Life and Health Insurance Services for Locally Employed Staff at U.S. Embassy Kingston, Jamaica
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The U.S. Embassy Kingston, Jamaica, under the Department of State, is soliciting proposals for Life and Health Insurance Services for its Locally Employed Staff (LES) and their eligible dependents. This is a Combined Synopsis/Solicitation issued under full and open competition. Proposals are due by April 17, 2026, at 15:00 hours Central European Time (CET).
Purpose & Scope
The requirement is for comprehensive health and group life insurance coverage. Health insurance services must include hospitalization, emergency services, outpatient care, prescription drugs, preventive care, optical, dental, reproductive health, catastrophic coverage, and out-of-country medical treatment. Group life insurance will cover natural death and accidental/work-related death/disability for eligible LES. The contractor will be responsible for providing medical aid identification cards, a detailed benefits brochure, maintaining a user-friendly claims system, and submitting monthly reports.
Contract Details
- Contract Type: Fixed-price Indefinite Delivery/Indefinite Quantity (IDIQ) Requirements contract with economic price adjustment.
- Period of Performance: One base year and four one-year option periods, commencing no later than June 1, 2026, and extending through May 31, 2031.
- Place of Performance: The contractor must have an operational presence in Jamaica by the award date or a plan to establish one within 30 days of award, due to regulatory requirements and the need for in-country claims administration and provider network management.
- Set-Aside: Full and Open Competition (Not set-aside for small businesses).
- NAICS: 524114 (Direct Health and Medical Insurance Carriers).
- PSC: G007 (Government Health Insurance Programs).
Eligibility & Requirements
Offerors must be registered in the System for Award Management (SAM). Non-U.S. offerors claiming treaty exemptions are required to submit IRS Form W-14. Bidders must also provide written authorization to operate and do business in Jamaica, or demonstrate the capacity to provide health insurance for persons in Jamaica if not currently licensed there. Eligible staff for coverage include full-time/part-time LES, non-temporary direct hires, PSAs, PSCs, and temporary direct hires/PSAs with a term of one year or more. Retirees are eligible for self-only coverage.
Submission & Evaluation
- Proposals Due: April 17, 2026, by 15:00 hours CET.
- Questions Due: April 03, 2026, by 15:00 hours CET.
- Submission: Proposals must be submitted electronically via email to Sarah Pfannkuche (PfannkucheS@state.gov) with the subject line "Proposal 19GE5026R0041". Acceptable formats include MS Word, MS Excel, or Adobe PDF.
- Evaluation: The evaluation will proceed in two phases. Phase 1 assesses Mandatory Minimum Requirements (Compliance, Technical Capability, Past Performance, Price). Phase 2 involves a Comparative Evaluation of Technical Capability (understanding of SOW, benefit levels, work plan, claims processing, quality assurance, provider network, key personnel, transition, PII safeguarding), Past Performance (recent and relevant experience), and Price (reasonableness). Technical Capability and Past Performance are significantly more important than price. The Government may award without discussions to the responsible offeror whose proposal is most advantageous.
- Required Attachments: Offerors must complete and submit Attachment 3 (Pricing Sheet), Attachment 4 (Representations & Certifications), and Attachment 7 (Past Performance and Experience). Foreign entities may also need to submit IRS Form W-14.
Supporting Data
Attachments 2 and 2.1 provide employee demographics, salary statistics, and claims history to assist bidders in developing their pricing strategies and assessing potential risks.