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. Department of State, ACQUISITIONS - RPSO FRANKFURT, is soliciting proposals for Life and Health Insurance Services for Locally Employed Staff (LES) and their eligible dependents at the U.S. Embassy Kingston, Jamaica. This is a Combined Synopsis/Solicitation for comprehensive insurance coverage. Proposals are due April 23, 2026, at 15:00 hours Central European Summer Time (CEST).
Scope of Work
The contractor will provide comprehensive health insurance services, including hospitalization, emergency services, outpatient care, prescription drugs, preventive care, optical, dental, and reproductive health. Group life insurance coverage is also required. Key deliverables include providing medical aid identification cards, a detailed benefits brochure, maintaining a user-friendly claims system, establishing a Preferred Provider Network (PPN) in Jamaica, and submitting monthly reports. Specific benefit maximums have been updated, including Optical Care at JMD $47,700 every two years and Dental Care at JMD $508,800 per contract year. Orthodontia coverage has a JMD $381,600 lifetime limit under specific conditions.
Contract Details
- Contract Type: Firm-Fixed-Price Indefinite Delivery/Indefinite Quantity (IDIQ) with economic price adjustment.
- Period of Performance: One base year and four one-year option periods, commencing no later than June 1, 2026, through May 31, 2031.
- Place of Performance: Jamaica. Offerors must have an operational presence in Jamaica by award or a plan to establish one within 30 days, and provide a Jamaican Tax Identification Certificate (TIN) and annual tax clearance letter.
- Set-Aside: This acquisition is not set-aside for small business concerns and is open to full and open competition.
Eligibility & Submission Requirements
Offerors must be registered in the System for Award Management (SAM). Non-U.S. offerors claiming treaty exemptions must submit IRS Form W-14. Proposals must be submitted electronically via email to Sarah Pfannkuche (PfannkucheS@state.gov) by the deadline. Cloud storage services and hyperlinks are not permitted. Required attachments include a pricing sheet (Attachment 3) and representations and certifications (Attachment 4). Offerors must also provide details of 3-5 relevant past performance contracts (Attachment 7).
Evaluation Factors
Proposals will be evaluated based on:
- Compliance Review
- Technical Capability: Understanding of the Statement of Work, benefit levels, work plan, claims processing, quality assurance, provider network, key personnel, transition plan, and PII safeguarding.
- Past Performance: Recent and relevant experience.
- Price: Reasonableness. Evaluation factors other than price are significantly more important than price. The Government may award without discussions.
Key Dates
- Questions Due: April 03, 2026, 15:00 hours CET.
- Proposal Due: April 23, 2026, 15:00 hours CEST.
- Service Commencement: June 1, 2026.