Skip to main content

An official website of the United States government

You have 2 new alerts

USPSC OTI Training Team Leader - Washington, DC (GS-14)(Deadline Extended)

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Solicitation (Updated)
  • Updated Published Date: Oct 07, 2022 11:37 am EDT
  • Original Published Date: Sep 09, 2022 03:44 pm EDT
  • Updated Date Offers Due: Oct 17, 2022 01:00 pm EDT
  • Original Date Offers Due: Oct 10, 2022 01:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Nov 01, 2022
  • Original Inactive Date: Oct 25, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: R497 - SUPPORT- PROFESSIONAL: PERSONAL SERVICES CONTRACTS
  • NAICS Code:
    • 921190 - Other General Government Support
  • Place of Performance:

Description

SOLICITATION NUMBER:          72C0T122R00049

ISSUANCE DATE:          September 9, 2022

CLOSING DATE AND TIME:          October 17, 2022, 1:00 PM Eastern Standard 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 Training Team Leader - Washington, DC (GS-14) under a personal services contract, as described in the attached solicitation.

Offers must be in accordance with Attachment 1 of this solicitation at the place and time specified. Incomplete or unsigned offers will not be considered. Offerors should retain copies of all offer materials for their records. 

USAID will evaluate all offerors based on the stated evaluation criteria. USAID encourages all individuals, including those from disadvantaged and under-represented groups, to respond to the solicitation. 

Offerors interested in applying for this position MUST submit the following materials:

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

(a) Paid and non-paid experience, job title, location(s), dates held (month/year), and hours worked per week for each position. Dates (month/year) and locations for all overseas field experience must also be detailed. Any experience that does not include dates (month/year), locations, and hours per week will not be counted towards meeting the solicitation requirements.

(b) Specific duties performed that fully detail the level and complexity of the work. 

(c) Names and contact information (phone and email) of your current and/or previous supervisor(s). 

(d) Education and any other qualifications including job-related training courses, job-related skills, or job-related honors, awards or accomplishments. 

(e) U.S. Citizenship. 

Note:  Your resume should contain explicit information to make a valid determination that you fully meet the experience requirements as stated in this solicitation. This information should be clearly identified in your resume. Failure to provide explicit information to determine your qualifications for the position will result in loss of full consideration.  

       2. Supplemental document specifically addressing:

Each of the three (3) Evaluation Factors shown in the solicitation. Responses must be limited to 500 words per factor. Any additional words above the limit will neither be read nor scored.

NOTE: The Evaluation Factors are worth 70 out of 100 points. Offerors are required to address each of the Evaluation Factors in a separate document describing specifically and accurately what experience, training, education and/or awards they have received that are relevant to each factor.

      3. USPSC Offeror Information for Personal Services Contracts form AID 309-2. Offerors are required to complete and sign the form. Due to COVID-19 and limited access to equipment, we are currently accepting electronic and typed signatures on the AID 309-2 form.  

NOTE ABOUT THE SYSTEM FOR AWARD MANAGEMENT REQUIREMENTS All USPSCs with a place of performance in the United States are required to be registered in the System for Award Management (SAM) database prior to receiving an offer. You will be disqualified if you either fail to comply with this requirement or if your name appears on the excluded parties list. The selectee will be provided with guidance regarding this registration.

Additional documents submitted will not be accepted. Incomplete or late offers will not be considered. Your complete resume and the AID 309-2 form must be mailed or emailed to OTIjobs@usaid.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

E-Mail Address: OTIjobs@usaid.gov

Website: www.OTIjobs.net


 

Sincerely,


 

Jaclyn Humphrey

Supervisory Contracting Officer

72C0T122R00049

I. GENERAL INFORMATION

1. SOLICITATION NO.: 72C0T122R00049

2. ISSUANCE DATE: September 9, 2022

3. CLOSING DATE AND TIME FOR RECEIPT OF OFFERS: October 17, 2022, 1:00 pm Eastern Time (Deadline Extended)

4. POINT OF CONTACT: OTI Recruitment Team, Email at OTIjobs@usaid.gov.

5. POSITION TITLE: Training Team Leader

6. MARKET VALUE: This position has been designated at the GS-14 equivalent level, D.C. locality pay ($126,233 - $164,102). Final compensation will be negotiated within the GS- 14 levels based upon the selectee’s history, qualifications, previous relevant experience and work history, and educational background as reported on AID-309-2. For selectees 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. Salaries over and above the pay range will not be entertained or negotiated.  Offerors who live outside the Washington, D.C. area will be considered for employment but no relocation expenses will be reimbursed.  

7. PERIOD OF PERFORMANCE: One (1) year, with four (4) one-year option periods.

START DATE:  Within 45 days of receiving notification that required security clearance has been obtained.

8. PLACE OF PERFORMANCE: Washington, D.C.

9. ELIGIBLE OFFERORS: United States 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

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

OTI’s success now and in the future depends in large part on its ability to achieve an overarching organizational goal: the effective transfer and ongoing analysis of knowledge and experience – comprised of values, management processes, lessons learned, best practices, standards, and innovations – in real time, with a variety of stakeholders. These stakeholders include: OTI staff in the field and headquarters; OTI’s implementing partners around the world; USAID Missions overseas; other USAID offices and bureaus in Washington; other U.S. Government agencies and branches; other donors; other transition, stabilization and reconstruction practitioners; host government and/or other local counterparts; and the U.S. public. All of the above increases OTI’s level of transparency and accountability.

To this end, the Training Team advances OTI’s mission by connecting and developing training and learning opportunities for staff and implementing partners to enable effective programming. The Training Team also furthers OTI’s impact by contributing to Bureau and Agency-led training and learning efforts in support of country programs, our staff, and the wider office. Specifically, the Training Team serves as expert trainers, facilitators, designers, and activity managers for core training and learning events, while developing innovative learning resources and assets, such as e-learning courses, micro-tutorials, and how-to guides. In addition, the Training Team liaises with teams and subject matter experts across the office as well as with the Bureau and Agency to develop in-demand training and learning opportunities for staff and programs. The Training Team continues to further OTI’s aims, impacts, and lessons learned to equip staff and programs to be more effective. The OTI Training Team supports a model of organizational learning across the office that helps ensure:

  1. Increased exchange of ideas between headquarters and field teams;
  2. Increased opportunities for peer-to-peer dialogue, learning, and skills development;
  3. Easier access to content, and learning resources for a variety of stakeholders;
  4. More guidance available in online format;
  5. Provision of tools to identify and apply OTI’s programming lessons to increase the effectiveness and efficiency of OTI programs.

The Training Team Leader supports OTI’s mission by: supporting the design and coordination of innovative solutions that are adapted to OTI’s fast-paced global needs; by building the knowledge, skills and abilities of OTI staff to continually improve country program performance; supporting and facilitating learning and training events; and providing support services ranging from procurement to linkages with private sector partners. The Training and Learning Team supports learning and innovation through the application of technology – including OTI’s knowledge management platforms and the latest facilitation and online collaboration tools supported by OTI’s mapping, data visualization, and other analytic teams – to continually improve OTI staff and country program analysis, management and performance. The Training and Learning team ensures the effective integration of lessons and knowledge into OTI’s learning and training resources through close coordination with other units, teams, and divisions within OTI to achieve these goals.

CORE FUNCTIONAL AREAS OF RESPONSIBILITY

DUTIES AND RESPONSIBILITIES

The work of the Training Team Leader requires teamwork, the exercise of discretion, judgment, and personal responsibility. As a member of a highly visible and rapid response office, you are willing and able to perform a wide range of 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 place a premium on the building of positive relationships with your respective team and with key stakeholders both in and outside of USAID. You are a team player, 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 service-oriented, highly organized, and pay close attention to detail. You are a strategic thinker, articulate innovative ideas, present solutions, and a positive role model for colleagues both in and outside of OTI.  

The Training Team Leader serves as OTI’s principal strategist and facilitator of staff learning and training, including efforts that support programmatic performance and learning, throughout all staff’s tenure at OTI. This work extends to enabling OTI’s implementing partner staff understanding of OTI’s business model, OTI’s specialized tools, and applying OTI’s programming principles to field programs. The Training Team Leader creates the vision, and efficiently manages the day-to-day priorities and responsibilities of the team. Serving as the team’s manager, you will guide the team’s approach to completing existing projects, reviewing the quality of team’s technical work, while also prioritizing and proactively planning for upcoming and anticipated projects. You serve as the lead for more complex strategic work including ensuring seamless coordination with the Global Knowledge Management and the Program Performance Management (PPM) Teams; and helping the office manage the institutional knowledge required for meaningful, on-going engagement with the CPS Bureau, Agency, and implementing partners. The Training Team Leader sits on Bureau and Agency professional and working groups, including the CPS Professional Development and Training group, among others. Additionally, you will liaise with USAID/CPS on training and learning requests and will contribute to cross-team/bureau projects. You will also serve as a permanent member of the OTI Programming Principles (OPP) Steering Committee, one of OTI’s standing bodies that is essential to the implementation of our business model in the field. The specific tasks and priorities of the Training Team Leader  will evolve in accordance with the requirements of OTI and will be determined in consultation with the Team Leader’s supervisor. The Team Leader is also committed to upholding USAID/OTI’s Diversity, Equity, Inclusion, and Accessibility’s (DEIA) Vision and Values as outlined in the background.

Under the supervision of the CPS/OTI Chief, Program Learning and Innovation (PLI) or designee, you will perform the following duties:

At the GS-14 TrainingTeam Leader Level:

Note: Duties and responsibilities are listed in order of importance for this position

  • Independently lead the design, development and delivery of innovative learning and training solutions, including organizing and planning events to increase OTI and implementing partner staff members’ application of OTI’s program practices and lessons learned;
  • Provide expert specialized assistance and decision-making leadership in defining and continuously improving the office’s approach to training design, delivery and evaluation, ensuring high quality, incorporating the latest industry innovations, and compliance with Agency standards;
  • Provide intellectual, strategic, and managerial leadership in the formulation and implementation of OTI’s worldwide strategies for learning and training, in close collaboration with the Field  Programs Division, and other key stakeholders; 
  • Manage the Training Team, including supervising, mentoring, coaching, and evaluating the Training Team staff;
  • Oversee the planning and oversight of the logistical, budget, administrative, human resources, and contractual mechanisms in support of Training Team activities; 
  • Serve as an expert on policy interpretation and implementation related to design and management of training and learning programs across a broad range of program areas - from new hire onboarding, to field-focused program learning, to long-term strategic planning for building OTI’s facilitation resources;
  • Establish systems and processes to ensure that training resources and materials are up to date with the latest guidance, language, graphics, case examples, etc; and ensure that staff and partners have easy access to training resources, guidance, and administrative support;
  • Conduct planning and data analyses activities in overseeing the design and evaluation of training and learning methods, systems, tools, and events;
  • Lead the Training Team’s collaboration with OTI’s Operations and Management Division (OMD) regarding new and transitioning employee onboarding and exit processes, as well as ongoing staff development and performance management;
  • Manage collaboration with OTI’s key learning stakeholders, including senior management, to ensure consideration of interconnected issues and different approaches; and manage complicated coordination across the office with regards to priorities, content development, strategic planning, and opportunities to leverage each other’s work;
  • Serve as the Training Team representative on the OTI Programming Principles (OPP) Steering Committee, advising and coordinating with OTI Senior Management officials on the timing, frequency, participation, and technical content-related aspects of this critical OTI event;
  • Represent OTI in inter- and intra-agency working groups on learning and training related  to transition assistance and/or working in complex environments; 
  • Represent and articulate OTI’s mission and global programs to select visitors, officials  from international organizations, bilateral donors, and national and foreign government  officials. Serve as a liaison with other DCHA offices, USAID divisions and the State  Department to develop appropriate program and policy direction;
  • Carry out higher representational responsibilities, including serving as Acting Division Chief or Acting Deputy Division Chief;
  • Lead or be a member of Technical evaluation committees, as needed, for OTI procurements;
  • Strategically identify, develop, and maintain professional relationships with key stakeholders within OTI, the CPS bureau, and across the agency; 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 (6) months. Duties performed while on detail must be directly related to the scope of work. Contracting Officer (CO) approval is required for the temporary detail. Any extension past the six (6) months requires CO approval.

SUPERVISORY RELATIONSHIP:

The Training Team Leader will be supervised by the Chief of the Program Learning and Innovation Division or their designee.

SUPERVISORY CONTROLS:

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. 


 

12. PHYSICAL DEMANDS

The work is generally sedentary and does not pose undue physical demands. During training and learning events, and while on overseas deployment on assessment teams, and/or during site visits, 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). 

13. WORK ENVIRONMENT:

Work is primarily performed in a hybrid office/telework setting, with generally three (3) to eight (8) days of telework per pay period (every two weeks). Office days will be determined in consultation with the supervisor. During training and learning events, and while on overseas deployment on assessment teams, and/or during site visits, the work may additionally involve special safety and/or security precautions, wearing of protective equipment, and exposure to severe weather conditions.   

II. MINIMUM QUALIFICATIONS REQUIRED FOR THIS POSITION

(Determines basic eligibility for the position. Offerors who do not meet all of the education and experience factors are considered NOT qualified for the position. See detailed instructions for demonstrating Education/Experience under “Submitting an Offer”)

At a minimum, the applicant must have:

At the GS-14 Training Team Leader level:

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 eleven (11) years of work experience;

OR

A High School Diploma/equivalent with thirteen (13) years of work experience;

AND

2. Five (5) years of project management experience where the offeror’s work included focus on organizational, program or individual learning and/or training solutions, systems and strategies;

3. Two (2) years of experience leading and/or managing programs with an international development focus, or community development experience working with underserved communities in the United States. Experience may be with private sector, non-governmental organizations (NGOs), or government organizations (local, state, and/or federal); 

4. Two (2) years supervisory experience (including mentoring, guiding, and/or training staff).

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.

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 Please describe your experience providing decision-making leadership and management of organizational strategies for learning, and training design, delivery and evaluation. Include details regarding coordinating and collaborating across a diverse organization with varied needs.

Factor #2 Describe your experience gathering and synthesizing key themes or lessons – from a variety of sources – and incorporating them into the design of training, learning opportunities or resources. In your response, include descriptions of your relevant skills and/or approaches.

Factor #3 Please explain your experience using facilitation skills, including your knowledge of and ability to incorporate the latest training tools and innovations.


 

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

IV. SUBMITTING AN OFFER

Offers must be received by the closing date and time at the address specified in Section I, item 3, and submitted to the Point of Contact in Section I, item 4.

Qualified offerors are required to submit:

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

(a) Paid and non-paid experience, job title, location(s), dates held (month/year), and hours worked per week for each position. Dates (month/year) and locations for all overseas field experience must also be detailed. Any experience that does not include dates (month/year), locations, and hours per week will not be counted towards meeting the solicitation requirements.

(b) Specific duties performed that fully detail the level and complexity of the work. 

(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. Due to COVID-19 and limited access to equipment, we are currently accepting electronic and typed signatures on the AID 309-2 form. 

     4.  Ensuring Adequate COVID-19 Safety Protocols for Federal Contractors - The Offeror 

      will be required to show proof that the Offeror is fully vaccinated against COVID-19 on or    

      before the first day of onboarding or submit an approved reasonable accommodation to the 

      CO. If the contractor does not meet this requirement the contract may be terminated.*

         *See Notice Regarding Any Court Order Affecting the Implementation of E.O. 14042 in 

           Section VIII below. 

Additional documents submitted will not be accepted.

To ensure consideration of offers for the intended position, offers must prominently reference the solicitation number in the offer submission.

Offeror resources are available at www.otijobs.net/guidance-for-applying

DOCUMENT 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 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.

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. Questionnaire for Sensitive Positions (for National Security) (SF-86), or Questionnaire for Non-Sensitive Positions (SF-85). 
  3. Fingerprint 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:

  1. Employer's FICA Contribution
  2. Contribution toward Health & Life Insurance
  3. Pay Comparability Adjustment
  4. Annual Increase (pending a satisfactory performance evaluation)
  5. Eligibility for Worker's Compensation
  6. Annual and Sick Leave
  7. Paid Parental 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.

  1. 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 – Training Team Leader 

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- Training Team Leader

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.htmNote:  Personal services contractors are not eligible to participate in the Federal Employees Health Programs.

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

(c) When the contractor or eligible family member is covered by health insurance, that insurance is the primary payer for medical services provided to that contractor or eligible family member(s) both in the United States and abroad.  The primary insurer’s liability is determined by the terms, conditions, limitations, and exclusions of the insurance policy.  When the contractor or eligible family member is not covered by health insurance, the contractor is the primary payer for the total amount of medical costs incurred and the U.S. Government has no payment obligation (see paragraph (f) of this provision).

(d) USAID serves as a secondary payer for medical expenses of the contractor and eligible family members who are covered by health insurance, where the following conditions are met:

(1) The illness, injury, or medical condition giving rise to the expense is incurred, caused, or materially aggravated while the eligible individual is stationed or assigned abroad;

(2) The illness, injury, or medical condition giving rise to the expense required or requires hospitalization and the expense is directly related to the treatment of such illness, injury, or medical condition, including obstetrical care; and

(3) The Office of Medical Services (M/MED) or a Foreign Service medical provider (FSMP) determines that the treatment is appropriate for, and directly related to, the illness, injury, or medical condition.

(e) The Mission Director may, on the advice of M/MED or an FSMP at post, authorize medical travel for the contractor or an eligible family member in accordance with the General Provision 10, Travel and Transportation Expenses (July 1993), section (i) entitled “Emergency and Irregular Travel and Transportation.”  In the event of a medical emergency, when time does not permit consultation, the Mission Director may issue a Travel Authorization Form or Medical Services Authorization Form DS-3067, provided that the FSMP or Post Medical Advisor (PMA) is notified as soon as possible following such an issuance.  The contractor must promptly file a claim with his or her medevac insurance provider and repay to USAID any amount the medevac insurer pays for medical travel, up to the amount USAID paid under this section.  The contractor must repay USAID for medical costs paid by the medevac insurer in accordance with sections (f) and (g) below.  In order for medical travel to be an allowable cost under General Provision 10, the contractor must provide USAID written evidence that medevac insurance does not cover these medical travel costs.

(f) If the contractor or eligible family member is not covered by primary health insurance, the contractor is the primary payer for the total amount of medical costs incurred.  In the event of a medical emergency, the Medical and Health Program may authorize issuance of Form DS-3067, Authorization for Medical Services for Employees and/or Dependents, to secure admission to a hospital located abroad for the uninsured contractor or eligible family member.  In that case, the contractor will be required to reimburse USAID in full for funds advanced by USAID pursuant to the issuance of the authorization.  The contractor may reimburse USAID directly or USAID may offset the cost from the contractor’s invoice payments under this contract, any other contract the individual has with the U.S. Government, or through any other available debt collection mechanism.

(g) When USAID pays medical expenses (e.g., pursuant to Form DS-3067, Authorization for Medical Services for Employees and/or Dependents), repayment must be made to USAID either by insurance payment or directly by the contractor, except for the amount of such expenses USAID is obligated to pay under this provision.  The Contracting Officer will determine the repayment amount in accordance with the terms of this provision and the policies and procedures for employees contained in 16 FAM 521.  When USAID pays the medical expenses, including medical travel costs (see section (e) above), of an individual (either the contractor or an eligible family member) who is covered by insurance, that individual promptly must claim his or her benefits under any applicable insurance policy or policies.  As soon as the individual receives the insurance payment, the contractor must reimburse USAID for the full amount that USAID paid on the individual’s behalf or the repayment amount determined by the Contracting Officer in accordance with this paragraph, whichever is less.  If an individual is not covered by insurance, the contractor must reimburse USAID for the entire amount of all medical expenses and any travel costs the contractor receives from his/her medevac provider.

(h) In the event that the contractor or eligible family member fails to recover insurance payments or transfer the amount of such payments to USAID within 90 days, USAID will take appropriate action to collect the payments due, unless such failure is for reasons beyond the control of the USPSC/dependent.

(i) Before departing post or terminating the contract, the contractor must settle all medical expense and medical travel costs.  If the contractor is insured, he or she must provide proof to the Contracting Officer that those insurance claims have been submitted to the insurance carrier(s) and sign a repayment agreement to repay to USAID any amounts paid by the insurance carrier(s).

ATTACHMENT 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-FAR22-01c)

(a) Definition. As used in this clause - 

United States or its outlying areas means— 

(1) The fifty States; 

(2) The District of Columbia;

 (3) The commonwealths of Puerto Rico and the Northern Mariana Islands; 

(4) The territories of American Samoa, Guam, and the United States Virgin Islands; and 

(5) The minor outlying islands of Baker Island, Howland Island, Jarvis Island, Johnston Atoll, Kingman Reef, Midway Islands, Navassa Island, Palmyra Atoll, and Wake Atoll. 

(b) Authority. This clause implements Executive Order 14042, Ensuring Adequate COVID Safety Protocols for Federal Contractors, dated September 9, 2021 (published in the Federal Register on September 14, 2021, 86 FR 50985). 

(c) Personal Services Contracts with individuals. As a matter of policy, the contractor must comply with the USAID’s guidance applicable to direct-hire federal employees. 

(End of clause)

Notice Regarding Any Court Order Affecting the Implementation of E.O. 14042 USAID will take no action to enforce the clause (FAR 52.223-99) implementing the requirements of Executive Order 14042, absent further written notice from USAID, where the place of performance identified in the contract is in a U.S. state or outlying area subject to a court order prohibiting the application of requirements pursuant to the Executive Order (hereinafter, “Excluded State or Outlying Area”). In all other circumstances, USAID will enforce the clause, except for contractor employees who perform substantial work on or in connection with a covered contract in an Excluded State or Outlying Area, or in a covered contractor workplace located in an Excluded State or Outlying Area. A current list of such Excluded States and Outlying Areas is maintained at https://www.saferfederalworkforce.gov/contractors/. 

[END OF PROVISION]

Contact Information

Contracting Office Address

  • 555 12th St. NW
  • Washington , DC 20004
  • USA

Primary Point of Contact

Secondary Point of Contact





History