The U.S. Embassy Bandar Seri Begawan is seeking health insurance services for its Locally Employed Staff (LES) and their dependents. This is a firm-fixed-price, indefinite-quantity contract with economic price adjustment, where task orders will be issued for firm fixed prices. The contract outlines eligibility criteria for LES and their dependents, mandatory health insurance benefits including hospitalization, emergency services, outpatient care, obstetric/newborn care, pediatric services, prescription drugs, preventive care, and coverage for hearing aids, optical, dental, reproductive health, mental health, rehabilitative services, HIV/AIDS, and catastrophic events. Exclusions to coverage are also specified. The contract details administrative requirements, claims processing procedures, reporting requirements, and compliance with various FAR and DOSAR clauses. The period of performance is one base year with four optional years, starting March 27, 2026, with a minimum order of $5,000 USD and a maximum of $900,000 USD.
The U.S. Embassy Bandar Seri Begawan is soliciting proposals for health insurance for its Locally Employed Staff (LES) under Combined Synopsis/Solicitation 19GE5026Q0004. This document, Volume 1, details the requirements for offeror information, pricing, and various representations and certifications. Offerors must provide their legal entity name, address, and Unique Entity Identifier (UEI), and complete an embedded Excel spreadsheet for pricing across a base year and four option years, specifying monthly and annual premiums for self-only, self-plus-one, and family coverage. The solicitation also mandates compliance with numerous Federal Acquisition Regulation (FAR) clauses, including those concerning telecommunications and video surveillance services (FAR 52.204-24), supply chain security (FAR 52.204-29), offeror identification (FAR 52.204-90), responsibility matters (FAR 52.209-7), and various commercial product and service representations (FAR 52.212-3). These certifications cover aspects like small business status, Buy American Act compliance, and prohibitions against certain business practices.
The U.S. Embassy Bandar Seri Begawan issued a Combined Synopsis/Solicitation for health insurance for its Locally Employed Staff (LES), identified as 19GE5026Q0004. The document details technical capability requirements, focusing on a comprehensive health insurance plan that includes mandatory benefits such as hospitalization, emergency services, outpatient care, obstetric and newborn care, pediatric services, prescription drugs, and preventive care. It also outlines coverage for hearing aids, optical, dental, reproductive health, mental health, rehabilitative services, HIV/AIDS, catastrophic and excess coverage, and out-of-country medical treatment. The solicitation specifies minimum coverage percentages and applicable caps for various services. It explicitly lists exclusions from coverage, such as elective cosmetic surgery and advanced reproductive technology. Additionally, the document requires offerors to provide a management and technical approach, company capability overview (including data protection and provider network), and demonstrate past performance and experience in comparable health insurance contracts.
Form W-14, issued by the IRS, is crucial for foreign contracting parties receiving federal procurement payments. It enables them to establish their status and claim exemptions from the 2% tax imposed by Section 5000C on specified federal procurement payments, effective January 2, 2011. Exemptions can be based on international agreements, such as tax treaties, or if goods/services are produced/performed in the U.S. The form must be submitted to the acquiring agency early in the contract process, and updated within 30 days of any changes. It defines key terms like "acquiring agency," "foreign contracting party," and "specified federal procurement payment." The form details specific instructions for identification, claiming exemptions, and certifications, ensuring compliance with U.S. tax laws for foreign entities engaged in federal contracts.
Form W-14, issued by the Department of the Treasury (IRS), is a Certificate of Foreign Contracting Party Receiving Federal Procurement Payments. This form is essential for foreign entities receiving payments from U.S. federal procurement contracts. It requires the foreign contracting party to provide identification details, including name, country of organization, address, and U.S. taxpayer identification number (TIN), if applicable. The form also requests the acquiring agency's name and address and the contract/reference number. A key purpose of Form W-14 is to allow foreign contractors to claim exemption from the tax under section 5000C based on international agreements (such as income tax treaties) or international procurement agreements. Part IV requires a detailed explanation of the exemption claimed, including the specific agreement and provision relied upon, and the basis for entitlement to benefits. If claiming exemption based on goods/services produced/performed outside the U.S., the form requires information on relevant countries and the method used to allocate exempt and nonexempt amounts. The certificate section mandates a declaration under penalties of perjury, confirming the accuracy of the information provided and agreement to pay any unwithheld tax, penalties, and interest.
This combined synopsis/solicitation, 19GE5026Q0004, issued by the Regional Procurement Support Office (RPSO) Frankfurt, is a Request for Quotations (RFQ) for health insurance services for Locally Employed Staff (LES) and their eligible dependents at the U.S. Embassy in Bandar Seri Begawan, Brunei Darussalam. The contract will be a firm-fixed-price, indefinite-quantity (IDIQ) type with annual task orders for a base year (March 27, 2026 – March 26, 2027) and four option years, extending through March 26, 2031. This acquisition is a commercial service under Simplified Acquisition Procedures (FAR Part 13) and is open to competition, not set-aside for small businesses. Offers must include separate price and technical quotations, with an emphasis on technical capability, past performance, and price. Questions are due by December 15, 2025, and offers by January 14, 2026, both by 12:00 CET via email to DoschJK@state.gov and FrankfurtRPSO@state.gov.