Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 18, 2023 SAM #7753
SOURCES SOUGHT

G -- Expert Board Reviews 2023

Notice Date
2/16/2023 2:12:43 PM
 
Notice Type
Sources Sought
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
FPAC BUS CNTR-ACQ DIV WASHINGTON DC 20250 USA
 
ZIP Code
20250
 
Solicitation Number
RFI-ExpertBoardReviews2023
 
Response Due
3/6/2023 4:00:00 AM
 
Archive Date
03/07/2023
 
Point of Contact
Pedro Arritola-Vazquez, Phone: 720-544-2886, Kristin Gilliland, Phone: 8169266156
 
E-Mail Address
pedro.arritola-vazquez@usda.gov, kristin.gilliland@usda.gov
(pedro.arritola-vazquez@usda.gov, kristin.gilliland@usda.gov)
 
Description
General Information Document Type:���������������������� Sources Sought Notice Number ID:����������������������������� TBD Response Due Date:���������������� 6:00 AM (Central Time), 06 March 2023 Classification Code:����������������� G008 SOCIAL- GOVERNMENT INSURANCE PROGRAMS: OTHER NAICS Code:�������������������������� 541690 Other Scientific and Technical Consulting Services ����������������������������������������������������������������������������������������� IMPORTANT NOTE: For companies interested in this Sources Sought notice, please ensure responses provide the requested information outlined below. The purpose of this notice is to obtain information and identify potential sources as part of USDA�s market research for a tentative future requirement to create a general pool of Blanket Purchase Agreements (BPAs) of Board approved persons with expertise as actuaries or in underwriting of insurance policies to serve as reviewers of policies. No Request for Quotations (RFQ) exists; therefore, do not request a copy of the RFQ. Contracting Office Address and Point of Contact: United States Department of Agriculture (USDA) Farm Production and Conservation (FPAC) Business Center (BC) Acquisition and Procurement Division Central Section � Operations Branch Attn: Kristin Gilliland and Pedro Arritola-Vazquez Any questions in relation to this notice must be submitted in writing to Kristin.gilliland@usda.gov and Pedro.Arritola-Vazquez@usda.gov no later than February 24, 2023 at 11:00am Central Time. SOURCES SOUGHT RESPONSES: Submit written responses to this notice to Contract Specialist at kristin.gilliland@usda.gov and Pedro.Arritola-Vazquez@usda.gov March 6, 2023 at 6:00am Central Time. This is a SOURCES SOUGHT synopsis.� These sources sought synopsis requests information needed by the Government prior to release of any potential solicitation/award.� Details follow � please read this entire synopsis. The Risk Management Agency (RMA) of the United States Department of Agriculture (USDA) is responsible for supervision of the Federal Crop Insurance Corporation (FCIC), administration and oversight of programs authorized under the Federal Crop Insurance Act (7 U.S.C. 1501 et. seq.), any pilot or other program involving revenue insurance, risk management education, risk management savings accounts; the uses of the futures market to manage risk and support farm income that may be established under the Federal Crop Insurance Act or other law; and, other programs the Secretary of Agriculture considers appropriate.� The Agricultural Risk Protection Act of 2000 modified the Federal Crop Insurance Act to: 1)�������� Require the Board of Directors of the Federal Crop Insurance Corporation to �establish procedures under which any policy or plan of insurance, as well as any related material or modification of such policy or plan of insurance, to be offered under this title shall be subject to independent reviews by persons experienced as actuaries and in underwriting, as determined by the Board;� and 2)�������� Direct the Board, to the maximum extent possible, to �contract with private insurance companies, private rating bureaus, and other organizations as appropriate for actuarial services, services relating to the loss adjustment and rating plan of insurance, and other services to avoid duplication by the Federal Government of services that are or may be readily available in the private sector.�� DESCRIPTION OF SOURCES SOUGHT FCIC is attempting to determine the availability of sources within the private sector to conduct these actuarial and underwriting activities required by the Federal Crop Insurance Act.� Actuary - A person having technical competence relating to the current financial implications of future contingent events, especially as this affects the establishment of premium rates for insurance, as evidenced by: 1) membership, as either a fellow or associate, in the Casualty Actuarial Society; 2) at least 10 years of� professional level work experience as an actuary setting rates for crop insurance or related lines such as hail, livestock, or farm insurance; or 3) at least 15 years of professional level insurance premium rate setting experience in, or equivalent to, the GS-1510 (Actuary) job series. Underwriter - A person having technical competence and experience with the design of insurance policies, the classification and acceptance or rejection of risks, or the class of asset or activity (e.g. - the production risks or economics of specific crops) proposed to be insured, and who applies such knowledge to assure the proper functioning of insurance programs, as evidenced by: 1) at least 10 years of� professional level work experience as a crop insurance� underwriter; 2) at least 15 years of professional level work experience as a property and casualty underwriter in fields related to crop insurance, such as hail, livestock, or farm insurance; 3) at least 15 years of experience as an agricultural risk management consultant; 4) a Ph.D. in agricultural economics with at least 5 years of post-doctoral work in crop insurance or agricultural risk management; or 5) a Ph.D. with at least 5 years of post-doctoral work in a field of agriculture, risk management, etc., directly related to the agricultural commodity or activity proposed to be insured. Requested Information IMPORTANT NOTE: The Government may use the responses to this notice for market research, information, and planning purposes only. Responses to this Sources Sought are not quotes on which USDA can issue any order(s) based only on responses to this Sources Sought. All information received in response to this Sources Sought marked �Proprietary� will be protected and handled accordingly. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. Responses to the Sources Sought will not be returned. Responders are solely responsible for all expenses associated with responding to this Sources Sought. USDA will not pay for information received in response to this Sources Sought. There is no commitment by the Government to issue an RFQ, make award or awards, or to be responsible for any monies expended by industry responses to this Sources Sought. The following is requested from interested companies. The Contractor Response must include the following Basic and Contractor Capability Information: Basic Required Information: The Sources Sought number; Contractor company name, address, telephone number, CAGE Code, NAICS, and SAM UEI number; Confirmation that vendor is active in SAM and/or is actively taking steps to be active in SAM; Company point of contact name, email address, and telephone number; Identification of size, large or small, and if small identify the socioeconomic category (ie. small business, veteran-owned small business, service-disabled veteran-owned small business, Historically Underutilized Business Zone (HUBZone) small business, small disadvantaged business, and women-owned small business concern).
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c4305aa30722496b93e9e954c7e1ed36/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06594528-F 20230218/230216230119 (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.