W519TC-24-R-2075 Medical, Dental, Vision Insurance RECOMPETE for Saudi Ministry of National Guard (MNG) Students/Dependents Attending Courses in the United States
ID: W519TC24R2075Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-RIROCK ISLAND, IL, 61299-0000, USA

NAICS

Direct Health and Medical Insurance Carriers (524114)

PSC

MEDICAL- OTHER (Q999)
Timeline
    Description

    The Department of Defense, through the United States Army Contracting Command-Rock Island, is soliciting proposals for a Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contract to provide Medical, Dental, and Vision Insurance for Saudi Ministry of National Guard (MNG) students and their dependents attending courses in the United States. The contract will span three years, divided into three ordering periods from December 2024 to December 2027, with a guaranteed minimum of 350 insurance policies and a maximum of 1,800. This procurement is crucial for ensuring comprehensive healthcare coverage for international personnel, reflecting the government's commitment to their well-being while adhering to specific financial limits. Interested offerors must submit their proposals electronically by 08:00 CDT on 10 October 2024, and inquiries should be directed to Amanada Smith at amanada.l.smith.civ@army.mil or Holly Gibbs at holly.a.gibbs3.civ@army.mil.

    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines requirements for providing medical insurance for Saudi Ministry of National Guard (MNG) students and their dependents attending courses in the U.S. The contractor must be certified by Saudi authorities and communicate effectively in English. Eligible individuals include MNG students and their dependents, with an estimated coverage for 450 lives. Each participant must be enrolled prior to their departure and maintain coverage throughout their training. The insurance plan covers a variety of medical services, including hospitalization, surgical procedures, outpatient care, and maternity benefits, with specific exclusions like experimental treatments and infertility solutions. Annual maximum insurance costs are capped at SAR 22,532.10 (USD $6,000) per individual, with provisions for premium adjustments based on claims. The contractor must provide bilingual brochures detailing available benefits. The PWS ensures comprehensive health coverage tailored to the needs of MNG students and their families during their studies in the U.S., reflecting the government’s commitment to their well-being while adhering to Saudi regulations and financial limits.
    The document is a Price Evaluation Sheet for a government Request for Proposal (RFP) W519TC-24-R-2050, focusing on pricing for insurance coverage options. It outlines different Contract Line Item Numbers (CLINs) for varying types of coverage including single, married, and family plans, alongside an additional line for Value Added Tax (VAT) specific to Saudi Arabia. Each CLIN consists of designated quantities and pricing options for both the base year and the first option year, although specific dollar amounts are not provided in the sheet. The total evaluated price is noted but remains unfilled. This pricing document serves as a fundamental component in evaluating bids for the RFP, which is aimed at obtaining comprehensive insurance services while ensuring fiscal accountability and compliance with government procurement processes. The structured layout facilitates easy comparison of pricing across different coverage types, contributing to informed decision-making in the proposal evaluation phase.
    The attachment outlines the clauses and provisions related to medical, dental, and vision insurance as part of an addendum to the Federal Acquisition Regulation (FAR) Clause 52.212-4, focusing on contract terms and conditions for commercial items. It specifies various provisions incorporated by reference, including obligations related to the System for Award Management (SAM), representations concerning telecommunications equipment, and compliance with defense-related regulations. The document also emphasizes prohibitions against procuring certain telecommunications equipment and requires contractors to represent their use of such equipment. Additionally, it delineates procedures for submitting offers, evaluations for contracts, and payment instructions using the Wide Area Workflow (WAWF) system. This comprehensive clause addendum highlights the government's stringent requirements for contractors to ensure compliance with federal regulations, particularly in the context of defense contracting, ultimately aimed at securing a fair, transparent, and lawful procurement process.
    The document outlines a solicitation for Medical, Dental, and Vision Insurance services, focusing on a contract for covering approximately 450 lives for a duration of 1 to 3 years. Significant inquiries were raised by potential contractors regarding the nature of previous insurance coverage, average insured member counts, claims data, and member details, which the contracting authority could not provide at this stage. There is an existing incumbent contract (W519TC-24-C-2008), with the current insured population consisting of 96 military students and 141 dependents. Notably, the solicitation mandates equal coverage across genders and ages and emphasizes privacy. Additionally, the document specifies a Plan Annual Maximum benefit of $28,173,750 per insured member. Overall, the solicitation reflects the standard operational procedures in government RFP processes, ensuring compliance with insurance industry practices while safeguarding personal privacy and requiring contractors to propose based on performance work statements without detailed individual data at this time.
    The document is the Health Insurance Claims Experience Form for the OPM-SANG group, outlining a summary of claims data over three policy years, including details about the insured population, claims processed, amounts paid, and the status of outstanding claims. It presents data categorized by months and years, showing trends in the number of insured lives, claim counts, and payout amounts across various benefit categories, such as outpatient, inpatient, dental, optical, and maternity. Key findings indicate that the total number of insured lives decreased over the reporting period, while paid claims varied significantly across categories, with notable totals for outpatient and inpatient services. The form also includes a list of top-utilized providers and their associated claim amounts from the last policy year, underscoring significant expenditures in healthcare services. This document serves as a comprehensive record for stakeholders assessing claims history, which is essential for informing future insurance contracts and managing health benefit costs in the context of government RFPs and grants. Maintaining accurate and detailed claims data is crucial for evaluating the effectiveness of health insurance programs and adjusting policy parameters for optimal management.
    The United States Army Contracting Command-Rock Island has issued Request for Quote (RFQ) W519TC-24-R-2075 to procure Medical, Vision, and Dental Insurance for the Saudi Arabian National Guard (MNG) students and their dependents attending courses in the U.S. The contract will be a Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) for three years, divided into three ordering periods, from December 2024 to December 2027. This solicitation supports a competitive procurement, with a guaranteed minimum of 350 policies and a maximum of 1,800. Offers must be submitted electronically by 08:00 CDT on 10 October 2024, with pricing detailed in the provided Price Matrix and in compliance with the terms outlined in the Performance Work Statement (PWS). The government will evaluate quotes based on technical capability, past performance, and price, aiming to award the contract to the lowest priced technically acceptable offeror. All proposals must adhere strictly to the submission guidelines laid out in the RFQ to ensure consideration for award. Questions regarding solicitation details are to be directed to designated government representatives via email. Overall, this RFQ emphasizes the government's commitment to providing necessary healthcare services for its international personnel.
    Similar Opportunities
    The US Navy Bahrain requires Health Insurance coverage for Local National Employees (LN).
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Fleet Logistics Center Bahrain, is seeking qualified contractors to provide health insurance coverage for approximately 920 Local National Employees (LN) in Bahrain. The procurement aims to secure comprehensive health insurance services that include full coverage for hospitalization, major surgeries, outpatient care, maternity services, and chronic illness treatment, while adhering to local laws and regulations. This initiative is crucial for ensuring the well-being of U.S. Navy personnel and their families stationed in Bahrain. Interested vendors must submit their responses by 2:00 PM local Bahrain time on September 25, 2024, and are required to register in the System for Award Management (SAM) and the Joint Contingency Contracting System (JCCS) to qualify for the contract. For further inquiries, vendors can contact Priya Rathnakara at priya.rathnakara.ln@us.navy.mil or Edith Fuentes at edilberta.y.fuentes.ln@us.navy.mil.
    OPM-SANG Continental United States (CONUS) Schools Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command-Rock Island (ACC-RI), is soliciting proposals for the Continental United States (CONUS) Schools Services program aimed at supporting the Saudi Arabian Ministry of the National Guard (MNG) International Military Students (IMS) and their dependents. The primary objective of this procurement is to facilitate the travel of MNG IMS and their families to attend U.S. Department of Defense training and military education, while also providing services as Country Liaison Officers (CLO) and Assistant Country Liaison Officers (ACLO) during MNG Self-Invited Visits (MSIVs). This initiative is crucial for enhancing military education and collaboration between the U.S. and Saudi Arabia. Interested parties should refer to the Performance Work Statement (PWS) and associated attachments for detailed requirements, and they can contact John McDonald at john.e.mcdonald30.civ@army.mil or (520) 693-0106 for further information. The solicitation has undergone amendments, with the latest revisions to pricing and proposal due dates included in the documentation.
    TWO-PHASE DESIGN BUILD AND CONSTRUCTION - INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ), MULTIPLE AWARD TASK ORDER CONTRACTS (MATOC) IN SUPPORT OF THE DEFENSE HEALTH AGENCY (DHA) MEDICAL RESEARCH DEVELOPMENT COMMAND (MRDC)
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Engineer District Mobile, is soliciting proposals for a Two-Phase Design Build and Construction project under an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) in support of the Defense Health Agency (DHA) Medical Research Development Command (MRDC). This procurement aims to engage qualified contractors to provide comprehensive design and construction services, which are critical for enhancing medical research facilities and capabilities. The project falls under the NAICS code 236220, focusing on commercial and institutional building construction, and is essential for maintaining and upgrading laboratories and clinics. Interested contractors should reach out to Drenna Thompson at drenna.l.thompson@usace.army.mil or 251-694-4108, or LaRhonda Archie at larhonda.m.archie@usace.army.mil or 251-441-5539 for further details, noting that the proposal submission deadline has been extended as per Amendment 0001.
    Health Insurance for Locally Employed Staff for U.S. Embassy Georgetown, Guyana
    Active
    State, Department Of
    The U.S. Department of State seeks bids for health insurance coverage for its locally employed staff at the U.S. Embassy in Guyana. Specifically, it aims to procure an Indefinite Delivery Indefinite Quantity contract for one base year, with the option to extend for up to four additional years. This is a pre-solicitation notice, with the formal request for proposals scheduled for release in September 2024 on www.sam.gov. Interested parties must register on the SAM database and adhere to American federal procurement laws. The contact for this opportunity is Ms. Sarah Pfannkuche at Pfannkuches@state.gov.
    Office of Wildland Fire Medical Qualification IDIQ
    Active
    Interior, Department Of The
    The Department of the Interior (DOI) is seeking proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract titled "Office of Wildland Fire Medical Qualification IDIQ," aimed at providing medical qualification determination services for approximately 14,000 wildland firefighters and support personnel. The contract will encompass comprehensive medical evaluations, fitness-for-duty assessments, and management of health records, ensuring compliance with federal standards and the safety of personnel engaged in arduous duties. With a maximum contract ceiling of $40 million and a performance period from November 2024 to November 2029, interested contractors must submit their proposals by August 30, 2024. For further inquiries, potential offerors can contact Sarah Ignacio at sarahignacio@ibc.doi.gov.
    Health Insurance for Locally Employed Staff at the U.S. Embassy Bangui, Central African Republic
    Active
    State, Department Of
    The Department of State is seeking proposals for health insurance services for locally employed staff at the U.S. Embassy in Bangui, Central African Republic. The contract will cover comprehensive health insurance, including hospitalization, emergency services, outpatient care, and preventive services, with a base year and four optional renewal years starting December 1, 2024. This procurement underscores the government's commitment to providing essential employee benefits while ensuring compliance with federal contracting regulations. Interested bidders must submit their proposals in English by October 30, 2024, and can direct inquiries to Ms. Andra Balta at BaltaA@state.gov.
    Q403-- MDE 2025 Regions 1-4 Recompete AMENDMENT 0005
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the recompete of the Medical Disability Examinations (MDE) contract for Regions 1-4, with an estimated contract value of $16 million. The procurement aims to engage contractors to provide comprehensive medical evaluations for veterans, ensuring adherence to quality standards and regulatory compliance in the assessment process. These examinations are critical for determining veterans' eligibility for disability benefits, reflecting the government's commitment to delivering timely and effective healthcare services to service members. Interested vendors must submit their proposals by 09:00 AM ET on September 23, 2024, and can direct inquiries to Jennifer Benisek at Jennifer.Benisek@va.gov or Corey Mann at Corey.Mann@va.gov.
    Army Financial Improvement (AFI) Program Support Services
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Contracting Command – Aberdeen Proving Ground, is seeking proposals for the Army Financial Improvement (AFI) Program Support Services. This procurement aims to secure professional Federal accounting, auditing solutions, and change management support to help the Army achieve an unmodified audit opinion on its financial statements. The contract will be structured as a single award, indefinite delivery/indefinite quantity (IDIQ) with a maximum ceiling of $249,999,999.99 over a three-year period, from February 2025 to February 2028, including a 90-day transition-in period. Interested parties must submit their proposals by 10:00 AM ET on October 1, 2024, and direct any inquiries to Samantha L. Hannah at samantha.l.hannah2.civ@army.mil by September 5, 2024.
    NYARNG Medical Surveillance Examinations
    Active
    Dept Of Defense
    The Department of Defense, through the New York Army National Guard (NYARNG), is seeking qualified contractors to provide medical surveillance examinations and occupational health services for its civilian technicians. The procurement aims to ensure the health and safety of personnel potentially exposed to workplace hazards by conducting a range of medical evaluations, including physical exams, vital sign monitoring, hearing tests, and laboratory assessments. These services are critical for maintaining compliance with occupational health standards and ensuring timely communication of any health concerns. Interested vendors must submit their quotes by August 26, 2024, to Melissa Santoro at melissa.santoro2.civ@army.mil, and must comply with all requirements outlined in the solicitation and its amendments, which can be found on www.Sam.Gov Contracting Opportunities.
    Department of Defense Pharmacy Uniform Formulary Blanket Purchase Agreement/Uniform Formulary Additional Discount Program
    Active
    Dept Of Defense
    The Department of Defense (DoD) is soliciting quotations for pharmaceutical agents under the Pharmacy Uniform Formulary Blanket Purchase Agreement and the Uniform Formulary Additional Discount Program, aimed at enhancing the Military Health System's pharmacy benefits. This procurement process is governed by 10 U.S.C. § 1074g and involves the evaluation of pharmaceutical agents based on their clinical and cost-effectiveness, with a focus on specific drug classes such as Oral CGRP migraine agents and Interleukin 17 and 23 targeted immunomodulatory biologics. Interested manufacturers must submit their quotes by September 19, 2024, following a pre-quotation teleconference scheduled for July 24, 2024, and can direct inquiries to primary contacts Stephanie Erpelding and Tracy Banks via their provided emails.