders to ensure continuous system security improvement and to provide awareness on the OTI system security posture; liaise with USAID’s Information Assurance (IA) team to address issues related to security policy compliance, personal information and data privacy; establish and maintain OTI’s internal information assurance protocol that satisfies USAID’s continuous monitoring schedules requirements, based on user access procedures and analysis, account management policies and OTI field program requirements; and handle all documents related to NIST 800 requirements, including the preparation and filling of all relevant Authorization To Operate (ATO) packages and security artifacts during planned security assessments or audits;
- Liaise and collaborate with OTI IT Business Analysts, Product Owners on the maintenance and support of existing IT systems, making sure compliance with Agency cybersecurity regulations is met;
- Support OTI and its Institutional Contractors in the implementation of various system security controls at the highest levels in the development and maintenance of core OTI IT tools and proprietary software applications;
- Support the security provision on OTI’s General Support Systems (GSS) in line with USAID Security Assessment and Authorization (SA&A) framework and System Development Life Cycle (SDLC), including information security program management and cybersecurity management;
- Perform other cybersecurity support activities to include risk assessments, vulnerability scanning and analyzing, penetration testing on OTI system infrastructure;
- In consultation and agreement between you and your supervisor travel to Washington, DC for an agreed upon period of time to support the various USAID/OTI projects as outlined in this SOW;
- Provide guidance on USAID’s system security policies and procedures, ensuring awareness within OTI through its IT Governance Board; and,
- Serve on temporary details within OTI, other USAID bureaus/offices, or other USG agencies under this scope of work for a period not to exceed six months. Duties performed while on detail must be directly related to the scope of work. Contracting Officer (CO) approval will be required for details exceeding six months.
At the GS-14 Senior Information System Security Officer level:
Perform the same duties as the GS-13 level but with less supervision, greater decision-making authority, and greater independence of action as follows:
- Ensure implementation of security controls and risk mitigation measures in line with the National Institute of Standards and Technology (NIST) 800 series standards, the Federal Information Security Management Act (FISMA), and the Information Security and Privacy Guidelines of USAID;
- Liaise with relevant USAID IT divisions to conduct regular security risk assessments on OTI IT systems, ensuring compliance with NIST Risk Management Framework and related Authorization To Operate (ATO) requirements;
- Ensure that the continuous monitoring requirements of OTI IT systems are met;
- Assist OTI System Owner (SO) in the following activities: oversee the contingency planning, the Standard Operating Procedures (SOPs) and other system security related activities; liaise with various IT stakeholders to ensure continuous system security improvement and to provide awareness on the OTI system security posture; liaise with USAID’s Information Assurance (IA) team to address issues related to security policy compliance, personal information and data privacy; establish and maintain OTI’s internal information assurance protocol that satisfies USAID’s continuous monitoring schedules requirements, based on user access procedures and analysis, account management policies and OTI field program requirements; and handle all documents related to NIST 800 requirements, including the preparation and filling of all relevant Authorization To Operate (ATO) packages and security artifacts during planned security assessments or audits;
- Liaise and collaborate with OTI IT Business Analysts, Product Owners on the maintenance and support of existing IT systems, making sure compliance with Agency cybersecurity regulations is met;
- Support OTI and its Institutional Contractors in the implementation of various system security controls at the highest levels in the development and maintenance of core OTI IT tools and proprietary software applications;
- Support the security provision on OTI’s General Support Systems (GSS) in line with USAID Security Assessment and Authorization (SA&A) framework and System Development Life Cycle (SDLC), including information security program management and cybersecurity management;
- Perform other cybersecurity support activities to include risk assessments, vulnerability scanning and analyzing, penetration testing on OTI system infrastructure;
- In consultation and agreement between you and your supervisor travel to Washington, DC for an agreed upon period of time to support the various USAID/OTI projects as outlined in this SOW;
- Provide guidance on USAID’s system security policies and procedures, ensuring awareness within OTI through its IT Governance Board;
- Develop, design, engineer and implement the necessary security controls in line with the National Institute of Standards and Technology (NIST) 800 series standards, the Federal Information Security Management Act (FISMA) and the Information Security and Privacy Guidelines of USAID;
- Regularly assume leadership responsibilities not only as a subject matter expert, but coaching other team members and serving as Acting IT Team Leader when necessary;
- Research OTI’s program and operations, analyzing current systems, processes, and requirements to provide optimal support;
- Establish an OTI internal information assurance protocol that satisfies USAID’s continuous monitoring schedules requirements, based user access analysis, account management policies and OTI field program requirements;
- Perform technical analysis, security control designs, and development of security features for system architectures; and,
- Serve on temporary details within OTI, other USAID bureaus/offices, or other USG agencies under this scope of work for a period not to exceed six months. Duties performed while on detail must be directly related to the scope of work. Contracting Officer (CO) approval will be required for details exceeding six months.
SUPERVISORY RELATIONSHIP:
The Information System Security Officer will be supervised by the OTI Information Technology Team Leader or their designee, as a member of the OTI IT team within the Program Learning and Innovation Division.
SUPERVISORY CONTROLS:
At the GS-13 level, the supervisor will set overall objectives and resources available, and work with the offeror to develop deadlines, projects, and work to be accomplished. The offeror will be responsible for planning and carrying out assignments, resolving most conflicts, coordinating with others, and interpreting policy in terms of established objectives. Keeping the supervisor informed of progress, the offeror may determine the approach to be taken and the methodology to be used. The supervisor will review completed work from an overall standpoint of feasibility, compatibility with other work, or effectiveness in meeting requirements.
At the GS-14 level, the supervisor will provide administrative directions in terms of broadly defined missions or functions. The offeror will independently plan, design and carry out programs, projects, studies or other work assignments. The offeror’s work will be considered technically authoritative and normally accepted without significant change, and will be reviewed in terms of fulfillment of program objectives, influence on the overall program, or contribution to the advancement of the objective.
12. PHYSICAL DEMANDS
The work is generally sedentary and does not pose undue physical demands. If traveling overseas, the offeror may be subject to some additional physical exertion including long periods of standing, walking over rough terrain, or carrying of moderately heavy items (less than 50 pounds).
13. WORK ENVIRONMENT:
The work is primarily performed in an office setting from the incumbent's chosen duty station with regular travels to Washington D.C as needed. If the offeror travels overseas, the work may additionally involve safety and/or security precautions, wearing of protective equipment, and exposure to severe weather conditions.
II. MINIMUM QUALIFICATIONS REQUIRED FOR THIS POSITION
(Determines basic eligibility for the position. Offerors who do not meet all of the education and experience factors are considered NOT qualified for the position. See detailed instructions for demonstrating Education/Experience under “Submitting an Offer”)
At the GS-13 Senior Information System Security Officer level:
- A Master’s Degree with five (5) years of work experience;
OR
2. A Bachelor’s Degree with seven (7) years of work experience;
AND
3. Three (3) years of work experience in Information System Security and data privacy concepts for a large organization, including but not limited to the United States Government (USG), a large non-governmental organization (NGO), or a large private sector corporation.
At the GS-14 Senior Information System Security Officer level:
- A Master’s Degree with seven (7) years of work experience;
OR
2. A Bachelor’s Degree with nine (9) years of work experience;
AND
3. Four (4) years of work experience in Information System Security and data privacy concepts for an organization, including but not limited to the United States Government (USG), a Non-Governmental Organization (NGO), or a private sector corporation.
III. EVALUATION AND SELECTION FACTORS
(Determines basic eligibility for the position. Offerors who do not meet all of the education and experience factors are considered NOT qualified for the position.
The Government may award a contract without discussions with offerors in accordance with FAR 52.215-1. The CO reserves the right at any point in the evaluation process to establish
a competitive range of offerors with whom negotiations will be conducted pursuant to
FAR 15.306(c). In accordance with FAR 52.215-1, if the CO determines that the number of offers that would otherwise be in the competitive range exceeds the number at which an efficient competition can be conducted, the CO may limit the number of offerors in the competitive range to the greatest number that will permit an efficient competition among the most highly rated
offers. FAR provisions of this solicitation are available at https://www.acquisition.gov/browse/index/far.
SELECTION FACTORS:
(Determines basic eligibility for the position. Offerors who do not meet all of the selection factors are considered NOT qualified for the position.)
- Offeror is a U.S. Citizen;
- Complete resume submitted. See cover page for resume requirements. Experience that cannot be quantified will not be counted towards meeting the solicitation requirements;
- Supplemental document specifically addressing how the candidate meets each of the Evaluation Factors submitted;
- Ability to obtain a SECRET level security clearance (NOTE: Dual citizens may be asked to renounce second-country citizenship);
- Satisfactory verification of academic credentials.
NOTE: If a full security investigation package is not submitted by the selected within 30 days after it is requested, the offer may be rescinded. If a security clearance is not able to be obtained within four months after the selected submits the initial security clearance documentation, the offer may be rescinded.
EVALUATION FACTORS:
(Used to determine the competitive ranking of qualified offerors in comparison to other offerors. The factors are listed in priority order from highest to least.)
Offerors should cite specific, illustrative examples for each factor. Responses must be limited to 500 words per factor. Any additional words above the limit will neither be read nor scored.
Factor #1 Demonstrated experience in the National Institute of Standards and Technology (NIST) Risk Management Framework and Authorization To Operate (ATO) with knowledge of the Federal Risk and Authorization Management Program (FedRAMP).
Factor #2 Demonstrated experience in the successful interaction and collaboration with various IT stakeholders and technical teams, particularly on cybersecurity matters and cloud environments.
Factor #3 Demonstrated experience in developing and presenting cybersecurity reports to a broad audience from peers to senior organization leaders, using various standard cloud environment monitoring tools, including but not limited to AWS GuardDuty/Cloudwatch, Splunk, MS Cloud Monitoring (MCM), Solarwinds, Redgate and Dynatrace.
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 – 30
Factor #2 – 20
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 his/her qualifications and there are no other competitive offerors OTI reserves the right to forego the interview process. Professional references and academic credentials will be evaluated for offerors being considered for selection. OTI reserves the right to contact previous employers to verify employment history.
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:
- Complete resume. In order to fully evaluate your offer, your resume must include:
(a) Paid and non-paid experience, job title, location(s), dates held (month/year), and hours worked per week for each position. Dates (month/year) and locations for all overseas field experience must also be detailed. Any experience that does not include dates (month/year), locations, and hours per week will not be counted towards meeting the solicitation requirements.
(b) Specific duties performed that fully detail the level and complexity of the work.
(c) Names and contact information (phone and email) of your current and/or previous supervisor(s).
(d) Education and any other qualifications including job-related training courses, job-related skills, or job-related honors, awards or accomplishments.
(e) U.S. Citizenship.
Your resume should contain explicit information to make a valid determination that you fully meet the minimum qualification requirements as stated in this solicitation for each grade level(s) for which you are applying. If you do not specify which grade level(s), your offer will be considered at the lower grade level. This information should be clearly identified in your resume. Failure to provide explicit information to determine your qualifications for the position will result in loss of full consideration.
2. Supplemental document specifically addressing:
Each of the three (3) Evaluation Factors shown in the solicitation. Responses must be limited to 500 words per factor. Any additional words above the limit will neither be read nor scored.
NOTE: The Evaluation Factors are worth 70 out of 100 points. Offerors are required to address each of the Evaluation Factors in a separate document describing specifically and accurately what experience, training, education and/or awards they have received that are relevant to each factor.
3. Offeror Information for Personal Services Contracts form AID 309-2. Offerors are required to complete and sign the form. Due to COVID-19 and limited access to equipment, we are currently accepting electronic and typed signatures on the AID 309-2 form.
Additional documents submitted will not be accepted.
To ensure consideration of offers for the intended position offers must prominently reference the solicitation number in the offer submission.
Offeror resources are available at www.otijobs.net/guidance-for-applying.
DOCUMENT SUBMITTALS
Via email: OTIjobs@usaid.gov
Please note in your document submittal where you heard about this position.
NOTE REGARDING GOVERNMENT OBLIGATIONS FOR THIS SOLICITATION
This solicitation in no way obligates USAID to award a PSC contract, nor does it commit USAID to pay any cost incurred in the preparation and submission of the offer.
NOTE REGARDING DATA UNIVERSAL NUMBERING SYSTEM (DUNS) NUMBERS AND THE SYSTEM FOR AWARD MANAGEMENT
All individuals contracted as USPSCs with a place of performance in the United States are required to have a DUNS Number and be registered in the SAM database. USAID will provide a generic DUNS Number for USPSC’s with a place of performance outside the United States.
The selected offeror will be provided with guidance regarding this registration.
For general information about DUNS Numbers and SAM, please refer to Federal Acquisition Regulation (FAR) Clause 52.204-6, Unique Entity Identifier and FAR 52.204-7, System for Award Management.
https://www.acquisition.gov/far/part-52#FAR_52_204_7 or www.sam.gov.
ALL QUALIFIED OFFERORS WILL BE CONSIDERED REGARDLESS OF AGE, RACE, COLOR, SEX, CREED, NATIONAL ORIGIN, LAWFUL POLITICAL AFFILIATION, NON-DISQUALIFYING DISABILITY, MARITAL STATUS, SEXUAL ORIENTATION, AFFILIATION WITH AN EMPLOYEE ORGANIZATION, OR OTHER NON-MERIT FACTOR.
V. LIST OF REQUIRED FORMS PRIOR TO 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).
The contractor will be required to show proof that the contractor is fully vaccinated against COVID-19 on or before the first date of onboarding, or submit an approved reasonable accommodation to the CO. If the contractor does not meet this requirement the contract may be terminated.
VI. BENEFITS AND ALLOWANCES
As a matter of policy, and as appropriate, a USPSC is normally authorized the following
benefits and allowances:
1. 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
2. ALLOWANCES:
Section numbers refer to rules from the Department of State Standardized Regulations
(Government Civilians Foreign Areas), available at
https://aoprals.state.gov/content.asp?content_id=282&menu_id=101
(a) Post Differential Chapter 500 and Tables in Chapter 900.
(b) Living Quarters Allowance Section 130.
(c) Temporary Lodging Allowance Section 120.
(d) Post Allowance Section 220.
(e) Supplemental Post Allowance Section 230.
(f) Payments During Evacuation Section 600.
(g) Education Allowance Section 270.
(h) Separate Maintenance Allowance Section 260.
(i) Danger Pay Allowance Section 650.
(j) Education Travel Section 280.
VII. TAXES
USPSCs are required to pay Federal income taxes, FICA, Medicare and applicable State income taxes.
- 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.acquisition.gov/aidar/aidar-appendix-d-direct-usaid-contracts-us-citizen-or-us-resident-alien-personal-services-abroad .
2. Contract Cover Page form AID 309-1 available at https://www.usaid.gov/forms.
One Base Year Table – Senior Information System Security Officer
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- Senior Information System Security Officer
Item
No
(A)
Services (Description)
(B)
Qty
(C)
Unit
(D)
Unit Price
(E)
Amount
(F)
1001
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]
2001
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]
3001
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]
4001
Option Period (OP) 4 - Compensation
Award Type: Cost
Product Service Code: R497
Accounting Info: [insert from Phoenix]
1
LOT
$____
$____
OP 4 - ODCs
Award Type: Cost
Product Service Code: R497
Accounting Info: [insert from Phoenix]
Total Estimated Cost [base + options]
$____
3. Acquisition and Assistance Policy Directives/Contract Information Bulletins
(AAPDs/CIBs) for Personal Services Contracts with Individuals available at
http://www.usaid.gov/work-usaid/aapds-cibs.
4. Ethical Conduct. By the acceptance of a USAID personal services contract as an
individual, the contractor will be acknowledging receipt of the “Standards of Ethical
Conduct for Employees of the Executive Branch,” available from the U.S. Office
of Government Ethics, in accordance with General Provision 2 and 5 CFR 2635.
See https://www.oge.gov/web/oge.nsf/OGE%20Regulations
AAPDs and CIBs contain changes to USAID policy and General Provisions in USAID regulations and contracts. Please refer to http://www.usaid.gov/work-usaid/aapds-cibs#psc to determine which AAPDs and CIBs apply to this contract.
5. PSC Ombudsman The PSC Ombudsman serves as a resource for any Personal Services Contractor who has entered into a contract with the United States Agency for International Development and is available to provide clarity on their specific contract with the agency. Please visit our page for additional information: https://www.usaid.gov/workusaid/personal-service-contracts-ombudsman7 The PSC Ombudsman may be contacted via: PSCOmbudsman@usaid.gov.
AAPD 06-10 – PSC MEDICAL EXPENSE PAYMENT RESPONSIBILITY
General Provision 28, MEDICAL EXPENSE PAYMENT RESPONSIBILITY
(OCTOBER 2006)
(a) Definitions. Terms used in this General Provision are defined in 16 FAM 116 available at http://www.state.gov/m/a/dir/regs/fam/16fam/index.htm. Note: Personal services contractors are not eligible to participate in the Federal Employees Health Programs.
(b) MEDICAL EVACUATION (MEDEVAC) SERVICES – Please see Attachment 2 to this solicitation for information on AAPD No. 18-02.
(c) When the contractor or eligible family member is covered by health insurance, that insurance is the primary payer for medical services provided to that contractor or eligible family member(s) both in the United States and abroad. The primary insurer’s liability is determined by the terms, conditions, limitations, and exclusions of the insurance policy. When the contractor or eligible family member is not covered by health insurance, the contractor is the primary payer for the total amount of medical costs incurred and the U.S. Government has no payment obligation (see paragraph (f) of this provision).
(d) USAID serves as a secondary payer for medical expenses of the contractor and eligible family members who are covered by health insurance, where the following conditions are met:
(1) The illness, injury, or medical condition giving rise to the expense is incurred, caused, or materially aggravated while the eligible individual is stationed or assigned abroad;
(2) The illness, injury, or medical condition giving rise to the expense required or requires hospitalization and the expense is directly related to the treatment of such illness, injury, or medical condition, including obstetrical care; and
(3) The Office of Medical Services (M/MED) or a Foreign Service medical provider (FSMP) determines that the treatment is appropriate for, and directly related to, the illness, injury, or medical condition.
(e) The Mission Director may, on the advice of M/MED or an FSMP at post, authorize medical travel for the contractor or an eligible family member in accordance with the General Provision 10, Travel and Transportation Expenses (July 1993), section (i) entitled “Emergency and Irregular Travel and Transportation.” In the event of a medical emergency, when time does not permit consultation, the Mission Director may issue a Travel Authorization Form or Medical Services Authorization Form DS-3067, provided that the FSMP or Post Medical Advisor (PMA) is notified as soon as possible following such an issuance. The contractor must promptly file a claim with his or her medevac insurance provider and repay to USAID any amount the medevac insurer pays for medical travel, up to the amount USAID paid under this section. The contractor must repay USAID for medical costs paid by the medevac insurer in accordance with sections (f) and (g) below. In order for medical travel to be an allowable cost under General Provision 10, the contractor must provide USAID written evidence that medevac insurance does not cover these medical travel costs.
(f) If the contractor or eligible family member is not covered by primary health insurance, the contractor is the primary payer for the total amount of medical costs incurred. In the event of a medical emergency, the Medical and Health Program may authorize issuance of Form DS-3067, Authorization for Medical Services for Employees and/or Dependents, to secure admission to a hospital located abroad for the uninsured contractor or eligible family member. In that case, the contractor will be required to reimburse USAID in full for funds advanced by USAID pursuant to the issuance of the authorization. The contractor may reimburse USAID directly or USAID may offset the cost from the contractor’s invoice payments under this contract, any other contract the individual has with the U.S. Government, or through any other available debt collection mechanism.
(g) When USAID pays medical expenses (e.g., pursuant to Form DS-3067, Authorization for Medical Services for Employees and/or Dependents), repayment must be made to USAID either by insurance payment or directly by the contractor, except for the amount of such expenses USAID is obligated to pay under this provision. The Contracting Officer will determine the repayment amount in accordance with the terms of this provision and the policies and procedures for employees contained in 16 FAM 521. When USAID pays the medical expenses, including medical travel costs (see section (e) above), of an individual (either the contractor or an eligible family member) who is covered by insurance, that individual promptly must claim his or her benefits under any applicable insurance policy or policies. As soon as the individual receives the insurance payment, the contractor must reimburse USAID for the full amount that USAID paid on the individual’s behalf or the repayment amount determined by the Contracting Officer in accordance with this paragraph, whichever is less. If an individual is not covered by insurance, the contractor must reimburse USAID for the entire amount of all medical expenses and any travel costs the contractor receives from his/her medevac provider.
(h) In the event that the contractor or eligible family member fails to recover insurance payments or transfer the amount of such payments to USAID within 90 days, USAID will take appropriate action to collect the payments due, unless such failure is for reasons beyond the control of the USPSC/dependent.
(i) Before departing post or terminating the contract, the contractor must settle all medical expenses 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.
ATTACHMENT III
PERSONAL SERVICES CONTRACTS WITH INDIVIDUALS
PART 52—SOLICITATION PROVISIONS AND CONTRACT CLAUSES
Subpart 52.2—Text of Provisions and Clauses
52.223-99 Ensuring Adequate COVID-19 Safety Protocols for Federal Contractors, Alternate 70.
ENSURING ADEQUATE COVID-19 SAFETY PROTOCOLS FOR FEDERAL CONTRACTORS (OCT 2021)-Alternate 70 (OCT 2021) (M/OAA-DEV-FAR-22-01c)
(a) Definition. As used in this clause -United States or its outlying areas means— (1) The fifty States; (2) The District of Columbia; (3) The commonwealths of Puerto Rico and the Northern Mariana Islands; (4) The territories of American Samoa, Guam, and the United States Virgin Islands; and (5) The minor outlying islands of Baker Island, Howland Island, Jarvis Island, Johnston Atoll, Kingman Reef, Midway Islands, Navassa Island, Palmyra Atoll, and Wake Atoll. (b) Authority. This clause implements Executive Order 14042, Ensuring Adequate COVID Safety Protocols for Federal Contractors, dated September 9, 2021 (published in the Federal Register on September 14, 2021, 86 FR 50985). (c) Personal Services Contracts with individuals. As a matter of policy, the contractor must comply with the USAID’s guidance applicable to direct-hire federal employees. (End of clause)
[END OF PROVISION]