Dental Insurance
ID: 2031JW24R00002Type: Solicitation
Overview

Buyer

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

NAICS

Direct Health and Medical Insurance Carriers (524114)

PSC

SOCIAL- GOVERNMENT INSURANCE PROGRAMS: OTHER (G008)
Timeline
    Description

    The Department of the Treasury, specifically the Office of the Comptroller of the Currency (OCC), is seeking proposals for a contractor to provide and manage a comprehensive Dental Insurance Program for its employees, retirees, and their eligible family members. The procurement includes the administration of two dental plan options: a Preferred Provider Organization (PPO) and a Dental Health Maintenance Organization (DHMO), with the OCC covering full premium costs for active employees and certain retirees. This initiative is crucial for ensuring access to quality dental care and managing the financial aspects of employee health benefits, with services expected to commence on July 1, 2025, following a transition period. Interested parties can reach out to Matthew Quinn at Matthew.Quinn@occ.treas.gov or (202) 913-2418 for further details, and must adhere to the submission guidelines outlined in the attached solicitation documents.

    Files
    Title
    Posted
    The document details a solicitation for dental insurance services for employees and retirees of the Office of the Comptroller of the Currency (OCC) and the Office of Financial Research (OFR). It outlines the requirements for a contractor to administer two dental plans (PPO and DHMO) over a base year and up to nine optional years, including premium structures and billing procedures. The OCC fully funds premiums for active employees while retirees bear the costs based on their selected coverage tiers. Furthermore, the contractor is responsible for enrollment and communication processes, including on-site health events and educational seminars. The specification emphasizes the need for compliance with federal regulations on data security and privacy, requiring services to be performed within the U.S. and protecting personally identifiable information (PII). The key deliverables include a detailed dental program guide, enrollment summaries, and regular claims processing reports. A strong focus is placed on the contractor's ability to provide a secure online system for claims management, member outreach, and effective customer support. This solicitation represents the OCC’s commitment to offering comprehensive employee benefits while ensuring regulatory adherence and quality service delivery.
    The government file presents a comprehensive price proposal for a health benefit plan covering the period from April 1, 2025, through March 31, 2035, including various option periods. It outlines a structured pricing model segmented into transition, base, and multiple option periods. Each segment delineates pricing categories for Preferred Provider Organization (PPO) and Dental Health Maintenance Organization (DHMO) plans across composite, two-tier, and three-tier rates for active employees and retirees, with estimates for monthly and annual premiums left unfilled. Each option period specifies employee and retiree demographics, with corresponding pricing and an embedded price cap not yet determined. Estimates reflect a consistent cost baseline of $0 for initial years, projecting premium changes attributed to a 2% cap on previous costs as demonstrated in later calculations. Ultimately, the document's purpose focuses on establishing a transparent pricing framework for health plans over a decade, ensuring stakeholders can assess financial commitments associated with employee health benefits. The structured data facilitates government entities in managing budgets related to employee and retiree health coverage effectively.
    The document outlines the current dental plan designs for both PPO and DHMO options, detailing benefits, reimbursement levels, and exclusions for various dental services. Under the PPO plan, services are categorized into four classes: Class I (Diagnostic and Preventive Care), covered at 100% in-network; Class II (Basic and Restorative Care), at 80% in-network after a deductible; Class III (Major Care), at 60% in-network; and Class IV (Orthodontia), at 60% coverage. Important plan features include annual maximums, deductibles, and specific reimbursement policies for certain procedures, including limitations on services for missing teeth. The DHMO plan eliminates annual maximums and deductibles but requires copayments ranging from $0 to $2,100 depending on the service. Coverage also emphasizes coordination of specialty care through dentists. The document specifies coverage exceptions and outlines policy limitations, ensuring clear communication of what services are not covered. Overall, the document serves as a comprehensive guide for understanding the dental benefits available, compliance with applicable regulations, and the financial responsibilities they impose on enrollees. This information is relevant in the context of government RFPs and grants, as it provides essential details for agencies assessing health plans and dental care services for eligibility under funding requirements.
    The document outlines an Enhanced Plan Design for dental insurance, specifically detailing the benefits and reimbursement levels associated with both PPO and DHMO options. It presents a structured benefits summary categorized into classes including Class I (Diagnostic and Preventive), Class II (Basic Restorative and Periodontics), Class III (Major Restorative), and Class IV (Orthodontics). The in-network and out-of-network reimbursement rates, calendar year maximums, and deductibles are defined, showcasing comprehensive coverage for various dental procedures. This enhanced plan allows for up to $3,000 in annual benefits for Classes I, II, and III, with an orthodontic lifetime maximum of $2,500 for both children and adults. Specific procedure codes for covered services are delineated, along with necessary limitations and exclusions that guide patient eligibility and treatment coverage. Overall, the document serves as a guidelines manual for dental benefits, making it relevant within the context of state and federal initiatives to provide comprehensive healthcare options. By ensuring appropriate planning and authorization for dental procedures, the plan aims to balance access to necessary dental care with financial management of costs incurred by both patients and their insurers.
    The document provides a comprehensive overview of dental insurance enrollment data from Delta Dental of California, spanning from January 2015 to December 2023. It details monthly statistics on various enrollment types, including PPO and DHMO plans, for active employees, retirees, and survivors. Key data points include total sponsors, covered lives, and premium amounts, with specific attention given to the fluctuation of enrollment numbers over the years, illustrating trends in dental insurance coverage. The report also summarizes claims processed under DHMO and PPO plans, providing insights into the financial aspects of the insurance offering. This data serves to inform government entities involved in RFPs and grants by presenting a clear picture of enrollment patterns and financial implications associated with dental insurance plans. As such, the document aids in assessing the health insurance landscape, potentially guiding funding decisions and program implementations. By identifying trends in enrollment and claims, the report enhances understanding of dental care accessibility and associated costs, crucial for both state and federal policy evaluations.
    The document outlines the terms of a Fully-Insured Participating Funding Arrangement, where the Office of the Comptroller of the Currency (OCC) pays the Contractor's premiums, while the Contractor manages covered claims and expenses. At the end of each policy year, an annual settlement will assess whether the account resulted in a surplus (margin) or shortfall (deficit). If the claims and expenses are lower than the paid premiums, the surplus will be held in a Premium Stabilization Reserve (PSR), which accrues interest and can be utilized to reduce future premium costs or offset deficits. Conversely, deficits, if incurred, are carried forward and can only be recovered through future margins. Regular reporting of claims experience allows for informed management and reduction of unexpected outcomes at the year-end settlement. This arrangement serves to balance the financial responsibilities between the OCC and the Contractor, ensuring fiscal accountability and risk management within federal funding frameworks.
    This document outlines a Non-Disclosure Agreement (NDA) for individuals granted conditional access to sensitive but unclassified information related to U.S. Government contracts. The primary purpose is to ensure the protection of such information from unauthorized use or disclosure, highlighting the trust placed in the individual by the government. Key provisions include obligations to protect sensitive information, restrictions on disclosure, and conditions for publication based on information accessed under the contract. It mandates that any notes taken must remain secure or subject to review for sensitive information before release. The document emphasizes that violations may lead to cancellation of access, civil action for damages, and potential criminal charges. The NDA aligns with existing government legal frameworks, maintaining its validity throughout the contract period and beyond, until explicitly released. This agreement is crucial for safeguarding national interests and supporting federal programs, tying into larger government protocols on information disclosure under various statutes. Overall, it establishes a clear legal framework for managing sensitive information to mitigate risks associated with unauthorized access or dissemination.
    The document outlines a format for submitting questions regarding a Request for Quotation (RFQ). Companies are instructed to fill in specific highlighted columns: their name, the section of the RFQ their question pertains to (including section, paragraph, and page number), and the question itself. No alterations to the document's structure are permitted, ensuring consistency in submissions. The purpose is to facilitate clear communication and address any uncertainties potential offerors may have about the RFQ. This structured approach aims to streamline the review process and ensure all relevant inquiries are collected and addressed systematically, reflecting a common practice in federal and state RFP processes to enhance bidder engagement and transparency in contract bidding.
    The document presents a comprehensive list of locations and ZIP codes associated with duty stations for the pay period of September 2024 across various cities in the United States, primarily focusing on Massachusetts, New York, New Jersey, and Pennsylvania, among others. Each entry includes a city, state, and ZIP code, highlighting the geographical spread of federal and state/local Request for Proposals (RFPs) and grants. The purpose of this compilation appears to facilitate administrative and operational planning within government agencies, particularly in relation to funding allocations and resource distribution associated with federal grants and RFPs. By cataloging these locations, the document serves as a reference for stakeholders involved in public sector initiatives and grant management. The detailed listing suggests a structured approach to categorizing potential areas for project implementation, with a significant concentration in metropolitan regions such as Boston, New York City, and Philadelphia. The format emphasizes thoroughness and utility for government officials and organizations seeking to navigate and respond to local funding opportunities or collaborative projects in these regions.
    The document pertains to a Request for Proposal (RFP) issued by the Office of the Comptroller of the Currency (OCC) for a contractor to provide and manage a Dental Insurance Program for its employees, retirees, and their eligible family members. The RFP outlines the requirements for the contractor, including underwriting and administering two dental plan options: a Preferred Provider Organization (PPO) and a Dental Health Maintenance Organization (DHMO). Key points include the contractor’s responsibilities for program benefits, eligibility criteria for enrollees, and specific deliverables. The OCC will cover the full premium costs for active employees and certain retirees, while non-disabled retirees will bear the costs based on selected coverage tiers. A transition period from April 1, 2025, to June 30, 2025, is allocated for employee enrollment before services commence on July 1, 2025. The document highlights performance expectations, including claims processing, maintaining enrollment systems, and compliance with security, privacy, and accessibility standards. The contractor must provide detailed reports and maintain proper oversight for service delivery. This RFP emphasizes the OCC’s commitment to delivering quality dental insurance while ensuring the wellbeing of its employees and retirees through effective program management.
    Lifecycle
    Title
    Type
    Dental Insurance
    Currently viewing
    Solicitation
    Similar Opportunities
    6515--Dental Equipment and Items
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking quotes for dental equipment and supplies under a federal contract designated as Request for Quote (RFQ) 36C25924Q0805. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and includes a variety of dental items, such as mixing bowls, dispensers, and dental crowns, which are essential for the operation of the Oklahoma City VA Medical Center. Interested vendors must submit their quotes via email by 12:00 PM MDT on September 17, 2024, and are encouraged to direct any questions to Contract Specialist Barron Long at barron.long@va.gov by September 12, 2024. Compliance with the Buy American Act and limitations on subcontracting is mandatory, and the government reserves the right to make an award based solely on the initial quotes received.
    SYNOPSIS ONLY - Litigation Support Services
    Active
    Treasury, Department Of The
    The Department of the Treasury, specifically the Office of the Comptroller of the Currency (OCC), is seeking to procure Litigation Support Services (LSS) focused on electronic discovery (eDiscovery) solutions through a single-award contract. The primary objective is to enhance the OCC's capabilities in managing legal matters, including responses to subpoenas and civil litigation, by utilizing advanced technologies such as the RelativityOne Government tool for efficient data collection and processing. This contract will span five years, including four optional 12-month periods, with an anticipated solicitation release between October and November 2024. Interested parties can direct inquiries to Anethra Facione at Anethra.Facione@occ.treas.gov or by phone at 202-649-0000.
    6520--Copy of Dental Prosthesis Service-544
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for dental laboratory services under the title "6520--Copy of Dental Prosthesis Service-544." The selected contractor will be responsible for providing a range of dental prostheses, including crowns, bridges, and dentures, while adhering to stringent quality standards set by FDA and ANSI regulations. This procurement is particularly significant as it aims to ensure high-quality dental services for veterans, with an initial contract period of one year and the possibility of four additional option years. Interested parties should contact Contracting Officer Marcus Watts at marcus.watts@va.gov for further details regarding the proposal submission process and deadlines.
    OCC’s Supplier Registration Database
    Active
    Treasury, Department Of The
    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.
    Synopsis
    Active
    Dept Of Defense
    Presolicitation Department of Defense is seeking manufacturers and distributors of dental supplies and equipment for U.S. soldiers, sailors, airmen, and marines worldwide. The solicitation includes a wide range of dental supplies and equipment such as acrylics, anesthetics, burs, gloves, hand-pieces, and dental implants. The objective is to establish long-term contracts for dental supplies and equipment ordered through the DLA Electronic Catalog for delivery to Department of Defense research centers, hospitals, dental laboratories and clinics, and federal customers. The estimated 5-year value of the contracts is $246,800,000. The solicitation will be available on or before November 16, 2016, and proposals can be submitted at any time during the open periods of the solicitation. All responsible sources may submit a proposal and shall be considered by the Agency.
    Q301--Dental Water Testing Roseburg/Eugene
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking to procure Dental Water Testing Services for the Roseburg VA Medical Center in Oregon. The contract will be awarded under a Firm Fixed Price model, covering an initial period of one year with four optional one-year extensions, and is exclusively set aside for small businesses under NAICS code 541380, which pertains to Testing Laboratories and Services. This procurement is crucial for ensuring the safety and compliance of dental water systems within the facility. Interested vendors should prepare for the anticipated solicitation release on or around September 11, 2024, with responses due by September 20, 2024, at 3 PM Pacific Time. For further inquiries, vendors can contact Contract Specialist Craig Brown at craig.brown7@va.gov or 360-696-4061 EXT 31504.
    Occupational Health Physician/Clinical/Lab Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Engineer District Mobile, is seeking contractors to provide Occupational Health Physician and Clinical/Lab Services under Solicitation Number W9127824R0014. The procurement aims to deliver comprehensive occupational health services, including physical examinations, medical oversight, and various health programs, to support the U.S. Army Corps of Engineers workforce across multiple locations in the continental United States and territories. This full and open competition contract is critical for ensuring compliance with OSHA and other regulatory standards while maintaining the health and safety of personnel. Interested parties can download the solicitation package starting on or about October 1, 2024, and should direct inquiries to Kevin Williams at kevin.h.williams@usace.army.mil or Erica Collins at erica.m.collins@usace.army.mil.
    Q301--Dental Water Testing Roseburg/Eugene
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for Dental Water Testing Services at the Roseburg VA Medical Center, with a focus on ensuring compliance with U.S. potable water standards. The contractor will be responsible for assessing dental unit water line contamination across multiple sites in Roseburg and Eugene, conducting monthly sampling, and providing necessary testing materials and protocols, with a maximum contamination threshold of 500 colony-forming units (CFU) per milliliter. This procurement is critical for maintaining health safety standards in dental practices, particularly regarding water quality, and the total contract value is estimated at $19 million over five years. Interested parties should contact Contract Specialist Craig Brown at craig.brown7@va.gov or 360-696-4061 ext 31504 for further details.
    PHARMACY BENEFITS MANAGEMENT SERVICES (PBM)
    Active
    Labor, Department Of
    The Department of Labor plans to contract Pharmacy Benefits Management Services (PBM) for its Office of Workers' Compensation (OWCP). The upcoming Request for Proposal (RFP) seeks a single Fixed Price contract for comprehensive PBM services, including prescription coverage and a pharmacy card system for OWCP's various divisions. Important dates have yet to be announced. Interested parties should monitor the situation closely, as direct contact with the Contracting Officer is prohibited.
    Comprehensive Medical Services - FCC Lompoc
    Active
    Justice, Department Of
    The U.S. Department of Justice, Federal Bureau of Prisons is seeking proposals for comprehensive medical services at the Federal Correctional Complex (FCC) in Lompoc, California. The goal is to contract these services for a base year, with the possibility of four extensions, each under a firm-fixed-price agreement. The scope of work involves managing and staffing the medical care facility to provide a comprehensive range of services, including primary care, specialty services, dental care, and emergency response. The awardee will also be responsible for administrative tasks, record-keeping, and medication management, in addition to coordinating mental health services with other healthcare providers. Successful bidders will need to demonstrate their ability to recruit and retain a qualified medical staff, as detailed in the solicitation. This includes having licensed medical professionals and meeting specified staffing ratios. The contract encompasses several key clauses related to indemnification, insurance, and privacy. The evaluation of proposals will consider the quality of services, staff qualifications, past performance, and price, with the former three being leading factors. To apply, vendors must submit their proposals by the deadline on October 1st, 2024, at 2:00 PM local time. For any clarifications or questions, interested parties can contact LaShundra D. Thomas at ldthomas@bop.gov or via phone at 202-598-6077.