SEC Supplemental Benefits Program
ID: 50310225R0006Type: Combined Synopsis/Solicitation
Overview

Buyer

SECURITIES AND EXCHANGE COMMISSIONSECURITIES AND EXCHANGE COMMISSIONSECURITIES AND EXCHANGE COMMISSIONWASHINGTON, DC, 20549, USA

NAICS

Direct Health and Medical Insurance Carriers (524114)

PSC

SUPPORT- PROFESSIONAL: PROGRAM MANAGEMENT/SUPPORT (R408)
Timeline
    Description

    The U.S. Securities and Exchange Commission (SEC) is seeking proposals for its Supplemental Benefits Program (SBP), which includes dental and vision plans, medical evacuation insurance, and other voluntary benefits for approximately 4,100 employees. The procurement aims to establish a Firm-Fixed Price contract with a duration of up to ten years, starting from January 1, 2026, and includes a one-year base period followed by nine one-year option periods. This initiative underscores the SEC's commitment to providing essential employee benefits while ensuring compliance with federal regulations, including the Affordable Care Act and HIPAA. Interested offerors should review the solicitation materials and submit their proposals, including a technical offer and price proposal, by the specified deadlines. For inquiries, contact J. Christie Branham at branhamj@sec.gov or Gabriel G. Aviles at avilesg@sec.gov.

    Point(s) of Contact
    Gabriel G. Aviles, Contracting Officer/Team Lead
    (202) 551-8697
    avilesg@sec.gov
    Files
    Title
    Posted
    The Non-Disclosure Agreement (NDA) outlined herein establishes the conditions under which a Contractor is granted access to confidential or non-public information held by the SEC, essential for fulfilling contractual obligations. It defines "confidential or non-public information" and specifies that such data must not be disclosed to unauthorized individuals. The Contractor and its employees must adhere to relevant SEC regulations, including not engaging in personal business transactions based on this information and safeguarding Personally Identifiable Information (PII). Violations can result in administrative or legal actions against the Contractor and potential termination of the contract. The NDA underscores the importance of protecting sensitive information, consistent with federal regulations prohibiting unauthorized disclosures, including the Government Trade Secrets Act and the Securities Exchange Act of 1934. Additional provisions prohibit conflicts of interest, and the responsibilities regarding classified information and whistleblower protections are acknowledged. The Contractor must remain compliant throughout the contract's duration and ensure that all staff handling confidential information are appropriately informed and trained. The NDA's strict framework aims to uphold the integrity and confidentiality of SEC operations while detailing repercussions for non-compliance. This document is primarily relevant for government contracts concerning access to sensitive SEC information.
    The provided document appears to be a corrupted or unreadable representation of a government file related to federal government requests for proposals (RFPs), grants, and state and local RFPs. The intended content is obscured by gibberish and non-informative characters. If the original content were available, the summary could address specific RFP opportunities, funding details, application procedures, and eligibility criteria pertinent to various government entities. Unfortunately, due to the integrity issues of the file, a coherent and precise summary of key topics, ideas, and supporting details cannot be produced. The document lacks structure and clarity necessary for effective analysis or understanding of relevant government processes concerning grants and proposals.
    The Non-Disclosure Agreement (NDA) for Contractor Personnel establishes obligations for individuals granted conditional access to confidential information from the SEC. It defines "confidential or non-public information" as SEC data not available to the public and includes examples such as financial data, examination details, and personally identifiable information (PII). The agreement prohibits unauthorized disclosure and specifies that such information can only be shared on a need-to-know basis among authorized personnel. Key regulations enforce compliance, notably the SEC's Regulation concerning improper use and unauthorized disclosure of confidential information. Contractors must refrain from personal business transactions arising from access to SEC information and fulfill responsibilities regarding PII safeguards. Additional provisions address conflict of interest and stipulate the necessity for transparency in related financial interests. The agreement outlines consequences for violations, which may lead to legal actions or termination of contracts. Certain exceptions allow for disclosures required by law, ensuring alignment with whistleblower protections and federal regulations. The NDA's structure includes general provisions, conflict of interest stipulations, and a reiteration of aligning with existing statutes, emphasizing the importance of confidentiality and ethical conduct in handling SEC information.
    The U.S. Securities and Exchange Commission (SEC) seeks proposals for a contractor to manage its Supplemental Benefits Program (SBP), which provides dental, vision, and additional voluntary benefits to approximately 4,100 employees. The contractor will ensure compliance with federal regulations, including the Affordable Care Act and HIPAA, and provide core dental and vision plans at no cost to employees, alongside enhanced options for those willing to pay. Key features include comprehensive coverage, automatic enrollment, and mechanisms for claim processing. The contractor must operate a secure, web-enabled enrollment platform and maintain rigorous data security measures to handle sensitive personally identifiable information (PII). Furthermore, the Contractor is responsible for administering COBRA benefits, offering customer support, and developing educational materials to promote employee participation. Deliverables include regular reports on claims, customer service metrics, and security clearances, underlining the importance of transparency and compliance in managing employee benefits effectively.
    The document outlines a structured proposal for dental and vision insurance premiums for employees from 2026 to 2035. It details various coverage categories, including options for self, self with a spouse or one dependent, self with children, and family coverage. For each category, the premiums are specified alongside projected monthly and annual costs. The premiums exhibit a gradual increase over the years. For example, the dental premium for self coverage starts at $984 in 2026 and increases to $1,092 by 2035. Likewise, vision premiums follow a similar trend, with values starting from $984 in 2026 to $1,080 in 2035. Additionally, a medivac fee is mentioned but lacks specific details. The document appears to be intended for internal review and aligns with government proposals related to employee benefits, ensuring that the projected costs are accounted for and budgeted effectively over the outlined period.
    The United States Securities and Exchange Commission (SEC) is seeking to procure Supplemental Benefits Program (SBP) services, which include dental and vision plans, medical evacuation insurance, and other voluntary benefits for its employees. A significant aspect of the procurement process involves evaluating the past performance of Offerors, with input from external references being requested. Two forms, a Performance Rating Form and an Additional Comment Form, are provided for evaluators to express their opinions on the Offeror’s previous work. The Performance Rating Form assesses fundamental performance elements such as technical performance, timeliness of performance, quality/customer satisfaction, and cost control, using a rating system that ranges from exceptional to unacceptable. Additionally, evaluators must answer a binary question regarding their willingness to engage with the contractor again. Completed forms should be submitted via email by May 30, 2025, to specific SEC contacts. This document underscores the SEC's emphasis on rigorous assessment of past performance in the procurement process, which is critical for ensuring quality and reliability in service provision to its workforce.
    This document outlines the subcontracting plan format required for federal government contracts, specifically addressing Small Business (SB), HUBZone Small, Small Disadvantaged, Women-Owned Small, Veteran-Owned Small, and Service Disabled Veteran-Owned Small Business concerns. It details the required participation goals for various business categories as set by Public Law 95-507 and the Federal Acquisition Regulation (FAR). Notably, for RFP 50310225R0006, the goals include 23% for small businesses and specific percentages for other categories, with a minimum 3% goal for veteran-owned small businesses. The document provides a structured outline for companies to report their subcontracting efforts, including estimating subcontracts by category, identifying planned suppliers, and detailing administration and outreach strategies to ensure equitable participation by small businesses. It mandates the inclusion of the FAR provisions in subcontracts, ensuring compliance throughout. The plan stresses the importance of maintaining records, timely payments to subcontractors, and demonstrating good faith efforts to meet established goals. This structured approach supports the U.S. government's commitment to enhancing small business opportunities in federal contracting, vital for economic equality and diversification in government procurement.
    The provided file appears to be heavily corrupted and contains unreadable text, which limits the ability to extract clear content or key ideas related to government RFPs, federal grants, or state and local RFPs. Consequently, its main topic or purpose remains indiscernible due to the lack of coherent information. It does not follow a traditional structure that presents clear objectives, requirements, or guidelines typically found in Request for Proposals or grant documentation. Without actionable insights or recognizable sections, it is impossible to summarize important points or establish thematic elements. The document lacks clarity, coherence, and relevance to potential government or funding initiatives, rendering it ineffective for analysis or application within the specified governmental contexts. As a result, further examination or access to a legible version of the document is necessary to provide a meaningful summary.
    The document pertains to various governmental Requests for Proposals (RFPs), federal grants, and state/local RFPs, focusing on funding and support mechanisms for various programs. It outlines the essential procedures for submitting proposals, eligibility criteria for applicants, and the evaluation processes used to select awardees. Key topics include project funding amounts, application deadlines, and the necessity for detailed project planning and financial transparency. It emphasizes the importance of aligning proposal objectives with governmental priorities such as public health, education, and infrastructure development. The document serves as a comprehensive guide for potential applicants, detailing requirements for successful grant submissions and outlining the agency's commitment to fostering community improvement initiatives through sustained financial assistance.
    The government file appears to be a corrupted or unintelligible document lacking coherent information on federal RFPs, grants, or state/local RFPs. There's no discernible structure or topic within the text, making it impossible to extract key ideas, supporting details, or any clear purpose. The file's content is garbled, consisting of fragmented letters, special characters, and terms that do not align with standard government documentation. Consequently, a meaningful summary or analysis cannot be formulated based on the current content presented. A functional or uncorrupted version of the document is necessary to provide comprehensive insights.
    The document outlines a Request for Proposals (RFP) by the Securities and Exchange Commission (SEC) for a supplemental benefits program, including dental and vision plans and medical evacuation insurance for its 4,100 employees. The solicitation, numbered 50310225R0006, is unrestricted and adheres to the Federal Acquisition Regulation. Proposals must include a technical offer demonstrating understanding and capability to fulfill the requirements alongside a separate price proposal. Evaluation criteria prioritize technical factors over price, focusing on the offeror's technical approach, management capabilities, and past performance, with a total contract duration of ten years if all options are exercised. Additionally, compliance with various Federal Acquisition Regulation clauses is mandatory. The SEC emphasizes the importance of an employee enrollment website for administering benefits, underscoring data security and effective claim processing. This procurement highlights the SEC's commitment to enhancing employee benefits while ensuring thorough evaluation of contractor qualifications and competitive pricing.
    The United States Securities and Exchange Commission (SEC) has issued responses to contractor inquiries regarding RFP 50310225R0006, aimed at recompeting a contract for dental and vision benefits previously held by Metropolitan Life Insurance Company (MetLife). Key points include that the SEC will provide claims and census data to the awarded contractor after the contract transition. The contract will focus primarily on dental and vision benefits, while voluntary benefits can also be proposed. The selected vendor is permitted to conduct group meetings and manage payroll deductions for existing voluntary benefits. However, current plan rates and other sensitive information are not publicly disclosed. The RFP responds to several inquiries about the enrollment methods and necessary compliance with structured timelines. Overall, the document outlines the SEC's expectations for prospective offerors and the conditions under which they operate.
    The U.S. Securities and Exchange Commission (SEC) is issuing Request for Proposal (RFP) No. 50310225R0006 to solicit contractors for its Supplemental Benefits Program (SBP), which includes dental and vision plans, medical evacuation insurance, and other voluntary employee benefits. The procurement process follows the Federal Acquisition Regulation (FAR) guidelines, specifically Subpart 12.6 and Part 15, and aims to establish a Firm-Fixed Price contract with a potential duration of up to ten years, starting from January 1, 2026. The contract encompasses a one-year Base Period and nine additional one-year Option Periods. Interested offerors should thoroughly review all solicitation materials, including the combined synopsis/solicitation and six accompanying attachments, which detail key requirements and submission guidelines. For inquiries, prospective offerors may contact the specified SEC representatives. This RFP demonstrates the SEC's commitment to providing essential benefits to its workforce while adhering to federal procurement protocols.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Directed Medical Services for the Department of Labor, Office of Workers' Compensation Programs (OWCP), Division of Federal Employees Compensation (DFEC) program
    Labor, Department Of
    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.
    Notification of the SEC’s intent to award a sole source purchase order for subscription to international public records
    Securities And Exchange Commission
    The Securities and Exchange Commission (SEC) intends to award a sole source purchase order for a subscription to comprehensive international public records coverage. This procurement aims to provide users with the capability to search for specific entities and individuals, allowing them to access their public records, which include both structured and unstructured data. The subscription is critical for enhancing the SEC's ability to conduct thorough investigations and maintain regulatory oversight. Interested parties can reach out to Jeremy Garrett at garrettj@sec.gov for further information regarding this opportunity.
    50310223D0002, Disgorgement and Penalty System (DPS)
    Securities And Exchange Commission
    The U.S. Securities and Exchange Commission (SEC) is seeking continued support for the Disgorgement and Penalty System (DPS) through Contract 50310223D0002, which was awarded to CGI Federal, Inc. on May 15, 2023. The contractor is responsible for providing ongoing hosting, development, modernization, enhancement, and operations and maintenance support for the DPS, which includes all component software and interfaces integral to the system. This procurement is vital for ensuring the effective management and operation of the DPS, which plays a crucial role in the SEC's enforcement actions. For further inquiries, interested parties can contact Christine Dye at dyec@sec.gov or by phone at 202-551-3475.
    Fiduciary Liability Insurance and Consulting Services
    Treasury, Department Of The
    The Department of the Treasury, specifically the Office of the Comptroller of the Currency (OCC), is seeking proposals for Fiduciary Liability Insurance and Consulting Services through Request for Quotation No. 2031JW26Q00011. The OCC requires a qualified specialty lines insurance broker to provide fiduciary liability insurance with a minimum coverage of $10 million, along with consulting services that include expert training for 401(k) Committee members and ongoing support. This procurement is crucial for ensuring the OCC's compliance with fiduciary responsibilities and protecting against potential legal claims related to its 401(k) plans. Interested vendors should note that the solicitation is expected to be posted on SAM.gov by November 7, 2025, and can contact Karen A. Green at karen.green@occ.treas.gov for further information. The estimated contract value exceeds $150,000 and will include a base year plus four optional one-year periods.
    FEHB Protection Act
    Office Of Personnel Management
    The U.S. Office of Personnel Management (OPM) is seeking industry collaboration through a Request for Information (RFI) for the implementation of the FEHB Protection Act of 2025, which mandates a comprehensive audit of family member eligibility within the Federal Employees Health Benefits (FEHB) Program. The OPM is specifically looking for vendor capabilities to conduct large-scale automated verifications, integrate with federal and external data sources, develop web portals for document uploads, and ensure compliance with federal security standards, among other requirements. This initiative is crucial as it aims to enhance the integrity of the FEHB Program, which serves approximately 8.3 million individuals. Interested vendors must submit their responses by December 15, 2025, and can direct inquiries to Padma Shah at CEP@opm.gov.
    Locally Employed Staff Health Insurance
    State, Department Of
    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.
    Direct Health and Medical Insurance Carriers
    State, Department Of
    The U.S. Department of State, through the U.S. Embassy in Mexico City, is soliciting proposals for health insurance coverage for its locally employed staff and their eligible family members in Mexico. The contract aims to provide comprehensive health benefits, including hospitalization, outpatient care, and specialized treatments, with a focus on meeting defined minimum coverage requirements. This procurement is crucial for ensuring the well-being of U.S. Government employees and their dependents stationed in Mexico, with a contract term consisting of a base year and four optional one-year extensions. Interested offerors must submit their proposals by January 7, 2026, and are encouraged to direct any inquiries to Morgan L. Osborne at MexicoCityGSOSolicitations@groups.state.gov by November 24, 2025.
    Fixed Income Investment Services
    Pension Benefit Guaranty Corporation
    The Pension Benefit Guaranty Corporation (PBGC) is soliciting proposals for Fixed Income Investment Services, aiming to award multiple contracts to qualified investment firms. The objective is to manage fixed income portfolios that exceed benchmark returns while adhering to specified risk parameters, with a focus on strategies such as Core, Credit, Global, and Emerging Markets Debt. This procurement is critical for the management of PBGC's Trust Fund, valued at approximately $70 billion, ensuring effective investment management and compliance with federal regulations. Interested firms must submit their proposals in three volumes, with the first phase focusing on qualifications and compliance, and must be fully registered in the System for Award Management (SAM) by the time of the price proposal submission. For further inquiries, potential offerors can contact Tre Brummell at brummell.joseph@pbgc.gov or Frank Argenziano at Argenziano.frank@pbgc.gov.
    Health Insurance for Locally Employed Staff (LES), U.S. Embassy Bandar Seri Begawan, Brunei
    State, Department Of
    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.
    Locally Employed Staff Health Insurance Services for U.S. Embassy Harare, Zimbabwe
    State, Department Of
    The Department of State is seeking proposals for Locally Employed Staff Health Insurance Services for the U.S. Embassy in Harare, Zimbabwe, under Solicitation No. 19GE5026R0003. The contract, structured as a fixed-price Indefinite-Delivery Indefinite-Quantity (IDIQ) agreement, will provide essential health benefits, including hospitalization, emergency, outpatient, and mental health services, with a minimum guaranteed order of $5,000 and a maximum value of $24,000,000. This procurement is crucial for ensuring comprehensive health coverage for embassy staff and their dependents, with services expected to commence by August 1, 2026. Interested offerors must submit their proposals by February 6, 2026, and ensure they have an active System for Award Management (SAM) registration. For further inquiries, contact Sarah Pfannkuche at Pfannkuches@state.gov.