Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 17, 2007 FBO #2029
SOLICITATION NOTICE

R -- National Flood Insurance Program Bureau and Statistical Servicing Agent.

Notice Date
6/15/2007
 
Notice Type
Solicitation Notice
 
NAICS
524292 — Third Party Administration of Insurance and Pension Funds
 
Contracting Office
Department of Homeland Security, Federal Emergency Management Agency, Mitigation Branch, 500 C Street, S.W. PP -- 2nd Floor, Washington, DC, 20472, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HSFEHQ-07-R-0051
 
Archive Date
7/2/2007
 
Description
The government requires National Flood Insurance Program (NFIP) services. The NFIP was created by Congress in 1968 and is administered by the Department of Homeland Security (DHS), specifically, the Mitigation Division (Mitigation) of the Federal Emergency Management Agency (FEMA). This procurement is to support the selection of the Bureau and Statistical Agent (B&SA) Contractor for the NFIP. The B&SA Contractor is the focal point of support operations for the Write Your Own (WYO) program, acts as the NFIP ?Bureau,? and performs management, analytical and actuarial analyses, including the identification and solution of problems and development of forms, manuals and other materials for the NFIP. The B&SA Contractor has the authority and responsibility for the management, operation, maintenance and quality assurance for the systems and activities as well as providing specific support and professional services. The objectives of this procurement are to: a. Maintain, in an uninterrupted manner the support to the operation of the WYO Financial Control Plan (FCP) particularly, and support new processes related to the modernized Transaction Record Reporting and Processing (TRRP) Plan for the NFIP; b. Help coordinate operations of the NFIP with Government hazard mitigation and disaster response activities; c. Provide the capability for technical assistance, and the preparation and provision of materials for the NFIP Direct Servicing Agent, program stakeholders and the WYO companies to support efficient program operations.; d. Operate as a financial reporting agent and review and report on compliance with the requirements of the WYO FCP; e. Operate, on behalf of the Government, as statistical analyst for all aspects of the program, including NFIP policy and claims experience; provide expert actuarial, claims, underwriting, planning and financial management analysis and assistance to the Government; f. Coordinate claims quality control, re-inspection, WYO special assistance and special projects analysis, and salvage and subrogation activities on behalf of the Government; g. Coordinate communication and information dissemination through the BSA Clearinghouse with the WYO companies, the NFIP Direct Servicing Agent, the NFIP Training contractor, the NFIP Call Center contractor and program stakeholders. h. Provide technical assistance, systems testing, and requirements analysis for all system changes through a Bureau Change Control Board that provides support to a contractor to be selected for the operations, maintenance and continuous improvement of FEMA?s NFIP IT systems modernization resulting architecture. i. Provide expert policy analyses, technical advice, and support to the Mitigation Division?s Risk Insurance Branch, particularly in the areas of Claims and Underwriting as its relates to private property insurance industry practices. This requirement would entail high level technical support for writing and developing Technical Assistance Bulletins, Policy Issuance Bulletins, Issues (White) Papers and drafting responses to NFIP Constituent concerns on behalf of Mitigation. The government intends to award a Cost Price Fixed Fee (CPFF) type contract using performance-based contracting methods for this procurement. In addition, in awarding this contract, the government will use the procedures established in FAR Part 15.It is anticipated that the period of performance will be for one base year (of which a minimum of 1 month shall constitute overlap with the current contract if the incumbent is not selected) plus four one-year options. The Request for Proposal (RFP) will only be available on Fedbizopps web pages at http://www.fedbizopps.gov/. Prospective offerors are responsible for downloading the RFP and all attachments. It is the offeror?s responsibility to monitor Fedbizopps web page for the release of the solicitation and any amendments that may follow. The final RFP should be available for downloading on or about fifteen (15) days after publication of this announcement. Potential offerors making a written request must include an adequate justification for not obtaining the solicitation via the internet. Telephone requests for diskettes or other inquiries will not be honored. Requests may be made via email at Sam.Ansani@dhs.gov or fax number (202) 646-1765. Offerors are cautioned to include the Solicitation Number HSFEHQ-07-R-0051 on all documentation submitted in response to this requirement. Written technical proposals and business proposals will be required approximately 30 days following the RFP issue date. Oral presentation will be held after submission of written proposals Due Diligence or one-on-one sessions will be conducted with potential offerors following release of the RFP and prior to award. Contract award will be based on best-value tradeoff analysis that will result in best value to the Government where technical merit is significantly more important than cost/price. The estimated award date is November 30, 2007. The IVL (Interested Vendors List) feature has been activated on the Vendors portal to FedBizOpps, and firms are encouraged to provide their contact information in the portal to help maximize teaming arrangements and Small Disadvantaged Business participation on this procurement. The North American Industry Classification System (NAICS) Code for this requirement is 524292 Third Party Administration Of Insurance and Pension Funds and the Small Business size standard is $6.5 million in average annual receipts over the past three years. To be eligible for award, offerors must be registered with the Central Contractor Registry at www.ccr.gov. Additionally, Representations and Certifications must be completed at http://orca.bpn.gov.
 
Record
SN01319973-W 20070617/070615220631 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.