Skip to main content

An official website of the United States government

You have 2 new alerts

Corporate Insurance and Fiduciary Liability Insurance

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • Original Published Date: Nov 10, 2022 07:31 am EST
  • Original Date Offers Due: Nov 28, 2022 02:00 pm EST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Dec 13, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: G009 - SOCIAL- NON-GOVERNMENT INSURANCE PROGRAMS
  • NAICS Code:
    • 524210 - Insurance Agencies and Brokerages
  • Place of Performance:

Description

This is a combined synopsis/solicitation and request for quotes (RFQ) for commercial products or commercial services in accordance with the procedures of Federal Acquisition Regulation (FAR) part 12 - Acquisition of Commercial Items and FAR part 13 - Simplified Acquisition Procedures, with FAR part 12 taking precedence per FAR 13.500(b)’s reference to FAR 12.102(c). This announcement constitutes the only solicitation with quotes requested.

The Federal Housing Finance Agency (FHFA) requires the services of a licensed insurance broker to obtain corporate insurance and fiduciary liability insurance. The corporate insurance includes, but is not limited to, property, commercial general liability, and business auto insurance. With respect to fiduciary liability insurance, FHFA offers its employees a 401(k) Retirement Savings Plan (401(k) Plan) currently through T. Rowe Price, the Plan recordkeeper. The FHFA 401(k) Oversight Committee Members are fiduciaries of the Plan and are chartered with the responsibility for administering the Agency’s 401(k) Plan.

This requirement is considered unrestricted under NAICS code 524210 Insurance Agencies and Brokerages with no size standard; therefore, any qualified, responsible vendor may submit a quote.

Questions, Suggested Alternate Terms, and Answers

Quoters are invited to submit any questions or suggested alternate terms (including changes to the solicitation, contract clauses, statement of assumptions, or other terms). FHFA will consider all input and attempt to balance the needs of all parties.

Questions or other suggested changes must be submitted by November X, 2022, by email to the Contracting Officer, Laura Baker at Laura.Baker@fhaf.gov. Questions, any written responses, or amendments will be posted at the Contract Opportunities webpage (please see https://sam.gov/content/opportunities for more information).

FAR References

Any FAR clauses or provisions referenced may be obtained at www.acquisition.gov/far. Also, any reference to offeror or offer has the same meaning as quoter or quote for this solicitation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2022-08, October 28, 2022.

Submission Instructions

Quoters shall be registered in the System for Award Management as stated in FAR 52.204-7(b)(1).

Therefore, FAR 52.204-7 and FAR 52.204-16 are hereby incorporated by reference into the solicitation.

A Quoter that is not actively registered in the System for Award Management at the time of quote submission will not have its quote considered and will not be eligible for award.

Each Quoter shall submit an electronic quotation (Volumes I, II, and III in separate files) to the Contracting Officer, Laura Baker at Laura.Baker@fhaf.gov.

The electronic quotation shall include any scanned copies of signatures associated with the quotation. Pricing shall be submitted in Excel format.

Each email quotation including attachments cannot exceed 50 MB because it may be rejected by FHFA’s server. If your entire quotation exceeds 50MB in size, please divide your quotation into appropriate smaller emails.

If a Quoter chooses to submit a quotation, the quote must remain valid for a minimum of 90 calendar days.

Quotes are due no later than the date and time identified in Contract Opportunities. Late submissions, modifications, and revisions will be managed in accordance with FAR 52.212-1(f).

FHFA’s Contracting Officer reserves the right to reject the quotation as non-compliant if the quotation takes exception to any of the terms of the RFQ, includes assumptions, or does not conform to the RFQ’s submission instructions.

All quotations must include a cover page addressing the following information:

  1. RFQ number
  2. Quoter’s name
  3. Insurance license number
  4. Subcontractor name(s), if applicable
  5. Quoter's Tax Identification Number (TIN)
  6. Quoter's System for Award Management (SAM) Unique Entity Identifier (UEI)
  7. Contact name
  8. Contact email address
  9. Contact telephone number
  10. Complete business mailing address
  11.  The following statement “The Quoter takes no exception and completely accepts all the terms and conditions in the RFQ and subsequent amendments.”   

Volume I- Technical Quotation

The Quoter’s technical submission should demonstrate the firm’s capability to perform the work requirements outlined in the Attachment A. Volume I shall include separate sections within the volume outlining the following items:

Technical Acceptability. Quoter shall describe how its insurance policy meets the requirements of Attachment A.

Past Performance. FHFA will evaluate recent and relevant past performance of each Quoter. This past performance may include prime or subcontractors you consider most relevant in demonstrating your ability to perform the proposed effort. However, you must include at least one reference for any subcontractor that will perform a large portion of the work.

Quoters may submit up to two (2) examples of contracts performed by the Quoter or subcontractors, demonstrating recent and relevant past performance. Recent is defined as within the last two (2) years from the date of this RFQ. Relevant is defined as work similar in scope, complexity and magnitude to that identified in the work requirements defined in Attachment A. Please include the following information, limited to no more than two (2) pages:

1) Customer Name and Address

2) Contract Number/Contract Title/Contract Type

3) Delivery Schedule/Period of Performance

4) Contract Value

5) Description of the work performed

6) Customer Point of Contact (Name, Telephone Number and Address) for Business Manager and/or Technical Manager

7) Contracting Officer’s (or Private Sector Equivalent) name, telephone number and email address.

8) Current status, e.g. completed and/or in progress, start and estimated completion dates.

9) A brief narrative of why your firm believes this reference is relevant to the proposed order

FHFA may use any other available information in the evaluation of past performance.

Page Limitation. Excluding cover page and table of contents, the technical quote is limited to ten (10) pages. The font and format should be of readable quality. Excessively small font may be rejected or not evaluated at the Contracting Officer’s discretion.

Quoters shall not include any price information in the technical quotation. For the overall technical quotation, a recitation or paraphrasing of the requirements already identified in the work requirements will not improve the quotation.

Volume II- Price Quotation

Each Quoter shall submit a price quotation separate from the technical quotation (Volume I) and representations and certifications (Volume III).

The price quotation shall include the following: Completion of all unit prices as stated in Attachment C, including any stated options.

 

Page Limitation. There is no page limitation on the price quote submission.

Volume III- Representations and Certifications

Quoters shall ensure their responses to the following provisions are submitted as a part of Phase I:

    1. Completed FAR 52.204-24. NOTE: "[t]he Offeror shall not complete the representation at paragraph (d)(1) of this provision if the Offeror has represented that it "does not provide covered telecommunications equipment or services as a part of its offered products or services to the Government in the performance of any contract, subcontract, or other contractual instrument" in paragraph (c)(1) in the provision at 52.204-26, Covered Telecommunications Equipment or Services—Representation, or in paragraph (v)(2)(i) of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Products or Commercial Services. The Offeror shall not complete the representation in paragraph (d)(2) of this provision if the Offeror has represented that it "does not use covered telecommunications equipment or services, or any equipment, system, or service that uses covered telecommunications equipment or services" in paragraph (c)(2) of the provision at 52.204-26, or in paragraph (v)(2)(ii) of the provision at 52.212-3."
    2. Completed FAR 52.212-3. NOTE: Quoters shall complete only paragraph (b)(2) of the provision if the Quoter has completed the annual representations and certification electronically via the System for Award Management (SAM) website.

Information Technology (IT) Security Instructions & Evaluation

Prior to award, the apparent successful quoter shall complete and submit the “Security Assessment Questionnaire for External Vendors Processing, Storing, or Transmitting FHFA CUI” as part of demonstrating its ability to adequately comply with the requirements of FHFA specialty clause, 6.208b IT Security clause for acquisitions in which FHFA Controlled Unclassified Information (CUI) will be processed, stored, or transmitted in a nonfederal information system (OCT 2020). In addition to the Security Questionnaire, the quoter shall submit any current, independent certification demonstrating that the quoter maintains compliance with a relevant information security framework (e.g., NIST SP 800-171 Rev. 2, SOC 2 Type II, ISO/IEC 27001, etc.). As part of its assessment, FHFA may request additional artifacts such as the results of independent penetration tests or security assessments, internal security policies, and other artifacts as deemed necessary to verify compliance with NIST SP 800-171, Rev. 2. If a quoter fails to provide reasonable assurance of its ability to adequately comply with the requirements of the clause, it may be considered ineligible for award. The request for the information described above does not constitute discussions (as that term is defined in FAR subpart 15.3).

FHFA will review the documentation submitted demonstrating the quoter’s ability to adequately comply with FHFA specialty clause, 6.208b IT Security clause for acquisitions in which FHFA Controlled Unclassified Information (CUI) will be processed, stored, or transmitted in a nonfederal information system (OCT 2020). The ability of a quoter to adequately comply with this clause shall be at the sole discretion of FHFA. If a quoter fails to provide reasonable assurance of its ability to adequately comply with the requirements of the clause, it may be considered ineligible for award, and the Government may consider other quoters for award.

Evaluation and Selection Process

FHFA intends to make award to the lowest priced technically acceptable quotation that FHFA determines adequately complies with FHFA specialty clause, 6.208b IT Security clause for acquisitions in which FHFA Controlled Unclassified Information (CUI) will be processed, stored, or transmitted in a nonfederal information system (OCT 2020) (i.e., if can adequately comply or if an exception applies).

Since this award is made under the policies of FAR part 12 in conjunction with FAR part 13 procedures, the evaluation process is streamlined, and FHFA has considerable flexibility in its award decision. FHFA will evaluate technical acceptability by assessing whether the technical quotation demonstrates the Quoter can meet the requirements in Attachment A.

Following an evaluation, FHFA may make one award based on the quote that is evaluated to be the lowest priced technically acceptable quotation and determined responsible.

Contractor Support Notification

Quoters are advised that employees of the firm identified below may assist the Contracting Officer and technical evaluators during the acquisition process. These employees will not participate as voting members of the evaluation team (FAR 7.503(c)(12)). Further, these employees shall not rank or recommend one quote over another or otherwise act in a decision-making capacity. This firm is expressly prohibited from competing for the award(s).

ASI GOVERNMENT

1901 North Moore Street | Suite 1204

Arlington, Virginia 22209

703.253.6300

In accomplishing their duties related to the acquisition process, employees of the above firm may require access to proprietary information contained in the quotes. Such employees are required to sign a Non-Disclosure Agreement mandating compliance with strict confidentiality restrictions.

If a quote is submitted in response to this RFQ, FHFA will consider the submission as consent that the quote may be reviewed by employees of the above firm who have signed a Non-Disclosure Agreement.

List of Attachments

Attachment A Statement of Work

Attachment B Clauses & Provisions

Attachment C Price Quotation Worksheet

Attachment D Security Assessment Questionnaire for External Vendors Processing, Storing or Transmitting FHFA CUI

Contact Information

Contracting Office Address

  • 400 7TH STREET, SW
  • WASHINGTON , DC 20219
  • USA

Primary Point of Contact

Secondary Point of Contact





History