Short Term Disability (STD) and Long Term Disability (LTD) Insurance Programs
ID: 2031JW25Q00073Type: Combined Synopsis/Solicitation
Overview

Buyer

TREASURY, DEPARTMENT OF THEOFFICE OF THE COMPTROLLER OF THE CURRENCYCOMPTROLLER OF CURRENCY ACQSWASHINGTON, DC, 20219, USA

NAICS

Direct Life Insurance Carriers (524113)

PSC

SOCIAL- GOVERNMENT LIFE INSURANCE PROGRAMS (G006)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of the Treasury, specifically the Office of the Comptroller of the Currency (OCC), is seeking qualified contractors to provide Short-Term Disability (STD) and Long-Term Disability (LTD) Insurance Programs for approximately 3,592 OCC and 200 Office of Financial Research (OFR) employees. The procurement aims to establish an integrated disability management approach that includes claims processing, customer service, and adherence to stringent security and privacy protocols, including compliance with Section 508 accessibility standards. This contract will be a Firm Fixed Price type, covering a base year from January 1, 2026, to December 31, 2026, with four additional option years available. Interested parties must submit their quotations by September 5, 2025, at 3:00 PM (Eastern), and can direct inquiries to John Baumert at john.baumert@occ.treas.gov or Patrick Reil at patrick.reil@occ.treas.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    This document is Amendment 0001 to Solicitation 2031JW25Q00073, issued by the Comptroller of the Currency. Its primary purpose is to extend the quotation submission deadline to Friday, September 5, 2025, at 3:00 PM (Eastern). The amendment also provides answers to industry questions, removes Mr. Patrick Reil as the contract specialist, and incorporates other changes marked in red font within the solicitation. Offerors must acknowledge receipt of this amendment to ensure their offers are considered. All other terms and conditions of the original solicitation remain unchanged.
    The document, an RFP Q&A worksheet for a Short-Term Disability (STD)/Long-Term Disability (LTD) Insurance Program, clarifies various aspects for potential contractors. Key points include the requirement for non-small businesses to submit a small business subcontracting plan without specific OCC goals or formats. NDAs are needed upon contract award, not with the proposal. The OCC will not provide an eligibility file for claims, and the technical capability page limit has been increased from 10 to 12 pages. Regarding security, a SOC2 report is the minimum acceptable, with an internal assessment still required for OCC ATO. The OCC intends to increase LTD benefit maximums, and clarifies current benefit discrepancies. The census data provides enrolled STD employees, and all eligible employees are covered under LTD. The OCC does not use a benefits administration system, nor does it have an internal claims team. Finally, the OCC will not consider proposals from insurance brokers, only insurance companies.
    The provided document, "Attachment 1 - OCC Census Data," is a detailed list of 881 entries, each containing a count, gender (Female or Male), and a 5-digit zip code, along with a numerical value labeled "Adjusted Base Salary." The presence of an "X" under a column titled "VSTD Enrolled" suggests a potential enrollment status, although the specific meaning of "VSTD" is not defined within the document. The file's format indicates it is likely a dataset used for demographic or compensation analysis within a government context, possibly related to staffing, salary benchmarks, or regional distribution, relevant for federal government RFPs, federal grants, or state and local RFPs where such detailed data might be required for reporting, planning, or statistical purposes.
    The document outlines the Metropolitan Life Insurance Company’s Group Policy for Short Term Benefits, effective July 1, 2015, issued to the Office of the Comptroller of the Currency. It details changes to exclusions for elective treatments, notably deleting “sex change surgery” and replacing it with a broader exclusion that exempts treatments directly related to gender dysphoria. The policy covers full-time, part-time, and temporary employees working at least 60 hours biweekly. Key aspects include definitions of disability, elimination periods, maximum benefit periods (90 days), and rehabilitation incentives such as increased weekly benefits and family care reimbursement. It also specifies income sources that will and will not reduce benefits, claim filing procedures, and general provisions regarding assignments, benefit payments, and overpayments. State-specific notices for residents of Texas, Utah, Vermont, and others are included, detailing consumer protection rights and unique policy provisions.
    The document outlines a long-term disability income insurance plan provided by MetLife for employees of the Office of the Comptroller of the Currency (OCC) and Office of Financial Research (OFR). Eligible employees include full-time, part-time, and temporary staff with appointments over one year, working a minimum of 60 hours biweekly. The plan, effective July 1, 2015, offers a monthly benefit of 60% of pre-disability earnings, up to a maximum of $15,000, after a 90-day elimination period. Benefits are subject to reduction by other income sources like Social Security and workers' compensation. The policy includes rehabilitation incentives, family care and moving expense incentives, and a single sum payment upon the insured's death. It also details exclusions for pre-existing conditions, substance abuse, mental disorders, and certain causes like war or self-inflicted injury. The document provides instructions for filing claims and contact information for various state insurance departments for inquiries or complaints, emphasizing regulatory compliance and employee support.
    The document,
    The provided government file, "ATTACHMENT 5 - STD Premium History" and "ATTACHMENT 5 - LTD Premium History", details the historical premium data for Short-Term Disability (STD) and Long-Term Disability (LTD) insurance from 2021 to 2025. The STD premium history shows bi-weekly deductions from employees' pay across 26 pay periods, with total annual premiums steadily increasing from $88,528.57 in 2021 to a projected $11,220.80 for part of 2025, with full 2025 data not provided. The LTD premium history provides monthly premium data categorized by "OCC" (Occupational) and "OFR" (Off-Road) for each year from 2021 to 2024, with only partial data for 2025. It also includes FICA amounts, which are combined for OCC/OFR, with specific quarterly figures for 2023. The total LTD premiums show an increase from $704,678.25 (OCC) and $28,033.72 (OFR) in 2021 to a projected $829,672.50 (OCC) and $45,774.32 (OFR) in 2024. The 5-Year Overall Total for LTD premiums is $3,181,514.66. This data is crucial for understanding the historical cost trends of these employee benefits, likely for the purpose of future budgeting, forecasting, or evaluating proposals in government RFPs or grants related to employee benefits.
    The document, "ATTACHMENT 6 – DELIVERABLES REQUIRED ELECTRONIC REPORTS, LETTERS, AND DOCUMENTS LISTING," outlines a comprehensive list of electronic deliverables and their submission frequencies required from a contractor. This attachment is crucial for understanding the contractual obligations related to reporting and documentation. Key deliverables include initial submissions such as Insurance Policies and Certificates, Forms and Brochures, Claim Filing Instructions, and the creation of Claim Reporting Structures, all due six weeks after the contract award. Ongoing deliverables vary in frequency: Activity Reports are monthly; Call In-take Reports and FICA Invoice Notifications are quarterly; and Disability Income Reports (1099 and W-2), and Experience Reports are annual. Other deliverables like the Implementation Project Plan, STD/LTD At-a-Glance, and Claims Experience Report have submission dates as agreed upon between the OCC and the Contractor. This document ensures clear expectations for timely and accurate electronic submissions, which is vital for effective contract management within a government context.
    The document, "ATTACHMENT 7 – TECHNICAL CAPABILITY QUESTIONNAIRE," is a request for proposal (RFP) from the Office of the Comptroller of the Currency (OCC) seeking detailed information from offerors regarding their technical capability to manage and administer an integrated disability program, including both Short-Term Disability (STD) and Long-Term Disability (LTD) services. The OCC will evaluate the offeror's ability to provide efficient services, fulfill performance goals, and specifically address key elements of the STD/LTD claims process, such as intake, benefit determination, vocational rehabilitation, return-to-work, and appeals. The RFP also requires confirmation of adherence to the OCC's specific plan design parameters for STD and LTD, including benefit percentages, maximum/minimums, waiting periods, and maximum benefit periods. Additionally, offerors must disclose any discrepancies with their own contract language, confirm their capability to set up separate claims structures for OCC and OFR employees, outline their responsibilities regarding tax reporting for benefits, provide details about their claims and customer service offices, and address aspects like minimum participation requirements, third-party vendors, portability, conversion options, implementation plans, and electronic/telephonic claims handling capabilities.
    The Non-Disclosure Agreement (NDA) for Conditional Access to Controlled Unclassified Information outlines the terms for individuals granted access to sensitive but unclassified U.S. Government information. This agreement, vital for work performed under specific contracts, obligates the individual to protect this information from unauthorized use or disclosure. It defines sensitive but unclassified information as anything whose misuse could adversely affect national interest or federal programs, including proprietary and privacy data, but not classified national defense information. The agreement strictly prohibits unauthorized divulgence or commercial use of this information, requiring prior written approval from the Office of the Comptroller of the Currency (OCC) for any disclosure or publication. Violations can lead to cancellation of access, civil action for damages, or criminal charges. All obligations remain in effect even after the contract concludes, ensuring continuous protection of sensitive information.
    The Office of the Comptroller of the Currency (OCC) and the Office of Financial Research (OFR) are seeking an experienced contractor to underwrite and administer their Short-Term Disability (STD) and Long-Term Disability (LTD) insurance programs. This Request for Quote (RFQ) outlines requirements for an integrated disability management approach, including specific plan designs for STD and LTD benefits, eligibility criteria, and claim filing procedures. The contract will be a Firm Fixed Price, with premiums paid by employees for STD and by the OCC/OFR for LTD. The selected contractor must adhere to stringent security and privacy requirements, including data protection, incident response, and compliance with federal regulations like Section 508 accessibility standards. Quotations are due by August 27, 2025.
    The Office of the Comptroller of the Currency (OCC) and the Office of Financial Research (OFR) issued RFQ 2031JW25Q00073 (Amendment 0001) for a Short-Term Disability (STD) and Long-Term Disability (LTD) Insurance Program. This combined synopsis/solicitation seeks an experienced contractor to underwrite and administer an integrated disability management approach for approximately 3,592 OCC and 200 OFR benefit-eligible employees. The contract, a Firm Fixed Price type, will cover a base year (January 1, 2026, to December 31, 2026) and four option years. The NAICS code is 524113, “Direct Life Insurance Carriers,” with a small business size standard of $47.0 million. Key requirements include claims processing, customer service, an account manager, and adherence to Section 508 accessibility standards, as well as stringent security and privacy protocols for Controlled Unclassified Information (CUI). Quotes are due by September 5, 2025, at 3:00 PM (Eastern).
    Lifecycle
    Title
    Type
    Similar Opportunities
    R - Notice of Proposed Contract Action (Treasury-wide) - Retirement Specialists Support (RSS)
    Buyer not available
    The Department of the Treasury, specifically the Office of the Comptroller of the Currency, is seeking to establish a Retirement Specialists Support (RSS) vehicle to provide comprehensive advisory, counseling, records analysis, and Federal benefits retirement processing support across all Treasury Bureaus. This procurement is aimed at creating a single-award Blanket Purchase Agreement (BPA) with a performance period not exceeding five years, utilizing the GSA Multiple Award Schedule and is exclusively set aside for certified Small Businesses located within a 50-mile radius of the Washington, DC metropolitan area. The selected contractor will play a crucial role in enhancing the retirement services offered to Treasury employees, ensuring effective management of retirement-related inquiries and processes. Interested parties should contact Matthew Quinn at Matthew.Quinn@occ.treas.gov or by phone at 202-913-2418 for further details.
    Information Technology Infrastructure Support Services
    Buyer not available
    The Department of the Treasury, specifically the Office of the Comptroller of the Currency (OCC), is seeking to procure Information Technology Infrastructure Support Services (ITISS) through a follow-on task order valued at approximately $21 million, or $26 million including options. This procurement aims to maintain critical IT infrastructure support while a new competitive contract is being re-competed, ensuring continuity of services essential for the OCC's operations. The acquisition is justified under FAR 8.405-6(a)(1)(i)(C) as a logical follow-on to a previously competed task order, with the contracting officer determining that this limited-source action represents the best value. Interested parties can reach out to Azita Mamdouhi at azita.mamdouhi@occ.treas.gov for further information.
    Notice of Intent to Sole Source – Inside Mortgage Finance Publication
    Buyer not available
    The Office of the Comptroller of the Currency (OCC) intends to award a firm fixed price contract on a sole source basis to Inside Mortgage Finance Publications for a subscription covering critical regulatory, political, legislative, and market issues in the residential mortgage sector. This subscription will provide essential insights, including mortgage industry statistics, exclusive quarterly rankings of top originators and servicers, and coverage of significant congressional and regulatory actions affecting the industry. The contract period is set from January 8, 2026, to January 7, 2027, with four additional option periods available. Interested parties may submit information by the requested date, as the OCC will consider responses to determine if a competitive procurement is warranted.
    Directed Medical Services for the Department of Labor, Office of Workers' Compensation Programs (OWCP), Division of Federal Employees Compensation (DFEC) program
    Buyer not available
    The Department of Labor (DOL) is seeking contractors to provide Directed Medical Services for the Office of Workers' Compensation Programs (OWCP), specifically for the Division of Federal Employees Compensation (DFEC) program. The objective of this procurement is to establish a nationwide network of medical specialists to facilitate timely adjudication of workers’ compensation claims through services such as second opinion examinations (SECOP), independent medical examinations (IME), and case file reviews. These services are crucial for accurately diagnosing work-related medical conditions and determining disability and permanent impairment levels for claimants across the United States and its territories. Interested parties should note that the proposal due date has been extended to December 19, 2025, with a contract period starting from March 28, 2026, and extending through March 27, 2031. For further inquiries, potential bidders can contact Kristen Hines at Hines.Kristen.A@Dol.Gov or Emily Bear at bear.emily.e@dol.gov.
    JUSTIFICATION FOR AN EXCEPTION TO FAIR OPPORTUNITY
    Buyer not available
    The Department of the Treasury, specifically the Office of the Comptroller of the Currency (OCC), is seeking to justify an exception to fair opportunity for the procurement of additional laptops, batteries, and peripherals. This modification aims to enhance the OCC's operational capabilities by ensuring that staff have the necessary equipment to perform their duties effectively. The procurement is critical for maintaining the efficiency of IT and telecom business applications and development support services. Interested parties can reach out to Marlon Holland at marlon.holland@occ.treas.gov or by phone at 202-897-7033 for further details regarding this opportunity.
    Support Services at Highlands Ranch Data Center
    Buyer not available
    The Department of the Treasury, specifically the Office of the Comptroller of the Currency, is seeking support services for the Highlands Ranch Data Center in Colorado. This procurement is based on a sole source justification, indicating that the services required are specialized and not readily available from multiple vendors. The services are crucial for maintaining the operational integrity of IT and telecom data center products, which play a vital role in the department's data management and processing capabilities. For further inquiries, interested parties can contact Karen A. Green at karen.green@occ.treas.gov.
    CI-Medical
    Buyer not available
    The Department of the Treasury, specifically the Internal Revenue Service's Criminal Investigation division, is soliciting proposals for a Firm-Fixed Price, Four-Year Indefinite Delivery Indefinite Quantity Contract for medical services. The contract aims to provide comprehensive medical evaluations and screenings for special agents, including applicant screenings, annual incumbent screenings, fitness-for-duty exams, immunizations, and breath alcohol testing, with a focus on adhering to IRS data safeguarding protocols. This procurement is critical for ensuring the health and fitness of law enforcement personnel, with the contract expected to run from October 1, 2025, to September 30, 2030. Interested contractors should contact Diana Vitenko at diana.vitenko2@irs.gov or 510-907-5083 for further details, as proposals will be evaluated based on a best-value trade-off approach emphasizing technical and management capabilities.
    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.
    OCC’s Supplier Registration Database
    Buyer not available
    The Treasury Department's Office of the Comptroller of the Currency (OCC) is issuing a Special Notice encouraging vendors to update their information in the OCC Supplier Registration Database. This database is crucial for the agency's early market research and identification of potential business opportunities. With the transition from DUNS numbers to Unique Entity Identifiers (UEI), vendors must provide their UEI ID for registration, obtainable through SAM.gov. The OCC uses this data to inform businesses about events and promote opportunities, particularly for small, minority-, and women-owned businesses, aligning with its commitment to diversity in procurement. To learn about doing business with the OCC, visit their dedicated webpage.
    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.