Federal Flexible Spending Account Program (FSAFEDS)
ID: 24322625R0004Type: Combined Synopsis/Solicitation
Overview

Buyer

OFFICE OF PERSONNEL MANAGEMENTOFFICE OF PERSONNEL MANAGEMENTOFFICE OF PERSONNEL MANAGEMENTWASHINGTON, DC, 20415, USA

NAICS

Pharmacy Benefit Management and Other Third Party Administration of Insurance and Pension Funds (524292)

PSC

SUPPORT- MANAGEMENT: OTHER (R799)
Timeline
  1. 1
    Posted Apr 10, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 10, 2025, 12:00 AM UTC
  3. 3
    Due May 26, 2025, 6:00 PM UTC
Description

The Office of Personnel Management (OPM) is seeking proposals for the administration of the Federal Flexible Spending Account Program (FSAFEDS), which provides health and dependent care flexible spending accounts for federal employees. The selected contractor will be responsible for managing enrollment, claims processing, customer service, and educational outreach, while ensuring compliance with privacy laws and security measures, including obtaining an Authorization to Operate (ATO). This program is vital for attracting and retaining federal employees, especially in light of anticipated retirements by 2026. Proposals must be submitted by May 26, 2025, with a projected contract value not exceeding $250 million, and interested parties can direct inquiries to Matthew Manning at FSA.Internet@opm.gov.

Point(s) of Contact
Matthew Manning
FSA.Internet@opm.gov
Files
Title
Posted
Apr 10, 2025, 6:06 PM UTC
The document is a Request for Proposals (RFP) from the FSAFEDS Administration Services, identified by RFP# 24322625R0004. It outlines the structure for pricing and service provisions for Health Care Flexible Spending Accounts (HCFSA), Limited Expense Health Care Flexible Spending Accounts (LEXHCFSA), and Dependent Care Flexible Spending Accounts (DCFSA) for multiple ordering periods from 2026 to 2029. Offerors are instructed to fill in the pricing table for startup and administrative fees, with a firm fixed price model for the services specified. Key points include a detailed breakdown of pricing across various ordering periods, a specific request for clear communication regarding any proposed startup costs, and stipulations for payment processes. The document stresses that estimated quantities are for evaluation purposes only, with payment based on actual participant accounts administered each month, and outlines that awarded contracts may have variable terms post-award. This RFP showcases the government's methodical approach to obtaining services through structured pricing and performance metrics, ensuring accountability and clarity in contractor agreements.
Apr 10, 2025, 6:06 PM UTC
The U.S. Office of Personnel Management (OPM) is seeking a qualified third-party administrator for its Flexible Spending Account (FSAFEDS) program, which is designed to manage health and dependent care flexible spending accounts for federal employees on a self-supporting basis. Enrollment in these accounts is voluntary and provides employees with tax advantages for healthcare and dependent care expenses. The program is critical for retaining and attracting high-quality federal workers, especially in light of anticipated retirements by 2026. The document outlines the operational requirements, responsibilities, and security measures the contractor must adhere to, including maintaining compliance with privacy laws and obtaining an Authorization to Operate (ATO). The contract encompasses a six-month startup period concluding December 31, 2025, followed by a 48-month performance period. Key requirements include effective management of enrollment, claims processing, customer service, and continuous educational outreach to employees. The contractor must also coordinate with existing payroll systems and ensure accurate handling of all funds associated with the FSAs. Adherence to data security and quality assurance standards is essential, while a performance-linked fee structure will govern the contractor's compensation over the contract's duration.
Apr 10, 2025, 6:06 PM UTC
The document pertains to Request for Proposal (RFP) 24322625R0004, related to the Federal Flexible Benefits Plan (FedFlex) and its associated Flexible Spending Accounts (FSAFEDS). It provides comprehensive guidelines, references to demographic data from the Office of Personnel Management (OPM), and participation details of various federal agencies in the FSAFEDS program. Appendices include key aspects such as the demographic distribution of federal employees within the Federal Employees Health Benefits Program (FEHB), security requirements for contractors working with the Intelligence Community, and enrollment histories showcasing FSAFEDS participant trends from 2010 to 2019. The document defines critical terms relevant to the proposal and outlines security prerequisites for contractors, including personnel, physical, and information security measures. Additionally, it lists the current agencies participating in the FSAFEDS program, establishing a network for potential contractor engagement. The purpose of this document is to provide detailed requirements and context to facilitate responses to the RFP, thereby enabling effective administration of flexible benefits for federal employees while adhering to necessary security and compliance standards.
Apr 10, 2025, 6:06 PM UTC
RFP #24322625R0004 outlines the provisions related to federal contracts, particularly focusing on compliance with telecommunications laws and certifications. The document references several Federal Acquisition Regulation (FAR) clauses, including those about the System for Award Management (SAM) and certifications regarding trafficking in persons and telecommunications equipment. Notably, it includes stipulations concerning the prohibition of covered telecommunications equipment or services linked to national security laws. Offerors must disclose their usage of such equipment or services and certify compliance with integrity checks related to federal contracts exceeding $10 million. The response must also address the necessity of transparency regarding environmental impact and labor practices. The RFP emphasizes rigorous documentation and ethical compliance in contracting, ensuring that both offerors and contracting agencies relate to established federal guidelines. Overall, this RFP serves to guide offerors in meeting federal compliance requirements during submissions, thus assisting in safeguarding national interests as well as enhancing transparency in government contracts.
Apr 10, 2025, 6:06 PM UTC
This document is part of RFP #24322625R0004, detailing various Federal Acquisition Regulation (FAR) clauses applicable to contractor agreements. It includes clauses referencing standards for ethical conduct, payments, safeguarding sensitive information, and compliance with specific executive orders relevant to commercial products and services. Essential clauses cover topics like contractor responsibilities for safeguarding information systems (FAR 52.204-21), compliance with federal statutes (FAR 52.212-5), and requirements for financial transactions (FAR 52.232-33). Additionally, there are stipulations on labor standards and equal opportunity requirements to promote equity in workforce hiring practices. The RFP establishes mechanisms for the issuance of task orders and defines the maximum and minimum order limitations. It highlights the importance of maintaining security and privacy protocols in the contractor’s operations. Overall, the document lays a comprehensive foundation for contractors, ensuring adherence to federal regulations while promoting transparency, safety, and ethical practices in government contracting. The integration of these clauses signifies an emphasis on compliance with federal policies governing contracting processes and protecting sensitive information.
Apr 10, 2025, 6:06 PM UTC
The document is an RFP (Request for Proposal) detailing clauses related to on-site working conditions, security requirements, and compliance for contractors working with the U.S. Office of Personnel Management (OPM). Key topics include smoking restrictions, government holidays, personnel security clearance, key personnel management, organizational conflicts of interest, and data protection regulations. Contractors are required to comply with stringent security measures, including obtaining security clearances for personnel, securely handling Controlled Unclassified Information (CUI), and adhering to information protection policies and incident reporting procedures. The RFP outlines responsibilities for training contractor employees on information technology systems, ensuring compliance with data protection standards, and maintaining regular communication about staffing changes and information technology access. It emphasizes the importance of secure destruction of government-related information upon contract completion and the handling of OPM-owned equipment. The document serves as a comprehensive guideline for contractors, ensuring compliance with federal regulations while underscoring the OPM’s commitment to security and efficient operational delivery.
Apr 10, 2025, 6:06 PM UTC
The document outlines the RFP 24322622R0008 for the USALearning® Integrated Learning EcoSystem Support Products and Services, which is structured as an Indefinite Delivery, Indefinite Quantity (IDIQ) Contract. Attachment 6 includes a concise section where interested parties can submit questions, concerns, or comments related to the solicitation. This section is designed to clarify requirements and gather feedback on specific aspects of the proposal, ensuring that potential contractors can seek clarifications regarding the requirements outlined in the solicitation document. This collaborative approach fosters transparency and allows for improved responses to the RFP, ultimately facilitating a better understanding of the contracting expectations. The purpose of the document is to streamline communication between the government and responding entities while maintaining a focus on the delivery of effective learning ecosystem support through a structured inquiry process.
Apr 10, 2025, 6:06 PM UTC
The document pertains to RFP #24322625R0004 and outlines the required forms and questionnaires that an Offeror must submit for evaluation, emphasizing a PASS/FAIL criterion. Included forms consist of a Bankruptcy Disclosure Form, an Experience Questionnaire, and an Exceptions & Assumptions Response Form, all requiring signatures. The Bankruptcy Disclosure Form mandates information on company bankruptcy history over the past eleven years, including details on any related corporate changes. The Experience Questionnaire seeks comprehensive details on the Offeror's experience in Flexible Spending Account (FSA) administration over the past decade, including client names, contract details, active participant numbers, and a descriptive overview of the largest contract managed. The Exceptions & Assumptions Response Form requires certification that the Offeror has no exceptions to the stated requirements, acknowledges the payment structure, and confirms the operational readiness of services upon contract initiation. This RFP structure supports rigorous evaluation to ensure potential contractors meet government service requirements while demonstrating their capability through empirical data and adherence to procedural compliance.
Apr 10, 2025, 6:06 PM UTC
RFP #24322625R0004 includes an attachment specifically for the acknowledgment of amendments related to the solicitation process. The document requests the offeror to confirm receipt of any amendments by listing the amendment numbers and their corresponding dates. This acknowledgment is essential for compliance and ensures that all bidders are updated on any changes to the original request for proposals (RFP). Overall, the attachment serves as a formal mechanism in the procurement process, reinforcing the importance of communication and transparency between the government and potential contractors during the bidding phase. Proper acknowledgment of amendments is critical to ensure all parties are aligned with the project requirements and expectations.
Apr 10, 2025, 6:06 PM UTC
The document outlines the Small Business Participation Commitment Document (SBPCD) required for federal contracting. It captures essential details including the prime contractor’s business size, socioeconomic classifications, and planned participation of small businesses. Prime offerors must disclose their company name, Unique Entity Identifier (UEI), and specify their size category, while indicating commitments and contributions from subcontractors. The document features a series of tables to illustrate the proposed total contract value, detailing both the amounts and percentages of work allocated to the prime contractor and various small business categories. Specific socioeconomic categories such as Small Disadvantaged Businesses, Woman-Owned Small Businesses, HUBZone Businesses, and Service-Disabled Veteran-Owned Small Businesses must also be accounted for. The prime contractor is required to ensure that small business participation meets set thresholds and that commitments are documented clearly. Additionally, all calculations must show coherence, ensuring total amounts align across tables. This commitment emphasizes the federal government’s dedication to supporting small businesses through structured participation in larger acquisition projects.
Apr 10, 2025, 6:06 PM UTC
The IT and Security Compliance Affirmation document (RFP #24322625R0004) outlines critical responsibilities for contractors selected in the proposal process. The affirmation confirms that the proposing company understands they will handle sensitive personal and medical information of federal employees, necessitating compliance with various legal standards, including HIPAA. Contractors must create and maintain compliant interfaces with federal benefit portals and ensure certifications for web materials related to employee programs meet section 508 requirements of the Rehabilitation Act. Limited government assistance will be provided, with contractors expected to independently achieve Authority to Operate (ATO) during the startup phase. Overall, the document emphasizes the importance of safeguarding private information and adhering to federal compliance regulations essential for contract performance.
Apr 10, 2025, 6:06 PM UTC
The document outlines the Small Business Subcontracting Plan required by the U.S. Office of Personnel Management (OPM), adhering to federal regulations aimed at promoting small business participation in government contracts. The plan specifies minimum subcontracting goals, including 30% for small businesses, with subcategories for small disadvantaged, women-owned, HUBZone, and service-disabled veteran-owned small businesses. It details the types of plans available (individual, master, and commercial), outlines required goals for each subcontracting category, and emphasizes the necessity of developing fair subcontracting opportunities. The document mandates recordkeeping, reporting requirements, and compliance with the established goals, including submission of reports like the Individual Subcontract Report (ISR) and Summary Subcontract Report (SSR). The plan's administrator is responsible for promoting small business participation, overseeing subcontract solicitation processes, and ensuring equitable outreach efforts. It highlights the expectation for timely payments to subcontractors and outlines consequences for non-compliance with good faith efforts, ultimately stressing the importance of effective subcontracting strategies for achieving social and economic objectives in government contracting. This operational framework underlines the federal commitment to inclusivity in the procurement process while ensuring adherence to regulatory standards.
Apr 10, 2025, 6:06 PM UTC
RFP #24322625R0004 provides comprehensive instructions for submitting proposals to the government for a specific contract. It defines key terms such as proposal modifications and revisions, and highlights the importance of compliance with solicitation amendments. Proposals must be valid until at least June 30, 2025, and should not include exceptions or assumptions to avoid disqualification. The submission process is categorized into two parts: Part One addresses business criteria with pass/fail evaluations regarding financial viability, bankruptcies, experience, exceptions, and subcontractor compliance; while Part Two evaluates technical approaches and pricing. Each section has specific formatting requirements, including font size and page limitations. Proposals will be assessed on responsiveness and compliance, and the government retains the right to award contracts without discussions based on proposal evaluations. Small business participation is emphasized, requiring prime contractors to complete a commitment document and implement their subcontracting plans. This solicitation underscores meticulous proposal management to ensure adherence to government standards while targeting the engagement of small businesses in contract execution.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Federal Occupational Health (FOH) Private Provider Network (FOHNet)
Buyer not available
The Department of Health and Human Services (HHS) is seeking responses from potential vendors for the Federal Occupational Health (FOH) Private Provider Network (FOHNet) through a Sources Sought notice. The objective is to acquire professional occupational health services via a nationwide Private Provider Network to support the Program Support Center (PSC) and ensure the delivery of integrated Occupational Health and Safety services across federal agencies. This initiative is crucial for maintaining the physical and mental fitness of the federal workforce, with services required to be performed in all 50 states and U.S. territories. Interested vendors must submit their responses, including capabilities and past performance information, to Angeleana Torres at angeleana.torres@hhs.gov by May 12, 2025, at 12:00 PM Eastern Time.
Fleet and Family Support (FFSP) Global Staffing
Buyer not available
The Department of Defense, through the Commander Navy Installations Command (CNIC), is seeking proposals for a contract titled "Fleet and Family Support (FFSP) Global Staffing" to provide comprehensive support services for military personnel and their families. The contract aims to deliver global staffing solutions, remote service delivery, and on-site support across four critical functional areas: Work and Family Life, Counseling, Advocacy and Prevention, Sexual Assault Prevention and Response, and Integrated Primary Prevention. This initiative is vital for enhancing the well-being of active duty members, retirees, and their families, ensuring effective program implementation and service delivery. Interested contractors should note that the submission deadline for proposals has been extended to April 11, 2025, at 1500 Central Standard Time, and are encouraged to contact Christopher Tullos at christopher.l.tullos.naf@us.navy.mil or Troy Milburn at troy.l.milburn3.naf@us.navy.mil for further inquiries.
World Trade Center Health Program Third-Party Administrator (TPA)
Buyer not available
The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), is seeking proposals for a Third-Party Administrator (TPA) to manage the World Trade Center (WTC) Health Program. The TPA will be responsible for processing enrollment applications, managing provider networks, administering medical benefits, and handling claims for individuals affected by the September 11 attacks. This program is crucial for providing healthcare services to approximately 132,000 members, ensuring they receive necessary medical monitoring and treatment for WTC-related conditions. Interested offerors must submit their proposals by April 11, 2025, with a pre-proposal conference scheduled for January 22, 2025. For further inquiries, contact Joshua Houston at jhouston@cdc.gov.
Exceptional Family Member Program (EFMP) / Respite Care Providers
Buyer not available
The Department of Defense, specifically the Army, is seeking proposals for the Exceptional Family Member Program (EFMP) Respite Care Provider Services, aimed at supporting military families with special needs. The contract involves providing trained Respite Care Providers (RCPs) who will deliver non-personal respite care services, ensuring families receive essential support while adhering to strict federal regulations and performance metrics. This initiative is crucial for maintaining the well-being of military families, reflecting the Army's commitment to their care and support. The contract is valued at approximately $16 million, with a performance period from April 10, 2025, to May 13, 2026, and proposals must be submitted electronically by April 30, 2025, to Tim Hallahan at timothy.d.hallahan.civ@army.mil or Ralph M. Bowie at ralph.m.bowie.civ@army.mil.
FY25 AWS Machines Renewal
Buyer not available
The Office of Personnel Management (OPM) is seeking qualified contractors to provide Amazon Web Services (AWS) machines as part of a modernization initiative for its Office of Inspector General's (OIG) Data Warehouse. The procurement aims to enhance OPM's technical capabilities to support audit processing and investigative functions, ensuring accountability and compliance with cybersecurity requirements. The contract will be structured as Time and Material (T&M) and is set to run from June 1, 2025, to May 31, 2026, with quotations due electronically by May 9, 2025. Interested parties must contact Charles P. Reilly III at CHARLES.REILLY@OPM.GOV or call 202-294-2443 for technical queries and must sign a Non-Disclosure Agreement (NDA) to access the Bill of Material (BOM) prior to submission.
Federal Occupational Health (FOH) Medical Waste Disposal
Buyer not available
The Department of Health and Human Services (HHS) is seeking potential vendors for a Sources Sought notice regarding the Federal Occupational Health (FOH) Medical Waste Disposal services. The objective is to establish a nationwide contractor-managed “mail-back” program for the disposal of medical waste generated by FOH Occupational Health Centers, which serve over 1.8 million federal employees. This program is crucial for maintaining health and safety standards across federal workplaces, ensuring compliance with various federal, state, and municipal regulations. Interested vendors must submit their responses, including company information and relevant experience, to Angeleana Torres at angeleana.torres@hhs.gov by May 19, 2025, at 12:00 PM Eastern Time, with questions due by May 5, 2025.
Supplemental Dental Benefits
Buyer not available
The Commodity Futures Trading Commission (CFTC) is seeking a contractor to administer and insure its supplemental dental insurance plan for approximately 700 employees located in Washington, DC; New York, NY; Chicago, IL; and Kansas City, MO. This dental plan will complement the federal benefits already available to CFTC employees, which include retirement, health, and life insurance plans managed by the Office of Personnel Management (OPM). The contract will have an initial performance period of one year, with the possibility of four additional one-year option periods, and coverage is expected to commence in January 2026. CFTC plans to issue a Request For Proposals (RFP) around May 5, 2025, with proposals due 30 days after the RFP release. Interested parties can contact William M. Roberson at wroberson@cftc.gov or by phone at 202-418-5367 for further information.
EPASS Task Order Phasing Plan
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to participate in the Engineering, Professional, and Administrative Support Services (EPASS) Round 3 Fair Opportunity Competition (FOC). This procurement aims to acquire Advisory and Assistance Services (A&AS) for the Air Force Life Cycle Management Center (AFLCMC), with a strong emphasis on maximizing opportunities for small businesses as part of the acquisition strategy. The EPASS program is a 100% small business set-aside initiative, and prospective prime offerors must be part of the GSA OASIS+ Small Business IDIQ domain to be eligible for task order awards. Interested parties can find additional information and Fair Opportunity Proposal Requests (FOPRs) on the GSA eBuy platform, with the current ordering period concluding on December 19, 2024. For inquiries, Emily Starkey can be contacted at emily.starkey@us.af.mil or by phone at 937-904-6388.
J025-- Fleet Management System (FMS)
Buyer not available
The Department of Veterans Affairs (VA) is seeking to award a sole-source contract to Government Marketing & Procurement, LLC for the implementation of a Fleet Management System (FMS). This system is designed to enhance the management, reservation, and access of government vehicles, transitioning from paper-based processes to a more efficient electronic system that allows VA employees 24/7 access to vehicle keys and a computerized dispatching system. The FMS will be installed at the Columbia VA Health Care System and its seven outpatient clinics, accommodating up to 56 vehicles, and will include a secure key-control system, web-based management tools, and training for VA staff, along with ongoing maintenance and technical support. Interested contractors are invited to submit capability statements by March 13, 2025, and can contact Contract Specialist Stanley Turner at stanley.turner@va.gov or 404-828-5310 for further information.
Vision Care Coordination
Buyer not available
The Department of Defense, through the Defense Health Agency (DHA), is soliciting proposals for the Vision Care Coordination contract, aimed at establishing a nationwide network for coordinating vision health care within the Military Health System. The procurement seeks to enhance vision care services by requiring contractors to provide comprehensive program management support, including patient outreach, data collection, and coordination of care between Military Treatment Facilities and the Veterans Affairs system. This initiative is critical for improving the efficiency and effectiveness of vision care services for DoD beneficiaries, with a contract period starting September 24, 2025, and lasting up to five years, including optional extensions. Interested parties should submit their proposals by May 15, 2025, and can contact Aileen Floyd at aileen.s.floyd.civ@health.mil or Leslie Nelson at leslie.s.nelson7.civ@health.mil for further information.