Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 11, 2023 SAM #8019
SOURCES SOUGHT

R -- FEMA/FIMA National Flood Insurance Program (NFIP) Outside Counsel Advisory and Assistance Support

Notice Date
11/9/2023 6:42:13 AM
 
Notice Type
Sources Sought
 
NAICS
541110 — Offices of Lawyers
 
Contracting Office
MITIGATION SECTION(MIT60) WASHINGTON DC 20472 USA
 
ZIP Code
20472
 
Solicitation Number
70FA6024I00000001
 
Response Due
11/27/2023 1:00:00 PM
 
Archive Date
03/31/2024
 
Point of Contact
Kimberly A. Sprenkle
 
E-Mail Address
kimberly.sprenkle@fema.dhs.gov
(kimberly.sprenkle@fema.dhs.gov)
 
Description
REQUEST FOR INFORMATION (RFI) SUMMARY: The Department of Homeland Security (DHS), Federal Emergency Management Agency (FEMA) requires contractor advisory and assistance (A&AS) support services pertaining to specialized legal counsel required by the Federal Emergency Management Agency�s (FEMA) Office of Chief Counsel (OCC).� The purpose of this RFI is to conduct market research to determine contractor capabilities for these services as described in the attached Draft Performance Work Statement (PWS). GENERAL INFORMATION:� This RFI is issued solely for information gathering purposes to identify sources that can provide support for the necessary personnel to deliver the legal counsel services required by this Draft PWS. These contractor personnel shall have expertise in and experience with the reinsurance industry including the private capital markets. OCC requires the contractor to deliver support within four Objectives: 1) work related to reinsurance agreement terms and conditions including matters involving reinsurers, capital bond markets, and insurance-linked securities; 2) drafting memoranda of law on topics related to reinsurance including matters involving reinsurers, capital bond markets, and insurance-linked securities; 3) consulting on legal issues related to the management and operations of a Resilience-operated reinsurance program including matters involving reinsurers, capital bond markets, and insurance- linked securities; and 4) provide advice on potential disputes arising from reinsurance and other related agreements.� In accordance with Federal Acquisition Regulation (FAR) 15.201(e), RFIs may be used when the Government wants to obtain price, delivery, other market information, and capabilities for planning purposes. Responses to this RFI are strictly voluntary and FEMA will NOT pay respondents for information provided in response to this RFI. Responses to this RFI will NOT be returned and respondents will NOT be notified of the result of the review. If a Solicitation is issued, it will be announced on the SAM website: https://sam.gov/content/opportunities at a later date, and all interested parties must respond to that Solicitation announcement separately from any response to this announcement. Responding to this RFI will not give any advantage to or preclude any organization in any subsequent competition. This RFI does NOT restrict the Government's acquisition approach on a future Solicitation. PROPRIETARY INFORMATION AND DISCLAIMERS:� Respondents shall identify any proprietary information in its RFI response. Information submitted in response to this RFI will be used at the discretion of the Government. Further, the information submitted will remain confidential insofar as permitted by law, including the Freedom of Information and Privacy Acts. FEMA reserves the right to utilize any non-proprietary technical information in the anticipated solicitation. Although it is not necessary to address in their response, respondents shall be aware of any potential, actual, or perceived organizational conflicts of interests. Any real or potential conflicts must be sufficiently mitigated prior to a contract award. For further guidance, refer to the FAR Part 9.5. NAICS CODE: 541110 � Offices of Lawyers PRODUCT SERVICE CODE (PSC): R499 - SUPPORT PROFESSIONAL: OTHER ANTICIPATED PERIOD OF PERFORMANCE START DATE: Third Quarter of FY2024 ATTACHMENT 1: Draft Performance Work Statement RFI RESPONSE SUBMITTAL INSTRUCTIONS: Interested organizations shall submit their RFI responses electronically to Kimberly Sprenkle, Contract Specialist, at kimberly.sprenkle@fema.dhs.gov no later than 3:00PM Eastern Standard Time (EST), Monday, November 27, 2023, 4:00PM EST. Questions regarding this RFI are due no later than Thursday, November 16, 2023, 12:00PM EST. �RFI 70FA6024I00000001 NFIP Outside Counsel Advisory and Assistance Support� shall be in the subject line of your e-mail.� Responses should be submitted as a single email attachment, in either Microsoft Word or PDF format. All responses shall be unclassified, with proprietary information clearly marked. Do not include promotional materials. All pages should be numbered consecutively beginning with Page 1, be single-spaced, and use one-inch margins on 8.5 x 11 inch. Responses must use 11?point font; the only exception is for charts, graphs, or tables which must use a minimum of 10-point font. When responding to RFI Question, it is not necessary to repeat, rephrase, or reiterate the RFI Question; simply refer to Question 1. Responses to this RFI must not exceed five (5) pages in length including the following sections: cover page, organization�s capability statement, and organization�s responses to FEMA�s RFI questions. Submissions exceeding this length will not be read. Respondents may choose how much of the five (5) page limit they devote to any particular section of their RFI responses, but RFI responses shall include the following information and be presented in the below order:� A.�� Cover Page with the following information: Contractor Name� Contractor Address� Contractor Point of Contact - Name, Title, Phone, and Email address Contractor Business Size: Interested sources shall identify their business size based on the assigned North American Industry Classification System (NAICS) code in this RFI. Responses may be used to develop and/or determine if small business prime and subcontracting opportunities exist for this requirement. Please also include any small business and/or socioeconomic certifications you may hold (such as WOSB, HUBZone, SDVOSB or 8(a)). For more information, reference FAR Part 19 Small Business Programs and �https://www.sba.gov/federal-contracting/contracting-guide/size-standards. Unique Entity Identification (UEI) Number� ���������� � If applicable, General Services Administration (GSA) Schedule Number, Contract Number, and Period of Performance and/or Department of Homeland Security (DHS) Strategic Sourcing Vehicle Category Name and Contract Number. B.�� Contractor�s Capability Statement 1.�� Summary of relevant projects showing capabilities, including list of customers and contracts covering the past three years for work considered most relevant to FEMA�s description of need. 2.�� Past performance in applicable areas. C.�� Contractor�s Response to FEMA�s RFI Question. � REQUEST FOR INFORMATION (RFI) QUESTION Question 1: Is there anything that needs to be more clearly defined by FEMA in the attached draft Performance Work Statement (PWS)? END
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9e389678661d479a9321e48b18ab38ee/view)
 
Place of Performance
Address: Washington, DC 20024, USA
Zip Code: 20024
Country: USA
 
Record
SN06881400-F 20231111/231109230323 (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.