Accident Insurance for Locally Employed Staff (LES) - U.S. Embassy Brussels, Belgium
ID: 19GE5026Q0001Type: Combined Synopsis/Solicitation
Overview

Buyer

STATE, DEPARTMENT OFSTATE, DEPARTMENT OFACQUISITIONS - RPSO FRANKFURTWASHINGTON, DC, 20520, USA

NAICS

Direct Health and Medical Insurance Carriers (524114)

PSC

SOCIAL- GOVERNMENT HEALTH INSURANCE PROGRAMS (G007)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The U.S. Embassy in Brussels, Belgium, through the Regional Procurement Support Office in Frankfurt, Germany, is seeking proposals for accident insurance coverage for locally employed staff (LES) under solicitation number 19GE5026Q0001. This procurement aims to provide On-The-Job Accidents and Accidents to-and-from Work Insurance, which is a legal requirement under Belgian law, covering medical expenses and continuation of pay for eligible employees, including locally hired U.S. citizens and Foreign Service Nationals. The contract will be for one year, starting January 1, 2026, with four one-year renewal options, and proposals must be submitted electronically in two volumes by December 9, 2025, at 15:00 hrs CET. Interested parties can direct inquiries to Andra Balta at baltaa@state.gov or Ms. Gallone at gallonea@state.gov before the question deadline of November 21, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Embassy in Brussels, Belgium, through the Regional Procurement Support Office in Frankfurt, Germany, has issued a Combined Synopsis and Solicitation (No. 19GE5026Q0001) for On-The-Job Accidents and Accidents to-and-from Work Insurance coverage for its locally employed staff. This Request for Quotations (RFQ) is a full and open competition, with a NAICS code of 524114 and PSC code of G007. The contract is for one year, starting January 1, 2026, with four one-year renewal options. Offers, due by December 4, 2025, at 15:00 CET, must be submitted electronically in two volumes: Price Offer and Technical Offer. Questions are due by November 21, 2025, at 15:00 CET. Evaluation will be based on a Lowest-Priced, Technically Acceptable (LPTA) approach, considering price, technical capability (Strategic and Management Plans), and past performance. Key requirements include SAM registration, a registered office in Belgium, recognition by Fedris and FSMA, and compliance with Belgian law on occupational accidents.
    Amendment 0001 to Solicitation Number 19GE5026Q0001, issued by the American Consulate General Frankfurt, extends the deadline for proposal submissions. The new closing date and time for offers is December 9, 2025, at 15:00 hrs CET (Europe/Berlin). All other terms and conditions of the original solicitation remain unchanged. This amendment ensures that interested parties have additional time to prepare and submit their proposals for the specified government requirement.
    This government file outlines a fixed-price, economic price adjustment contract for On-The-Job Accidents and Accidents to and From Work Insurance services for U.S. Government employees in Belgium. The insurance is a legal requirement under Belgian law and covers medical expenses and continuation of pay for eligible employees, including locally hired U.S. citizens and Foreign Service Nationals. ORE Staff are covered via a separate rider. The contract specifies minimum order amounts, administrative retention amounts, and conditions for premium adjustments based on experience or changes in host government laws. The contractor is responsible for administration, claims processing within two weeks, and maintaining an online portal for communication. Key personnel, deliverables, and quality assurance provisions, including a one-complaint-per-month threshold, are also detailed.
    This government file, "SBU - CONTRACTING AND ACQUISITIONS Attachment II - Pricing," outlines the pricing structure for accident insurance for ONSS/RSZ Covered LES Employees across a base year and four option years. The document details categories for total prices per period, estimated numbers of premiums for specific CLINs (001, 101, 201, 301, 401), and instructions for offerors regarding price insertion and fixed monthly retention amounts. Pricing components include total salaries legal coverage, total annual premium (without taxes), taxes (3.29%), and total annual premium (with taxes), with a consistent total salary legal coverage amount of EUR 14,756,622.07 for each period. The file emphasizes that estimated premiums and total prices do not include riders, and monthly retention amounts are fixed and not percentage-based.
    The document, FAR Provision 52.212-3, outlines representations and certifications for offerors submitting proposals for federal contracts involving commercial products and services. It requires offerors to either confirm their annual representations and certifications are current in the System for Award Management (SAM) or to complete specific paragraphs covering various business statuses and compliance requirements. Key areas include small business designations (e.g., veteran-owned, women-owned, disadvantaged), compliance with Executive Order 11246 on equal opportunity, certifications regarding payments to influence federal transactions, and adherence to
    The provided government file details employee statistics and professional risk charges across two categories: ONSS/RSZ covered LES Employees and ONSS/RSZ covered ORE Employees, with a legal salary ceiling of 55,841.37 Euro for 2025. Exhibit A shows 271 LES employees, predominantly white-collar, with salary ranges both below and above the legal ceiling. Exhibit B details 27 ORE employees, comprising both white-collar and blue-collar staff, also with salary data relative to the legal ceiling. The 'RISQUE PROFESSIONNEL' section provides a detailed breakdown of charges, remunerations, and total costs for professional risk over several years (2020-2025) for 'Employés' and 'TOUTES CATEGORIES,' highlighting significant fluctuations in total charges and associated percentages.
    Form W-14, issued by the Department of the Treasury (IRS), is a Certificate of Foreign Contracting Party Receiving Federal Procurement Payments. Its purpose is to allow foreign entities receiving payments from federal procurement contracts to claim exemptions from the tax under section 5000C. The form requires identification details of the foreign contracting party and the acquiring agency. It provides sections for claiming exemptions based on international agreements (like income tax treaties) or international procurement agreements, or because goods/services are produced/performed in the United States. Foreign contracting parties can specify exempt and nonexempt amounts, provide explanations for their exemption claims, and must certify the accuracy of the information under penalties of perjury. This form is crucial for foreign contractors to ensure proper tax treatment for federal procurement payments and must be given to the acquiring agency, not the IRS.
    Form W-14, issued by the IRS, serves as a Certificate of Foreign Contracting Party Receiving Federal Procurement Payments. Its purpose is to establish a foreign contracting party's status and claim exemptions from the 2% tax imposed by Section 5000C on specified federal procurement payments. This tax applies to contracts with the U.S. government entered into on or after January 2, 2011, for goods or services produced in countries not party to an international procurement agreement. Foreign contracting parties must submit Form W-14 to the acquiring agency as early as possible, ideally when submitting an offer, but no later than contract execution. A revised form is required within 30 days of any change in circumstances. The form outlines who must provide it, exceptions for its use (e.g., U.S. persons, payments under simplified acquisition procedures), and definitions for key terms like "acquiring agency" and "specified federal procurement payment." Exemptions can be claimed based on international agreements (like tax treaties) or if goods are produced or services performed in the U.S. The form details specific instructions for identifying the foreign contracting party and acquiring agency, and for claiming exemptions, including calculating nonexempt amounts. Appendices list qualified income tax treaties that offer exemptions from the Section 5000C tax.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Health Insurance for Locally Employed Staff (LES), U.S. Embassy Bandar Seri Begawan, Brunei
    Buyer not available
    The U.S. Department of State is seeking qualified firms to provide health insurance coverage for its Locally Employed Staff (LES) and their eligible dependents at the U.S. Embassy in Bandar Seri Begawan, Brunei. The procurement involves a firm-fixed-price, indefinite-quantity contract that requires comprehensive health insurance services, including mandatory benefits such as hospitalization, outpatient care, and preventive services, while also outlining specific exclusions and coverage limits. This contract is crucial for ensuring the well-being of embassy staff and their families, with a performance period starting March 27, 2026, and extending through March 26, 2031, with a maximum funding amount of $900,000. Interested vendors must submit their proposals by January 14, 2026, and direct any inquiries to Jenina Dosch at DoschJK@state.gov or Patticha Gruenbeck at GruenbeckP@state.gov.
    RFQ 19NL8026-Q0002 Provision of Third-party Liability Insurance Coverage for Official Vehicles in The Netherlands
    Buyer not available
    The U.S. Department of State, through the U.S. Embassy in The Hague, is seeking proposals for the provision of third-party liability insurance coverage and legal expenses insurance for all U.S. Government-owned official vehicles in the Netherlands. The contract, identified by solicitation number 19NL8026-Q0002, requires interested offerors to submit their proposals, including a completed Standard Form (SF-1449) and a financial proposal, by email no later than December 21, 2025, at 4 P.M. local time. This insurance is crucial for ensuring adequate coverage against bodily injuries and property damage, with a minimum coverage requirement of €2,500,000.00. The performance period for the contract is set from January 1, 2026, to December 31, 2026, and all pricing must be quoted in Euros, excluding VAT. For further inquiries, potential bidders can contact Jonathan P. Wedd at WeddJP@state.gov or Geoffrey Osei-Bonsu at TheHagueContracts@state.gov.
    Medical Exams & EAP services
    Buyer not available
    The U.S. Embassy in Belgium is preparing to issue a presolicitation for an Indefinite Delivery Indefinite Quantity (IDIQ) firm-fixed-price contract for medical examination and Employee Assistance Program (EAP) services for locally employed U.S. Government staff. This procurement aims to ensure that the embassy's personnel receive necessary medical evaluations and support services, which are critical for maintaining the health and well-being of employees. Interested vendors must register on the System for Award Management (SAM) website, as registration is mandatory for contracts valued over $40,000, and electronic submissions will be accepted once the solicitation is officially released. For further inquiries, potential bidders can contact Andrew Malandrino or Michael Abrahams at BrusselsBids@state.gov.
    Presolicitation for U.S. Mission Geneva Official Vehicle insurance
    Buyer not available
    The U.S. Department of State is seeking qualified companies to provide insurance for its official vehicle fleet at the American Embassy in Geneva, Switzerland. The procurement aims to secure comprehensive insurance coverage for the vehicles used by the Permanent Mission of the United States in Geneva, ensuring compliance with local regulations and safeguarding government assets. The anticipated contract will have a base year with four one-year option periods, and the award will be made to the lowest priced technically acceptable offeror. Interested parties should note that the solicitation is not yet available but will be posted on the Contract Opportunities website, and they can contact Gavin Elliott at elliottgt@state.gov or Danielle Suberlucq at suberlucqdc@state.gov for further inquiries.
    HEALTH INSURANCE FOR LOCAL EMPLOYEES IN SPAIN
    Buyer not available
    The U.S. Department of State, through the U.S. Embassy in Madrid, is soliciting proposals for health insurance services for locally hired employees and retirees, along with their eligible family members, in Spain. The contract aims to provide comprehensive health coverage, including hospitalization, emergency services, and outpatient care, with specific minimum coverage percentages and exclusions outlined in the Request for Proposal (RFP). This procurement is crucial for ensuring that the embassy staff and their families have access to necessary medical services while complying with local Spanish laws. Interested vendors should note that the maximum contract value is 2,000,000 euros, and proposals must be submitted electronically by December 18, 2025, before 17:00 local time. For further inquiries, potential offerors can contact Jerad S. Tietz at tietzjs@state.gov or Maria Jose Moyano at moyanomx@state.gov.
    Pricing Model for Health Insurance for Locally Employed (LE) Staff
    Buyer not available
    The Department of State's Regional Procurement Support Office (RPSO) Frankfurt is conducting market research to gather industry feedback on pricing models for health insurance services for Locally Employed (LE) Staff at U.S. embassies and consulates overseas. The objective is to identify the most efficient and commercially reasonable pricing model, with options including Firm-Fixed Price (FFP) with Economic Price Adjustment, FFP with a profit-sharing formula, or other commercially proven models that comply with fiscal law. This initiative is crucial for ensuring fair and effective health insurance provisions for LE Staff, although no actual requirement currently exists, and the Government is not obligated to issue a solicitation or award a contract. Interested parties should submit their responses, not exceeding five pages, to Kenneth G. Mamba at MambaKG@state.gov by the specified deadline on SAM.gov.
    Locally Employed Staff Health Insurance
    Buyer not available
    The U.S. Embassy in Nicosia is soliciting proposals for health insurance coverage for its locally employed staff, with the contract set to commence on April 1, 2026. The Request for Proposal (RFP) seeks off-the-shelf health insurance plans that meet specified minimum benefit levels, aiming to award a fixed-price contract to the lowest-priced, acceptable, responsible bidder. The contract will cover a base year with four one-year options and a six-month extension, providing essential benefits such as hospitalization, emergency services, dental, and optical care. Proposals must be submitted both physically and electronically by January 14, 2026, at 12:00 noon, and interested parties can contact Shawn Peebles at peeblessr@state.gov or Aliki Evangelidou at NicosiaContracting@state.gov for further information.
    Global Medical Coverage, Life and Disability Insurance
    Buyer not available
    The Department of State, through the U.S. Embassy in Ottawa, is seeking qualified contractors to provide Global Medical Coverage, Life, and Disability Insurance services for locally hired employees of the U.S. Diplomatic Mission in Canada. The contract will cover an estimated number of employees and their eligible dependents, with the solicitation expected to be issued on www.SAM.gov when ready. This procurement is crucial for ensuring comprehensive health and life insurance coverage for U.S. personnel abroad, enhancing their welfare and security. Interested vendors must be registered in the System for Award Management (SAM) and can direct inquiries to the Contracting Officer at ContractsOttawa@state.gov or by phone at 613-688-5250, with the anticipated performance period including a base year and four optional years.
    Health Insurance for Locally Employed Staff at U.S. Embassy Harare, Zimbabwe
    Buyer not available
    The Department of State is seeking proposals for health insurance services for locally employed staff at the U.S. Embassy in Harare, Zimbabwe. The procurement will result in an Indefinite Delivery Indefinite Quantity (IDIQ) contract, which includes one base year and four option years, commencing in calendar year 2026. This contract is crucial for ensuring that the embassy staff have access to necessary health insurance coverage, adhering to U.S. federal procurement laws. Interested vendors must register in the U.S. System for Award Management (SAM) database and submit proof of active registration with their proposals, with the solicitation expected to be released in December 2025. For further inquiries, contact Sarah Pfannkuche at Pfannkuches@state.gov.
    Health Insurance for Locally Employed Staff at U.S. Embassy Harare, Zimbabwe
    Buyer not available
    The Department of State is seeking proposals for health insurance services for locally employed staff at the U.S. Embassy in Harare, Zimbabwe. The procurement involves issuing a Request for Proposal (RFP) for a firm-fixed price Indefinite Delivery Indefinite Quantity (IDIQ) contract, covering one base year and four option years, aimed at providing a new medical plan for the embassy's local staff. This contract is crucial for ensuring that the embassy's employees have access to necessary health care services, reflecting the U.S. government's commitment to supporting its workforce abroad. Interested firms must submit proposals in English and demonstrate their ability to operate in Zimbabwe, with a requirement for active registration in the System for Award Management (SAM). The solicitation will be posted on www.sam.gov under solicitation number 19GE5026R0003, and inquiries can be directed to Ms. Sarah Pfannkuche at Pfannkuches@state.gov.