Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 19, 2020 SAM #6625
SOURCES SOUGHT

R -- FIMA Actuarial Consulting Services

Notice Date
1/17/2020 12:20:56 PM
 
Notice Type
Sources Sought
 
NAICS
524298 — All Other Insurance Related Activities
 
Contracting Office
PREPAREDNESS SECTION(PRE20) WASHINGTON DC 20472 USA
 
ZIP Code
20472
 
Solicitation Number
FIMA01172020
 
Response Due
1/31/2020 11:00:00 AM
 
Archive Date
02/15/2020
 
Point of Contact
Glen Seipp, David Orris
 
E-Mail Address
glen.seipp@fema.dhs.gov, david.orris@dhs.gov
(glen.seipp@fema.dhs.gov, david.orris@dhs.gov)
 
Description
The purpose of this sources sought is for market research purposes for Actuarial Consulting Services for the National Flood Insurance Program (NFIP) within the Federal Insurance & Mitigation Administration (FIMA) under Federal Emergency Management Agency (FEMA).� Background: The Federal Insurance and Mitigation Administration (FIMA) is a component of the Department of Homeland Security (DHS), Federal Emergency Management Agency (FEMA), which operates the National Flood Insurance Program (NFIP) For over 50 years, FEMA�s NFIP has offered flood insurance coverage to homeowners, renters, and businesses as protection against flood losses. In return, local governments commit to sound floodplain management and related flood disaster mitigation efforts. In addition to offering flood insurance, the duties of the NFIP include identifying communities� flood risks, mapping and publishing FIRMs (Flood Insurance Rate Maps) of those risks, helping communities meet floodplain management requirements, and encourage citizens to purchase flood insurance in order to equitably distribute burdens among the insured and the general public. While the NFIP as currently organized satisfies these duties, FEMA identified two primary service gaps within the NFIP�s current risk rating approach: (1) policyholders don�t understand their flood risk and (2) the relationship between risk and rate is often inconsistent between structures with similar risk. Therefore, FIMA has redesigned its current risk rating approach to address these service gaps and improve overall customer experience through the Risk Rating 2.0 Initiative. The Government is procuring Actuarial Consulting Services to assist the NFIP Actuaries in maintaining and updating the rates developed under Risk Rating 2.0. This includes services for the annual rate development, continuous improvement of actuarial techniques for the NFIP, assistance with FEMA model development, audit and litigation support, and other actuarial consulting activities. RFI Questions: In order to effectively respond to the questions below, please review the draft Performance Work Statement (PWS). Please provide a capabilities statement that would support the objective of the modernization effort described in the draft PWS provided. Based on your expertise, are there gaps in the Government�s draft PWS? Would you require more information in the draft PWS to provide a proposal? If so, please describe the information required. What is an appropriate scope or level of effort for a project like this? What are the biggest cost drivers? This synopsis is for information and planning purposes only and is not to be construed as a commitment by the U.S. Government, nor will the U.S. Government pay for information solicited.� The information from this notice will help the FEMA, Acquisition Operations Division Mitigation Branch, plan their acquisition strategy. PLEASE NOTE THAT THIS IS NOT A REQUEST FOR PROPOSAL, NO SOLICITATION EXISTS AT THIS TIME. The requirement will be within the North American Industry Classification System (NAICS) code, 524298 All Other Insurance Related Activities. The small business size standard for this NAICS Code is $16.5M. The government will consider other NAICS Codes for this effort. Responses should include your company�s capability statement. Oral Communications ARE NOT acceptable in response to this notice. However, follow-up discussions / market research may be performed. Responses should provide the following information: A. Company Information (e.g. name, business address, point of contact, telephone number, e-mail address). Also include DUNS Number or CAGE Code; B. Summarization of projects showing capabilities and past performance in the applicable areas and list relevant projects. C. Statement of current business size status (ie HUBZone small business concern, service-disabled veteran-owned small business firm, 8(a) contractor, woman-owned small business, small business, or large business concern). Also business size in relation to the NAICS code size standards assigned to this acquisition. D. Please disclose any Organizational Conflict of Interest concerns that you foresee at this time. E. Do you currently have a DHS Strategic Sourcing Vehicle or a GSA schedule that would be able to provide the required services? If yes, please provide your Strategic Source Contract Vehicle or GSA schedule. Submission requirements: Page limit � five (5) pages (10 pages front and back) 8 � x 11 pages 1 inch margins (top, bottom, and sides) Times New Roman font � 12 point Page limitation does not include: 1 cover page or 1 letter of introduction Do not include promotional materials Any proprietary information should be clearly marked.� Questions pertaining to this RFI are due to the Contracting Officer, David Orris, david.orris@fema.dhs.gov and Contract Specialist, Glen Seipp, glen.seipp@fema.dhs.gov not later than 2:00 PM (EST) January 21, 2020.� The subject line of the email shall contain the following: Questions for Sources Sought Notice FIMA01172020 � Actuarial Consulting Services. Only electronic submissions will be accepted and are to be sent only to the Contracting Officer, David Orris, david.orris@fema.dhs.gov and Contract Specialist, Glen Seipp, glen.seipp@fema.dhs.gov not later than 2:00 PM (EST) on January 31, 2020. ��The subject line of the email shall contain the following: Response to Sources Sought Notice FIMA01172020 � Actuarial Consulting Services. This Sources Sought is an advance notice for informational and acquisition strategy planning purposes only and is not a solicitation. In order to receive an award from any resultant solicitation, should one be issued, the successful offeror must be registered in the System for Award Management (SAM). The SAM website is https://www.sam.gov. This Sources Sought synopsis notice should not be construed in any manner to be an obligation to issue a contract or result in any claim for reimbursement of costs for any effort you expend in responding to this request. No solicitation is currently available. Any future solicitation package will be made available via GSA or on the Contract Opportunities website https://www.beta.sam.gov. Interested parties are solely responsible for monitoring the Contract Opportunities website for the release of a solicitation package and/or any updates/amendments. The Government will NOT provide funding to the interested party or submitter in response to this notice. The Government will not pay for any costs incurred in preparing a response to this sources sought notice.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/40c6e032a831439da03f973b35571ffe/view)
 
Place of Performance
Address: Washington, DC, USA
Country: USA
 
Record
SN05538469-F 20200119/200117230137 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.