Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 23, 2020 SAM #6842
SPECIAL NOTICE

99 -- FEMA Actuary Support Services Sole Source Synopsis

Notice Date
8/21/2020 1:55:08 PM
 
Notice Type
Special Notice
 
NAICS
524298 — All Other Insurance Related Activities
 
Contracting Office
MITIGATION SECTION(MIT60) WASHINGTON DC 20472 USA
 
ZIP Code
20472
 
Solicitation Number
FEMA_Actuary_Support_Services
 
Response Due
9/5/2020 12:00:00 AM
 
Archive Date
09/20/2020
 
Point of Contact
Rashurn Harrison, Kelli Parker
 
E-Mail Address
Rashurn.Harrison@fema.dhs.gov, kelli.parker@associates.fema.dhs.gov
(Rashurn.Harrison@fema.dhs.gov, kelli.parker@associates.fema.dhs.gov)
 
Description
The Department of Homeland Security (DHS), Federal Emergency Management Agency (FEMA), Office of Chief Procurement Officer (OCPO) 500 C Street, S.W., Washington, DC, 20472, henceforth referred to as the �FEMA� �intends to modify contract 70FA6018C00000001.� This Notice satisfies the content requirements of FAR 5.207. Contract 70FA6018C00000001 is for the National Flood Insurance Program (NFIP) Actuarial Services for Risk Rating (RR) 2.0 Initiative. The current contract is with Milliman, Inc. Milliman�s address on www.sam.gov is 15800 W. Bluemound Road STE 400, Brookfield, WI 53005. The Contractor�s Dun and Bradstreet or DUNS number is 040784274 and their Commercial and Government Entity (Cage Code) is 67SH7. The Government intends to issue a contract modification to the incumbent contractor Milliman Inc. �The subject contract will be extended up to by nine (9) months through June 29, 2021. �This nine-month extension is beyond the original�s award performance period. This contractor is uniquely qualified to provide the necessary technical support required without extensive transition to manage the ongoing services.� Further, this modification is necessary to allow sufficient time to complete the re-procurement process, transition to the successor contract in the event the incumbent fails to win the follow-on contract, and ensure continued services are provided during this transition period. �Because of the unique nature of the services provided to the Government, an extensive transition period will be required for a successor contractor. The extension is due to unforeseen delays in the procurement planning process.� This extension will prevent the disruption of mission essential work.� For this reason, the Government requires up� to nine months of RR2.0 rate development transition services to ensure a successful transition. The government and contractor team will adopt the data and tools used to develop the Risk Rating 2.0 rating methodology.� This modification will increase the maximum ceiling of the incumbent contract established at time of initial award.� Milliman, an actuarial services contractor, has been developing a new methodology for rating flood risk for the NFIP through the Risk Rating 2.0 Initiative (RR2.0). The newly developed rating methodology is a complement of industry standard best practices and unique Government requirements. Milliman, Inc is the only contractor with the in-depth knowledge pertaining to RR2.0 rate development. �Over the past three years, Milliman Inc has been the only contractor with the in-depth knowledge pertaining to FEMA�s current RR2.0 rate development. FEMA would lose vital expertise prior to the Federal Staff being able to replicate the process, putting future maintenance and upgrade of the rates at risk. Milliman�s methodology and intuitional knowledge is not replaceable nor available from another source. This notice of intent is not a request for competitive proposals and no solicitation exists for this requirement.� Parties interested in responding to this notice shall submit technical data sufficient to determine capability to provide the same services with very limited or no transition support.� No portion of this work can be segregated to allow for competition at this time. All capability statements based on the attached PWS received within fifteen (15) days after publication of this synopsis will be considered by the Government.� A determination by the Government not to compete based upon responses to this notice is solely within the discretion of the Government. �Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement for the nine month extension.� This notice meets the conditions of FAR 5.201(b)(1)(ii), modification(s) to existing contract(s) for additional services that meets the threshold in 5.101(a)(1). The applicable NAICS Code is 524298 �All Other Insurance Related Activities.�� There is no set-aside for the subject modification. Capability statements (limited to 25 pages) shall be submitted via email only as a MS Word or Adobe PDF attachment. The deadline for submission of capabilities statements is on or before August 26, 2020; 3:00 PM (Eastern Time). �No phone calls will be accepted. �All submissions shall be sent to: Disclosure:� Please note that Garud Technology Services (GTS) is providing contract specialist support for this contract action performing non-inherently Governmental functions.� GTS� blanket purchase agreement (BPA) with FEMA for acquisition support includes a limitation on future contracting and requires all staff under the BPA to sign non-disclosure agreements. GTS staff under the BPA will have access to your capability statement information including any proprietary data.� By submitting a capability statement, you are consenting to such access by GTS/BPA staff in support of this effort.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/cb6d7935330b4a88af66bcec0d1357dc/view)
 
Place of Performance
Address: Washington, DC 20472, USA
Zip Code: 20472
Country: USA
 
Record
SN05768791-F 20200823/200821230201 (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.