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
    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 and eligible uniformed service members. The contractor will be responsible for managing enrollment, claims processing, customer service, and ensuring compliance with relevant privacy and security regulations, with a focus on enhancing employee benefits and operational efficiency. This procurement is significant as it supports the financial management of healthcare expenses for federal employees, reflecting the government's commitment to providing valuable employee benefits. Proposals must be submitted by May 27, 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
    The Federal Flexible Benefits Plan (“FedFlex”) outlines health and dependent care benefits for federal employees. Recent revisions as of December 2024 expand eligibility for Health Care Flexible Spending Arrangements (HCFSA) and Dependent Care Flexible Spending Arrangements (DCFSA) to include specific uniformed service members while excluding others, such as USPS employees. The plan operates as a cafeteria plan, allowing employees to choose between various coverages using pre-tax dollars, including medical, dental, vision, and flexible spending accounts. Detailed definitions, eligibility criteria, and claims processes are provided to ensure compliance with federal regulations, specifically those under the Internal Revenue Code. Employees can change their elections only during specific periods or after qualifying life events. Moreover, the plan designates procedures for administration, claims payment, and coverage commencement and termination. Overall, FedFlex is integral in providing tailored benefits to federal employees, emphasizing flexibility and compliance while incorporating recent regulatory adjustments.
    This appendix provides an overview of demographic data related to federal employees enrolled in the Federal Employees Health Benefits Program (FEHB), specifically through the file "2023 FEHB Active Enrollment by State." It outlines the distribution of active federal employees based on their duty station, contract counts, and enrollment status categories (Self, Self Plus One, or Self and Family). Additionally, it emphasizes that the state refers to the employee's place of work, which may differ from the state relevant to network and access requirements outlined in the Performance Work Statement. For further demographic analysis, a link to the OPM website is provided, although it is not deemed essential for responding to the solicitation. The demographic data is categorized by the 50 states, Washington, DC, and Puerto Rico, offering a structured approach to understanding federal employee health benefits enrollment.
    This government document outlines the communication strategies for the Contractor tasked with managing the Federal Flexible Benefits Program, specifically for Flexible Spending Accounts (FSAFEDS). It highlights the decentralized nature of communication with federal employees, emphasizing the importance of collaboration with the Office of Personnel Management (OPM). Key communication vehicles include Federal Benefits Officers, payroll officers, and various online platforms. Approximately 150 Benefits Officers serve as primary informational resources, ensuring that employees are guided to appropriate Contractor resources for inquiries. The Contractor is expected to manage educational initiatives during the annual Federal Benefits Open Season through multiple mediums, including meetings, webinars, and printed materials. The document also specifies the improper use of payroll stuffers for disseminating information while endorsing bulk pamphlet distribution to offices. It concludes with a note on the ineligibility of federal annuitants for participation in the program unless they are reemployed under qualifying conditions. Overall, the document serves to provide a structured approach for effective communication regarding federal benefits to employees and stakeholders involved in the program.
    The document outlines resources for the 2025 Federal Benefits Open Season, specifically focusing on the Federal Employees Health Benefits (FEHB) and Federal Employees Dental and Vision Insurance Program (FEDVIP) plans. It provides links to the Office of Personnel Management (OPM) for accessing detailed brochures, which contain comprehensive information about health and dental/vision insurance options available for federal employees. The FEHB plan brochures can be found at the designated OPM link, while separate links are provided for dental and vision carriers under the FEDVIP program. This annual dissemination of benefit materials is intended to help federal employees make informed decisions regarding their health insurance selections during the open enrollment period starting in November 2024. The structure emphasizes easy access to official OPM resources, ensuring employees are well-informed about their benefits.
    The document outlines the security requirements for contractors involved with the Intelligence Community (IC) in handling payroll operations. Key personnel must obtain Top Secret clearances and pass polygraph exams. Contractors must ensure physical security by protecting hard-copy records, agree to evaluations and periodic inspections, and enhance security as directed by IC agencies. Information security mandates the compartmentalization and protection of electronic data, alongside comprehensive audits to secure information handling and IT infrastructure. Secure communication systems must be established to interact with IC clients. Additionally, contractors should assist in developing and maintaining processes that support payroll operations according to IC guidance and create interfaces that comply with security standards for various operational systems. The purpose of these requirements is to ensure stringent security protocols are upheld to protect sensitive information and maintain operational integrity within the IC.
    This document lists the agencies and entities currently participating in the FSAFEDS program as of December 2024. FSAFEDS serves as a federal program for Flexible Spending Accounts (FSAs) aimed at aiding eligible federal employees and their families with unreimbursed medical and dependent care expenses. The list includes diverse organizations, such as the Department of Agriculture, the CIA, the Federal Communications Commission, and the National Labor Relations Board, alongside various advisory councils and commissions. Participation covers departments from defense to health, reflecting a comprehensive governmental effort to support federal employees through financial management tools. Notably, the U.S. Postal Service is set to terminate its participation in January 2025, indicating changes in the program's landscape. This document serves as an administrative resource to inform stakeholders about FSAFEDS involvement across federal and local jurisdictions, highlighting the program's significance in employee benefits.
    The document provides a detailed historical enrollment report for the FSAFEDS program, which includes data on HealthCare Flexible Spending Accounts (FSAs), Limited Expense Healthcare FSAs, and Dependent Care FSAs from 2010 to 2025. The data illustrates trends in participation, showing steady growth in overall unique participants from 318,044 in 2010 to an anticipated 519,929 in 2024, before experiencing a slight decline to 494,140 in 2025. Specific account types also experienced increases in enrollment over the years, particularly the HealthCare FSA, which rose from 312,593 in 2010 to a peak of 477,758 in 2024. This enrollment analysis serves to inform stakeholders about participation trends, which can influence policy decisions, budget allocations, and program improvements. By highlighting the increasing trend, particularly in HealthCare FSAs, the data underscores the growing reliance on flexible spending accounts among federal employees, showcasing the importance of these financial tools in managing healthcare expenses.
    This document provides definitions relevant to a Request for Proposal concerning federal employee flexible benefits plans. Key terms include "Adopting Employer," referring to the Executive Branch of the Federal Government and entities participating in the benefits plan, and "Agency," which encompasses federal departments and independent agencies. It outlines various components of flexible spending accounts (FSAs), including health care and dependent care options under the Federal Flexible Benefits Plan (FedFlex). Specific details regarding eligibility and the roles of benefits counselors, employers, and annuitants are included, along with processes for claims and reimbursements, such as the paperless reimbursement system. The definitions facilitate understanding of the operational framework for federal employees enrolled in these benefit programs, ensuring clarity in employee benefits management in accordance with Internal Revenue Service standards. Overall, the content serves to delineate functions critical for effective administration of federal employee benefits programs, supporting transparency and compliance in government RFP processes.
    The 2020 FSAFEDS Enrollment Report provides data on enrollment levels for the Flexible Spending Accounts (FSA) program across various federal agencies. The report captures enrollment across health care and dependent care categories, revealing considerable participation rates among government employees. For example, a reported 2,586,940 participants were enrolled in health care, representing 18.35% of the total government population, with various agencies listed showing different penetration rates. The document details participation across numerous agencies, including defense, education, and public health, allowing for the analysis of employee engagement with FSA programs. This report emphasizes the importance of FSA programs in facilitating tax-advantaged saving for health and dependent care, aiding federal employees in managing their financial wellness. Overall, the report serves as a crucial resource for evaluating the effectiveness and reach of the FSAFEDS program within the federal workforce, reflecting broader trends in employee benefits management within U.S. governmental operations.
    The 2025 FSAFEDS Enrollment Report details the enrollment data for the Flexible Spending Account program across various federal agencies. The report lists employment numbers, penetration rates, total participants, and specific accounts for health care, dependent care, and limited expense across 200 federal agencies. Key highlights include the total enrollment of 494,140 participants, which represents a 23.70% penetration of the eligible government workforce. The report identifies agencies with the highest participation rates, such as the Department of Veterans Affairs and the Department of Defense, while noting lower engagement in smaller entities. Additionally, it underscores disparities in enrollment rates among different departments, indicating varying levels of employee utilization of flexible spending accounts. Overall, the report serves as a comprehensive overview of the FSAFEDS program's reach and effectiveness, providing insights into workforce benefits and participation trends within the federal government structures.
    The 2025 Weekly Operational Summary highlights the performance metrics of various claims processing systems across multiple weeks throughout the year. The report includes data on paperless claims, manual claims for health care and dependent care, and the effectiveness of call center operations. Notably, it presents comprehensive figures for paperless reimbursement, auto-reimbursement, and manual claims submissions, totaling over 1.6 million paperless claims processed. The operational summary further details the outcomes of appeals and Letters of Medical Necessity (LMN), showcasing both approvals and submissions weekly. It illustrates a structured reporting system to track the efficiency of claims handling, reflecting the responsiveness and capabilities of the customer service framework in processing inquiries and issues. In the context of government RFPs, federal grants, and state/local RFPs, this document serves to validate the efficiency of service delivery in public health-related claims processing systems, essential for assessing operational performance, compliance, and resource allocation. The data demonstrates accountability within federal and state programs aimed at improving healthcare access and efficiency through technological innovations in claims management.
    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.
    The document pertains to Request for Proposal (RFP) #24322625R0004 and includes an acknowledgment section for amendments made to the solicitation. It requires the offeror to confirm receipt of specified amendments by listing their numbers and dates. A digital signature is accepted to indicate acknowledgment, and space is provided for the offeror's printed name, title, and date of signing. This requirement emphasizes the formal process of bid submission and the importance of keeping all parties informed about any changes in the RFP. Therefore, this section is crucial for ensuring compliance and proper documentation within the broader context of federal and state procurement processes.
    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.
    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.
    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.
    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.
    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.
    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.
    The document comprises responses to questions raised regarding a Request for Proposals (RFP) for the Flexible Spending Account (FSA) administration contract with the Office of Personnel Management (OPM). Key topics include the Authorization to Operate (ATO) requirements, system security and compliance criteria, debit card implementation timelines, and responsibilities for fraud prevention measures. Specific inquiries address the carry-over of ATOs from previous contracts, the integration of payment systems, and the customization of debit cards. Relevant clarifications are offered, such as the necessity for a new ATO if awarded to a different contractor and the adjustment of implementation timelines for debit cards, considering operational requirements. Additionally, criteria governing the financial capability of bidders and compliance with security measures are outlined. The document confirms that the OPM will not share specific data around participant numbers or historical claims due to confidentiality, although it does offer some updated demographic information. Overall, this RFP discussion underscores OPM's focus on ensuring a thorough vendor selection process that accommodates security compliance, operational effectiveness, and participant accessibility while maintaining transparency and integrity in administrative practices.
    The document outlines the response to various questions and concerns regarding the Request for Proposals (RFP) for Flexible Spending Account (FSA) administration for the Office of Personnel Management (OPM). It emphasizes vital requirements, including the submission of certifications related to data protection, identification, and authentication, and responds to inquiries about implementation timelines for a new debit card solution effective 2026. Key points include OPM’s clarification that the Authorization to Operate (ATO) is specific to contracts, and a successful incumbent contractor can continue using their active ATO if conditions remain unchanged. Responses also address integration capabilities with existing IT systems, customer experience expectations, and procedures surrounding fraud prevention and reporting. Notably, OPM is open to modifications regarding the effective date for card solutions depending on vendor efficiency and ensures that participant data remains private and compliant with federal regulations. The document underscores OPM's initiative to maintain robust oversight of FSA operations while responding to challenges posed by vendor queries, ensuring comprehensive support and compliance throughout the contract lifecycle. The information serves as a critical reference for potential bidders in understanding the RFP's requirements and OPM's operational expectations.
    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.
    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.
    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.
    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.
    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.
    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.
    The U.S. Office of Personnel Management (OPM) seeks a qualified third-party administrator for its Flexible Spending Account (FSAFEDS) program, serving active federal employees and eligible uniformed service members. The aim is to provide health and dependent care FSAs on a self-sustaining basis, enhancing employee compensation benefits amidst anticipated retirements in the federal workforce. The contractor is required to ensure compliance with relevant privacy and security laws, secure an Authorization to Operate (ATO), and coordinate with federal payroll systems. The administrative services will encompass enrollment, claims management, customer service, and enforcement of regulatory compliance for FSAs, including health and dependent care options. The program is designed to maintain competitiveness in attracting and retaining federal personnel by offering tax-advantaged benefits. The contractor will conduct a comprehensive education and marketing campaign to enhance awareness and enrollment, focusing on the Open Season enrollment period. A critical element of the contract includes ensuring seamless operations throughout a 54-month term and adherence to financial requirements, risk management protocols, and responsiveness to potential fraud, waste, and abuse issues. The document signifies OPM's commitment to modernizing its employee benefits framework while maintaining operational efficiency within federal government standards.
    RFP #24322625R0004 outlines the submission requirements and evaluation criteria for offerors responding to the solicitation. It details the need for compliance with federal guidelines, specifically FAR 52.212-1, regarding proposal modifications and amendments. Proposals must be valid until at least June 30, 2025, and should adhere strictly to formatting rules, including font size and page limits. Non-compliant proposals may be disqualified without opportunity for correction. The document emphasizes that all proposals must avoid exceptions, assumptions, or deviations to be eligible for award, and only fully responsive submissions will be considered. It emphasizes the necessity for a Small Business Participation Commitment Document for all offerors and outlines specific conditions regarding subcontractors and joint ventures. The evaluation process consists of two parts: 1. Business Criteria (Pass/Fail) focused on financial viability and experience. 2. Technical Proposal and Price, which assesses technical approaches against established criteria. Ultimately, the contract will be awarded to the most advantageous proposal based on a best value trade-off approach, considering both price and technical merit while ensuring adherence to compliance and regulatory standards. This RFP reflects the government's commitment to supporting U.S. businesses, particularly small enterprises, in fulfilling its needs.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    R418--Caregiver Support Program Financial and Legal Services (CSP-FLS) (VA-25-00004108)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the Caregiver Support Program Financial and Legal Services (CSP-FLS) under solicitation number 36C10X26R0001. This procurement aims to provide comprehensive financial and legal services to Primary Family Caregivers enrolled in the Program of Comprehensive Assistance for Family Caregivers (PCAFC), including services such as estate planning, debt management, and educational webinars. The contract will be awarded as a single firm-fixed price and time and materials agreement, with a base period of 12 months and four optional 12-month periods, emphasizing compliance with HIPAA and specific professional credentials. Interested parties must submit their proposals by January 8, 2026, at 10:00 AM Eastern Time, and can direct inquiries to Contract Specialist Brian Kadel at Brian.Kadel@va.gov or 240-215-1653.
    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.
    TRICARE Medicare Eligible Program Second Generation (TMEP2) Draft RFP
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is seeking industry feedback on the draft Request for Proposal (RFP) for the TRICARE Medicare Eligible Program Second Generation (TMEP2), which aims to provide claims processing and customer support services for beneficiaries eligible for both Medicare and TRICARE. The contractor will be responsible for ensuring accurate and timely claims processing, comprehensive customer service, and compliance with federal regulations, while managing a high volume of claims, which historically ranges from 58 million to 59 million annually. Interested parties are encouraged to submit comments and questions regarding the draft requirements by using the provided Excel response template, with electronic submissions due to the primary contact, Kristin Moore, at kristin.m.moore13.civ@health.mil, and secondary contact, Addison Sexton, at addison.t.sexton.civ@health.mil. The government plans to conduct an industry day for all interested parties, and further information will be posted on www.sam.gov.
    Office of Small Business Programs Support Services - Amend 7
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is seeking proposals from qualified Women-Owned Small Businesses (WOSB) for the Office of Small Business Programs Support Services. The contract aims to provide comprehensive operational and management support, including business execution, strategic communication, and mentor-protégé program support, with a total award amount of up to $24,500,000. The performance period is set to begin in January 2026, lasting for one base year with four additional option years extending through January 2031. Interested parties must submit their proposals by December 19, 2025, and can direct inquiries to Contracting Officer Vicki L. Whiteman at vicki.l.whiteman.civ@health.mil or Contract Specialist Mary Anne Young at mary.a.young138.ctr@health.mil.
    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.
    RFP - Medical Evaluations and Services
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for Medical Evaluations and Services. This contract aims to provide professional occupational health services through a nationwide patient physician network, ensuring medical examinations and related services for current and prospective FBI employees in support of the agency's global mission. The contract will span a base year of 12 months, with four additional option years and a potential six-month extension, emphasizing compliance with federal regulations and security standards. Interested contractors should direct inquiries to Robert Shifflet at rtshifflet@fbi.gov or Robert Bruce at rbruce@fbi.gov, with proposals due by January 14, 2026.
    World Trade Center Health Program - National Program Administrator
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Centers for Disease Control and Prevention (CDC), is seeking proposals for the role of National Program Administrator (NPA) for the World Trade Center Health Program (WTCHP). The NPA Contractor will be responsible for providing care coordination services to responders and survivors living outside the New York Metropolitan Area, including establishing a nationwide network of healthcare providers for monitoring and treatment benefits as mandated by the James Zadroga Health and Compensation Act. This acquisition is critical for ensuring comprehensive member support, appointment scheduling, medical benefit management, and case management services, with a contract period starting in March 2026 and extending through March 2031, including a base year and four option years. Interested offerors must submit questions by January 5, 2026, and proposals by January 30, 2026, with further inquiries directed to Megan Kelly at xvp9@cdc.gov or Liubov Kriel at vyh1@cdc.gov.
    Medical Equipment and Furnishings, Fixtures, and Equipment (FF&E) Planning Software as a Services (SaaS)
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for a software license for Medical Equipment and Furnishings, Fixtures, and Equipment (FF&E) Planning Software as a Service (SaaS) to support the construction of new healthcare facilities. The objective is to replace outdated spreadsheet-based methods that have resulted in cost overruns and project delays, with a web-based solution that includes features such as real-time updates, API connectivity, and compliance with federal regulations. Proposals are due by December 26, 2025, at 3:00 pm EST, and must be submitted via email to Colleen Henry at colleen.henry@ihs.gov, with evaluations based on price and compliance with specified terms and conditions.
    Analytical Support for OPA
    General Services Administration
    The General Services Administration (GSA) is seeking analytical support services for the Office of People Analytics (OPA) through a Justification and Approval (J&A) for other than full and open competition. The procurement aims to increase the contract ceiling of the existing single-award firm-fixed price Indefinite Delivery Indefinite Quantity (IDIQ) contract (47QFPA18D0004) to ensure the continuous provision of essential data analytics services, which include project management support, research and survey design, data analysis assistance, and technical support. These services are critical for OPA's mission to enhance data-driven decision-making within the Federal Government. Interested parties can reach out to Abdalia Smith at abdalia.smith@gsa.gov or Alberto V. Gomez at alberto.gomez@gsa.gov for further information regarding this opportunity.
    Field Operations & CUstomer Support (FOCUS)
    Homeland Security, Department Of
    The Department of Homeland Security, through the Transportation Security Administration (TSA), is initiating a pre-solicitation for the Field Operations & Customer Support (FOCUS) Task Order, aimed at establishing an enterprise-wide IT help desk and specialist support. This procurement will involve providing a Single Point of Contact for IT services across TSA's extensive operations, which support approximately 85,000 employees and contractors at various locations, including airports and headquarters. Interested vendors must gain access to a Virtual Reading Room (VRR) containing Sensitive Security Information (SSI) to prepare their proposals, requiring the designation of a Senior Corporate Official and successful completion of a Security Threat Assessment for up to three individuals by December 18, 2025, at 8:00 AM EST. For further inquiries, vendors can contact Evan Morcom or Hunter Howery via their respective emails.