Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 20, 2020 SAM #6657
SOURCES SOUGHT

99 -- National Flood Insurance Program (NFIP) Request for Information

Notice Date
2/18/2020 10:55:35 AM
 
Notice Type
Sources Sought
 
NAICS
524126 — Direct Property and Casualty Insurance Carriers
 
Contracting Office
FEMA WASHINGTON DC 20472 USA
 
ZIP Code
20472
 
Solicitation Number
NFIPFIMA15RFI
 
Response Due
2/28/2020 1:00:00 PM
 
Archive Date
03/01/2020
 
Point of Contact
Marvin R. Jennings, Demetress Smith
 
E-Mail Address
marvin.r.jennings@fema.dhs.gov, Demetress.smith@associates.fema.dhs.gov
(marvin.r.jennings@fema.dhs.gov, Demetress.smith@associates.fema.dhs.gov)
 
Description
The Department of Homeland Security (DHS), Federal Emergency Management Agency (FEMA), Federal Insurance Division (FID) National Flood Insurance Program (NFIP) requires support from a contractor for NFIP Standard Operations Contract (SOC), to provide standard insurance operations support � including insurance subject matter expertise and standard business operations.� The SOC will serve as a source of information and will support the NFIP WYO insurance companies and the NFIP Direct Servicing Agent (DSA). Task performance will include Project Management, Underwriting Support, Claims Support, Flood Disaster Response Support, Correspondence Support, Field Office Support, Publication and Document Assistance, Program Support and Reporting and other support services.� Should a flooding disaster or severe flooding event occur, SOC must set-up and operate one or more Flood Response Offices (FRO), to promote and assist WYO companies and DSA to cover issues and other services to adjudicate and settle NFIP Claims. This Request for Information (RFI) is issued solely for information and does not constitute a solicitation. In accordance with FAR 15.201(e) and 3.104, RFIs may be used when the Government wants to obtain price, delivery, other market information and capabilities for planning purposes.� Responses to these notices are not offers and cannot be accepted by the Government to form a binding contract. This RFI should not be construed as a commitment by the Government for any purpose, nor does it restrict the Government to an ultimate acquisition approach. Respondents are solely responsible for all expenses associated with this RFI response.� Any information provided as a result of this sources sought synopsis is voluntary and the Government will not pay for any information submitted. Payment will not be provided for information obtained in this RFI, nor will it be returned.� There is no solicitation available at this time. Requests for a solicitation will not receive a response.� Respondents will not be notified of the RFI assessment. No proposals are being requested or accepted, and no contract will be awarded as a result of this RFI. I. Requirements Overview FIMA requires a Flood Insurance Management Expert: Possesses demonstrated relevant experience providing Flood Insurance Management subject matter expertise, staff augmentation, audit support, and Flood disaster response at a national level.� The SOC must support the NFIP administration of the WYOs and DSA at the required high volume and complexity of flood insurance policies.� The NFIP Direct Contractor is the Nation�s third largest handler of federal flood insurance policies.� The program administers approximately 656,000 policies in our book of business, which includes specific policies which require unique and specialized handling including GFIPs and SRLs. This large volume of work is highly complex for Nationwide support.� The SOC must possess the capacity to rapidly surge for flood disaster response before, during and after a disaster event. The SOC also provides SME level phone support for the WYO�s by expert flood insurance trained professionals. The SOC must possess the ability to rapidly adjust business operations based on Congressional or other mandates.� As FEMA�s Insurance Company, the NFIP Direct must be prepared to handle any required direction from Congress which may include, Pilot Programs, Program Initiatives and other Congressional projects. It is requested and appreciated that all contractors interested in participating in this market research effort note their interest by responding to the areas identified in the �Company Details"", ""Capabilities Statement�, and �General Questions� sections below. The purpose of this RFI is to assess industry capabilities ability to provide a total solution, and to receive industry response on: The draft Statement of Work (SOW) including (but not limited to) technical questions and comments, and what edits may be needed to enable FEMA to achieve the universal objectives stated therein... II. Capability Statement: The page limit for responses to this section is no more than five (5) pages. Capabilities Statements should include relevant experience, relevant experience are projects that are similar to the described requirements that have occurred in the past 5 years. Please do not provide general capabilities statements. Only provide relevant information related to this requirement. Provide an overview, detailing your firm�s relevant experience and capabilities to fulfill all the requirements within the SOW (Attachment 1) to include organizational and staff capability and experience. Provide a brief narrative summary of your technical approach to meet NFIP�s requirements within the draft SOW. Please include at most 3 relevant projects and the following information: 1. Client Name 2. Client POC/Client Email 3. Total Contract Value 4. Period of Performance 5. Brief Description of Services Provided 6. Is there a CPARS available, yes or no? Include responses to the below questions: What area in the draft SOW is currently the biggest obstacle for the NFIP to become a world-class operation, and what can be done in this contract to reduce or eliminate that obstacle? What are the critical success factors for improving our collaboration with, and oversight of the Write-Your-Own (WYO) companies and the NFIP Direct contractor? What are the most critical operational challenges and potential solutions for the NFIP during large scale or concurrent disasters? Can you provide a brief narrative summary of your technical approach to meet ALL of NFIP�s requirements within the draft SOW? GENERAL QUESTIONS: Provide feedback and recommend any changes to better support the requirements detailed in the SOW.� The page limit for responses in this section is five (5) pages. Is the SOW clear, concise, and/or enough to develop and submit the required information in response to a Request for Proposal (RFP)? � Does your firm possess demonstrated, relevant experience providing Flood Insurance Management subject matter expertise, staff augmentation, audit support, and Flood disaster response at a national level? � Does your firm possess the capacity to provide surge support for flood disaster response before, during, and after a disaster event? � Can your firm provide the relevant experience and capabilities which are needed to fulfill ALL the requirements with the SOW (Attachment 1), to include organizational and staff capability and experience? � Would your firm require any additional information, such as specific historical data, to successfully respond to a formal solicitation and/or propose a firm fixed price for the tasks identified in the SOW? � Are there any pricing, terms and conditions, and/or business practices that are uniquely prevalent or customary in the industry that the NFIP should consider? � Do you have a cost accounting system deemed adequate by a cognizant audit agency? (e.g., DCAA) Respondents shall not be notified of the results of the market research. Again, this document is merely for market research and planning purposes only and does not constitute a commitment, implied, or otherwise, that a procurement action will be issued nor will the Government pay or reimburse for information solicited or produced and may not be construed as a commitment by the Government to enter into a contract. FEMA does not intend to hold discussions concerning this RFI with any interested parties; however, FEMA reserves the right to contact one or more of the respondents if additional information is required or to request demonstrations. Vendor comments may be incorporated and used to develop the final SOW as well as the solicitation. Responders to this RFI will not automatically be notified of any potential solicitation; therefore, interested parties should be vigilant in looking for and must respond to the official solicitation announcement when it is posted as required by the selected acquisition approach. III. Submission Instructions: Submissions must be submitted electronically as a Microsoft Word or an Adobe Portable Document Format (PDF); no other document format or type will be accepted. It is important to note that there is a system wide size limitation on e-mail attachments of 10MB per e-mail message. It is highly recommended that respondents check the total size of the response before sending and if necessary, submit responses on sequential e-mails. Questions Questions pertaining to this RFI are due to the Contracting Officer, Marvin R. Jennings. Marvin.R.Jennings@fema.dhs.gov �and Contract Specialist, Demetress Smith, Demetress.smith@associates.fema.dhs.gov, not later than 4:00 PM (EST) on February 24, 2020. The subject line of the email shall contain the following: Questions for Sources Sought Notice 70FA6019I000000XX - NFIP FIMA 15�Standard Operations. Submission Only electronic submissions will be accepted and are to be sent only to the Contracting Officer, Marvin R. Jennings. Marvin.R.Jennings@fema.dhs.gov �and Contract Specialist, Demetress Smith, Demetress.smith@associates.fema.dhs.gov, not later than 4:00 PM (EST) on February 28, 2020. The subject line of the email shall contain the following: Response to Sources Sought Notice 70FA6019I000000XX - NFIP 15 Standard Operations.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b6fd71cead6342d0964ff8caf3cbe05f/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05564774-F 20200220/200218230139 (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.