Amendment to Combined Synopsis/Solicitation - Uninterruptible Power System Maintenance - Insurance News | InsuranceNewsNet

InsuranceNewsNet — Your Industry. One Source.™

Sign in
  • Subscribe
  • About
  • Advertise
  • Contact
Home Now reading Newswires
Topics
    • Advisor News
    • Annuity Index
    • Annuity News
    • Companies
    • Earnings
    • Fiduciary
    • From the Field: Expert Insights
    • Health/Employee Benefits
    • Insurance & Financial Fraud
    • INN Magazine
    • Insiders Only
    • Life Insurance News
    • Newswires
    • Property and Casualty
    • Regulation News
    • Sponsored Articles
    • Washington Wire
    • Videos
    • ———
    • About
    • Advertise
    • Contact
    • Editorial Staff
    • Newsletters
  • Exclusives
  • NewsWires
  • Magazine
  • Newsletters
Sign in or register to be an INNsider.
  • AdvisorNews
  • Annuity News
  • Companies
  • Earnings
  • Fiduciary
  • Health/Employee Benefits
  • Insurance & Financial Fraud
  • INN Exclusives
  • INN Magazine
  • Insurtech
  • Life Insurance News
  • Newswires
  • Property and Casualty
  • Regulation News
  • Sponsored Articles
  • Video
  • Washington Wire
  • Life Insurance
  • Annuities
  • Advisor
  • Health/Benefits
  • Property & Casualty
  • Insurtech
  • About
  • Advertise
  • Contact
  • Editorial Staff

Get Social

  • Facebook
  • X
  • LinkedIn
Newswires
Newswires RSS Get our newsletter
Order Prints
August 18, 2014 Newswires
Share
Share
Tweet
Email

Amendment to Combined Synopsis/Solicitation – Uninterruptible Power System Maintenance

Federal Information & News Dispatch, Inc.

Notice Type: Amendment to Combined Synopsis/Solicitation

Posted Date: 15-AUG-14

Office Address: Other Defense Agencies; U.S. Special Operations Command; Naval Special Warfare Development Group; 1636 Regulus Avenue, Building 313 Virginia Beach VA 23461-2299

Subject: Uninterruptible Power System Maintenance

Classification Code: J - Maintenance, repair & rebuilding of equipment

Solicitation Number: H92244-14-T-0257

Contact: Josephine Ocampo, Phone 757-862-9470, Fax 757-862-9478, Email [email protected]

Setaside: Total Small BusinessTotal Small Business

Place of Performance (address): 1636 Regulus AveVirginia Beach , VA

Place of Performance (zipcode): 23461

Place of Performance Country: US

Description: Other Defense Agencies

U.S. Special Operations Command

Naval Special Warfare Development Group

Amendment issued to extend submission date for site visit requirements to 19 Aug'14 at 10 am EST vice 10 am EST, 15 Aug'14. This is a combined synopsis/solicitation for Commercial Items in accordance with the format prescribed in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92244-14-T-0257, and a firm fixed price contract is contemplated. All responsible sources may submit a quote which shall be considered by the agency. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76 effective 25 Jul'14.

This procurement is 100% small business set-aside and the associated North American Industry Classification System (NAICS) code is 811219 with a business size standard of $19 million. The DPAS rating for this procurement is DO-S10.

The Naval Special Warfare Development Group (NSWDG) has a requirement to procure the following:

Section B Schedule of Supplies and Services

CLIN 0001 Bldg 1 Uninterruptible Power System (UPS) Maintenance. The Contractor shall provide UPS maintenance in accordance with the Statement of Work below. Subject to FAR 52.232-18 Availability of Funds Apr 1984 Qty - 12 months

CLIN 0002 Bldg 2 Uninterruptible Power System (UPS) Maintenance. The Contractor shall provide UPS maintenance in accordance with the Statement of Work below. Subject to FAR 52.232-18 Availability of Funds Apr 1984 Qty - 12 months

CLIN 0003 Bldg 3 Uninterruptible Power System (UPS) Maintenance. The Contractor shall provide UPS maintenance in accordance with the Statement of Work below. Subject to FAR 52.232-18 Availability of Funds Apr 1984 Qty - 12 months

CLIN 0004 Battery Replacement. The Contractor shall provide and install yearly replacement of UPS batteries in accordance with the Statement of Work below. Subject to FAR 52.232-18 Availability of Funds Apr 1984 Qty - 1 lot

CLIN 1001 Bldg 1 Uninterruptible Power System (UPS) Maintenance. The Contractor shall OPTION provide UPS maintenance in accordance with the Statement of Work below. Subject to FAR 52.232-18 Availability of Funds Apr 1984 Qty - 12 months

CLIN 1002 Bldg 2 Uninterruptible Power System (UPS) Maintenance. The Contractor shall OPTION provide UPS maintenance in accordance with the Statement of Work below. Subject to FAR 52.232-18 Availability of Funds Apr 1984 Qty - 12 months

CLIN 1003 Bldg 3 Uninterruptible Power System (UPS) Maintenance. The Contractor shall OPTION provide UPS maintenance in accordance with the Statement of Work below. Subject to FAR 52.232-18 Availability of Funds Apr 1984 Qty - 12 months

CLIN 1004 Battery Replacement. The Contractor shall provide and install yearly replacement OPTION of UPS batteries in accordance with the Statement of Work below. Subject to FAR 52.232-18 Availability of Funds Apr 1984 Qty - 1 lot

CLIN 2001 Bldg 1 Uninterruptible Power System (UPS) Maintenance. The Contractor shall OPTION provide UPS maintenance in accordance with the Statement of Work below. Subject to FAR 52.232-18 Availability of Funds Apr 1984 Qty - 12 months

CLIN 2002 Bldg 2 Uninterruptible Power System (UPS) Maintenance. The Contractor shall OPTION provide UPS maintenance in accordance with the Statement of Work below. Subject to FAR 52.232-18 Availability of Funds Apr 1984 Qty - 12 months

CLIN 2003 Bldg 3 Uninterruptible Power System (UPS) Maintenance. The Contractor shall OPTION provide UPS maintenance in accordance with the Statement of Work below. Subject to FAR 52.232-18 Availability of Funds Apr 1984 Qty - 12 months

CLIN 2004 Battery Replacement. The Contractor shall provide and install yearly replacement OPTION of UPS batteries in accordance with the Statement of Work below. Subject to FAR 52.232-18 Availability of Funds Apr 1984 Qty - 1 lot

CLIN 3001 Bldg 1 Uninterruptible Power System (UPS) Maintenance. The Contractor shall OPTION provide UPS maintenance in accordance with the Statement of Work below. Subject to FAR 52.232-18 Availability of Funds Apr 1984 Qty - 12 months

CLIN 3002 Bldg 2 Uninterruptible Power System (UPS) Maintenance. The Contractor shall OPTION provide UPS maintenance in accordance with the Statement of Work below. Subject to FAR 52.232-18 Availability of Funds Apr 1984 Qty - 12 months

CLIN 3003 Bldg 3 Uninterruptible Power System (UPS) Maintenance. The Contractor shall OPTION provide UPS maintenance in accordance with the Statement of Work below. Subject to FAR 52.232-18 Availability of Funds Apr 1984 Qty - 12 months

CLIN 3004 Battery Replacement. The Contractor shall provide and install yearly replacement OPTION of UPS batteries in accordance with the Statement of Work below. Subject to FAR 52.232-18 Availability of Funds Apr 1984 Qty - 1 lot

CLIN 4001 Bldg 1 Uninterruptible Power System (UPS) Maintenance. The Contractor shall OPTION provide UPS maintenance in accordance with the Statement of Work below. Subject to FAR 52.232-18 Availability of Funds Apr 1984 Qty - 12 months

CLIN 4002 Bldg 2 Uninterruptible Power System (UPS) Maintenance. The Contractor shall OPTION provide UPS maintenance in accordance with the Statement of Work below. Subject to FAR 52.232-18 Availability of Funds Apr 1984 Qty - 12 months

CLIN 4003 Bldg 3 Uninterruptible Power System (UPS) Maintenance. The Contractor shall OPTION provide UPS maintenance in accordance with the Statement of Work below. Subject to FAR 52.232-18 Availability of Funds Apr 1984 Qty - 12 months

CLIN 4004 Battery Replacement. The Contractor shall provide and install yearly replacement OPTION of UPS batteries in accordance with the Statement of Work below. Subject to FAR 52.232-18 Availability of Funds Apr 1984 Qty - 1 lot

Site visit is required and scheduled on 25 Aug'14 at 10:00 a.m. for offerors to see/inspect the facility and obtain clear understanding of the requirement. Pre-registration is required for interested parties to attend the site visit. For pre-registration, please submit the following information: name, company name, social security number, date of birth and citizenship no later than 19 Aug'14 (Tuesday) at 10 am EST to Jo Ocampo at [email protected].

Section C Statement of Work Please see attached UPS Maintenance Statement of Work

Following Clauses and Provision applies to this procurement. CLAUSES INCORPORATED BY REFERENCE FAR 52.202-1 Definitions Nov 2013 FAR 52.203-3 Gratuities Apr 1984 FAR 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions Sep 2007 FAR 52.203-12 Limitation on Payments to Influence Certain Federal Transactions Oct 2010 FAR 52.204-7 System for Award Management Registration Jul 2013 FAR 52.204-13 SAM Maintenance Jul 2013 FAR 52.211-14 Notice of Priority Rating for National Defense Use Apr 2008 FAR 52.211-15 Defense Priority and Allocation Requirements Apr 2008 FAR 52.212-1 Instructions to Offerors - Commercial Items Apr 2014 FAR 52.212-3 Alt I Offeror Representations and Certifications Commercial Items (Apr 2011) Alternate I May 2014 FAR 52.219-6 Notice of Total Small Business Set-Aside Nov 2011 FAR 52.219-8 Utilization of Small Business Concerns May 2014 FAR 52.222-3 Convict Labor Jun 2003 FAR 52.222-19 Child Labor Law - Cooperation with Authorities and Remedies Jan 2014 FAR 52.222-21 Prohibition Of Segregated Facilities Feb 1999 FAR 52.222-22 Previous Contracts and Compliance Reports Feb 1999 FAR 52.222-25 Affirmative Action Compliance Apr 1984 FAR 52.222-26 Equal Opportunity Mar 2007 FAR 52.222-35 Equal Opportunity for Veterans Sep 2010 FAR 52.222-36 Affirmative Action For Workers With Disabilities Oct 2010 FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans Sep 2006 FAR 52.222-41 Service Contract Labor Standard May 2014 FAR 52.222-50 Combating Trafficking in Persons Feb 2009 FAR 52.222-99 Establishing a Minimum Wage for Contractors (Deviation) Jun 2014 FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving Aug 2011 FAR 52.232-18 Availability of Funds Apr 1984 FAR 52.232-33 Payment by Electronic Funds Transfer- System for Jul 2013 Award Management FAR 52.232-40 Providing Accelerated Payment to Small Business Subcontractors Dec 2013 FAR 52.233-1 Alt I Disputes - Alternate I (Dec 1991) May 2014 FAR 52.233-3 Protest After Award Aug 1996 FAR 52.233-4 Applicable Law for Breach of Contract Claim Oct 2004 FAR 52.237-1 Site Visit Apr 1984 FAR 52.237-2 Protection of Government Buildings, Equipment and Vegetation Apr 1984 FAR 52.237-3 Continuity of Services Jan 1991 FAR 52-242-13 Bankruptcy Jul 1995 FAR 52.243-1 Alt II Changes - Fixed Price Alt II (Apr 1984) Aug 1987 FAR 52.246-25 Limitation of Liability - Services Feb 1997 FAR 52.247-34 F.o.b. Destination Nov 1991 FAR 52.249-8 Default Apr 1984 FAR 52.253-1 Computer Generated Forms Jan 1991 DFARS 252.203-7000 Requirements Relating to Compensation of Former DOD Officials Sep 2011 DFARS 252.203-7003 Requirement to Inform Employees of Whistleblower Right Sep 2013 DFARS 252.204-7001 Alt A Alternate A System for Award Management Feb 2014 DFARS 252.211-7003 Item Identification and Valuation Dec 2013 DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate Jan 2014 DFARS 252.225-7001 Buy American Act and Balance of Payments Program Dec 2012 DFARS 252.225-7002 Qualifying Country Sources as Subcontractors Dec 2012 DFARS 252.232-7010 Levies on Contract Payments Dec 2006 DFARS 252.247-7023 Alt III Transportation of Supplies by Sea Alt III May 2002 SOFARS 5652.204-9004 Foreign Persons (2006) Section K SOFARS 5652.237-9000 Contractor Personnel Changes (1998)

CLAUSES INCORPORATED BY FULL TEXT

Please note that due to character limitation in FedBizOpps, full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at http://www.farsite.hill.af.mil

All FAR Representation and Certifications shall be submitted through System for Award Management (SAM) at https://www.sam.gov

52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999)

(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers in descending order of importance:

(i) Technical - Offeror shall provide detailed maintenance and preventive program that shows it meets the statement of work. Offeror shall also provide certifications, licenses or other documentations necessary to validate that it meets the requirements.

(ii) Past Performance - Offerors shall provide name, title, and phone number of principal for no less than three prior or current contracts/agreements for similar scoped projects performed during the previous three years. To be technically acceptable, the submitting offeror must submit relevant and current past performance in ALL areas noted in this combined synopsis/solicitation. The Government will evaluate each offeror's experience on the basis of its depth and its relevance to the work that will be required under the prospective contract.

(iii) Price -All line items will be reviewed for price reasonableness. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).

(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

FAR 52.217-7 Option for Increased Quantity-Separately Priced Line Item Mar 1989

The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within 10 days. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree.

FAR 52.217-8 Option to Extend Services Nov 1999

The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days.

FAR 52.217-9 Option to Extend the Term of the Contract. Mar 2000

(a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension.

(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.

(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 60 months.

FAR 52.252-2 Clauses Incorporated By Reference Feb 1998

This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://www.farsite.hill.af.mil

FAR 52.252-5 Authorized Deviations in Provisions Apr 1984 (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the provision. (b) The use in this solicitation of any DFARS (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. FAR 52.252-6 Authorized Deviations in Clauses Apr 1984 (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any DFARS (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. SOFARS 5652.201-9002 Authorized Changes Only By Contracting Officer (Jan 2005)

The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor's facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address and telephone number of the Contracting Officer is Christine Anderson, telephone (757) 862-9469.

SOFARS 5652.204-9003 Disclosure of Unclassified Information and Notification Requirements for Cyber Security Breaches (2013) Section H (Revised June 2013)

(a) On September 21, 2001, the Department of Defense designated Headquarters US Special Operations Command (USSOCOM) a sensitive unit, as defined by Title 10 United States Code (USC) Section 130b (10 USC 130b). In keeping with this designation, unclassified information related to USSOCOM military technology acquisitions managed by USSOCOM or any of its component commands, will be designated Controlled Unclassified Information (CUI). As such, the contractor hereby unequivocally agrees that it shall not release to anyone outside the Contractor's organization any unclassified information, regardless of medium (e.g., film, tape, document, contractor's external website, newspaper, magazine, journal, corporate annual report, etc.), pertaining to any part of this contract or any program related to this contract, unless the Contracting Officer has given prior written approval. Furthermore, any release of information which associates USSOCOM, Special Operation Forces (SOF), or any component command with an acquisition program, contractor, or this contract is prohibited unless specifically authorized by USSOCOM.

(b) Request for approval shall identify the specific information to be released, the medium to be used, and the purpose for the release. The contractor shall submit the request to the Contracting Officer at least 45 days before the propose date for release for approval. No release of any restricted information shall be made without specific written authorization by the Contracting Office.

(c) The protection of sensitive but unclassified data reflecting Special Operations technologies, personnel, plans, and business associations requires due diligence on the part of those in possession of such information. The application of appropriate security measures to ensure the safekeeping of USSOCOM and company proprietary data, intellectual property, and personnel data is the responsibility of all parties who have access to such information. All contractors supporting USSOCOM are required to inform the Contracting Officer within three business days of when there has been a breach or successful penetration of the contractor's network(s) or information system(s). Breaches include unauthorized intrusions of the contractor's server(s) from external parties whether through introduction of malware, hacking, the compromise of access passwords, or any other unauthorized access or compromise. Breaches also include the physical loss of storage media such and disks, hard drives, thumb drives, laptops or other devices which contain duplicates of information contained on the contractor's data systems, or the willful or accidental transmission, copying or posting of contract information which has not been specifically authorized by the Contracting Officer. Estimates of damage and mitigation strategies will be submitted to the Contracting Officer within a period following the breach specified and agreed upon by the Contractor and the Contracting Officer. (d) The Contractor shall include a similar requirement to this clause in each subcontract under this contract. Subcontractors shall submit request for authorization to release and notifications related to cyber security breaches through the prime contractor to the Contracting Officer.

(e) The Contractor further understands that Title 18 USC Section 701 specifically prohibits the use of the USSOCOM emblem or logo in any medium (e.g., corporate website, marketing brochure, newspaper, magazine, etc.) unless authorized in writing by USSOCOM. Forward any request to use the USSOCOM emblem or logo through the Contracting Officer.

SOFARS 5652.228-9000 Required Insurance (2003) Section G (Revised Dec 2011)

The kinds and minimum amounts of insurance required in accordance with FAR 52.228-5 "Insurance Work on a Government Installation" are as follows: Type Amount Automobile Bodily Injury Liability As required by federal and State Statutes Property Damage Liability As required by federal and State Statutes Workers Compensation & Occupational Disease As required by federal and State Statutes Employer's Liability As required by federal and State Statutes

SOFARS 5652.233-9000 Independent Review of Agency Protests (2011) Section I (Revised August 2011) (Revised September 2013-reorganization)

All protests shall be submitted through the Contracting Officer. A request for an independent review of the protest decision shall be made through the Contracting Officer to the HCD/FCO. If the HCD/FCO is the Contracting Officer, submit the request in accordance with FAR 33.103(d)(4) to: Chief of Contracting, N01K, 1636 Regulus Avenue, Virginia Beach, VA 23461-2299, Fax (757) 862-9478.

Offerors must scrutinize this solicitation and ensure their proposals and submissions comply with all requirements. It is not sufficient to merely state your proposal complies with the solicitation requirements. You must clearly identify how your proposal meets ALL of the solicitation requirements.

All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be sent by email the following point of contact: Jo Ocampo, Contract Specialist; Email address: [email protected]

Quotes must be received no later than 04:00 PM. Eastern Standard Time (EST) on 12 Sep'14. Quotes received after this time frame shall not be considered for award. The Government will award the contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation and will be most advantageous to the Government based on best value. The prospective offeror must be registered with the System for Award Management (SAM) website at http://www.sam.gov to be considered for award. The offeror agrees to hold the prices in its quote firm for 45 calendar days from the date specified for receipt of quotes. Quotes can be faxed, emailed or mailed in the United States postal mail to NSWDG, Attn Jo Ocampo, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299

Point of contact for this solicitation is Jo Ocampo at [email protected] or phone (757) 862-9478 or fax to (757) 862-9478.

Link/URL: https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-14-T-0257/listing.html

Copyright:  (c) 2013 Federal Information & News Dispatch, Inc.
Wordcount:  3518

Advisor News

  • Global economic growth will moderate as the labor force shrinks
  • Estate planning during the great wealth transfer
  • Main Street families need trusted financial guidance to navigate the new Trump Accounts
  • Are the holidays a good time to have a long-term care conversation?
  • Gen X unsure whether they can catch up with retirement saving
More Advisor News

Annuity News

  • Prudential launches FlexGuard 2.0 RILA
  • Lincoln Financial Introduces First Capital Group ETF Strategy for Fixed Indexed Annuities
  • Iowa defends Athene pension risk transfer deal in Lockheed Martin lawsuit
  • Pension buy-in sales up, PRT sales down in mixed Q3, LIMRA reports
  • Life insurance and annuities: Reassuring ‘tired’ clients in 2026
More Annuity News

Health/Employee Benefits News

  • SENATE PANEL ADVANCES 'MENOPAUSE COVERAGE ACT'
  • DURBIN CALLS OUT REPUBLICAN VOTE TO RAISE HEALTH INSURANCE PREMIUMS
  • BLACKBURN PRESSES CVS ON DRIVING UP HEALTH CARE COSTS AND FORCING TAXPAYERS TO FUND FRAUD
  • Commentary: ACA tax credits helped more Oregonians find coverage. Will Congress keep them?
  • Researchers at Columbia University Detail Findings in Managed Care (New York’s Basic Health Program Increased Subsidized Insurance Coverage From Preconception To The Postpartum Period): Managed Care
Sponsor
More Health/Employee Benefits News

Life Insurance News

  • Best’s Market Segment Report: AM Best Maintains Stable Outlook on Malaysia’s Non-Life Insurance Segment
  • Report Summarizes Kinase Inhibitors Study Findings from Saga University Hospital (Simulation of Perioperative Ibrutinib Withdrawal Using a Population Pharmacokinetic Model and Sparse Clinical Concentration Data): Drugs and Therapies – Kinase Inhibitors
  • Flawed Social Security death data puts life insurance benefits at risk
  • EIOPA FLAGS FINANCIAL STABILITY RISKS RELATED TO PRIVATE CREDIT, A WEAKENING DOLLAR AND GLOBAL INTERCONNECTEDNESS
  • Envela partnership expands agent toolkit with health screenings
More Life Insurance News

- Presented By -

Top Read Stories

More Top Read Stories >

NEWS INSIDE

  • Companies
  • Earnings
  • Economic News
  • INN Magazine
  • Insurtech News
  • Newswires Feed
  • Regulation News
  • Washington Wire
  • Videos

FEATURED OFFERS

Slow Me the Money
Slow down RMDs … and RMD taxes … with a QLAC. Click to learn how.

ICMG 2026: 3 Days to Transform Your Business
Speed Networking, deal-making, and insights that spark real growth — all in Miami.

Your trusted annuity partner.
Knighthead Life provides dependable annuities that help your clients retire with confidence.

Press Releases

  • National Life Group Announces Leadership Transition at Equity Services, Inc.
  • SandStone Insurance Partners Welcomes Industry Veteran, Rhonda Waskie, as Senior Account Executive
  • Springline Advisory Announces Partnership With Software And Consulting Firm Actuarial Resources Corporation
  • Insuraviews Closes New Funding Round Led by Idea Fund to Scale Market Intelligence Platform
  • ePIC University: Empowering Advisors to Integrate Estate Planning Into Their Practice With Confidence
More Press Releases > Add Your Press Release >

How to Write For InsuranceNewsNet

Find out how you can submit content for publishing on our website.
View Guidelines

Topics

  • Advisor News
  • Annuity Index
  • Annuity News
  • Companies
  • Earnings
  • Fiduciary
  • From the Field: Expert Insights
  • Health/Employee Benefits
  • Insurance & Financial Fraud
  • INN Magazine
  • Insiders Only
  • Life Insurance News
  • Newswires
  • Property and Casualty
  • Regulation News
  • Sponsored Articles
  • Washington Wire
  • Videos
  • ———
  • About
  • Advertise
  • Contact
  • Editorial Staff
  • Newsletters

Top Sections

  • AdvisorNews
  • Annuity News
  • Health/Employee Benefits News
  • InsuranceNewsNet Magazine
  • Life Insurance News
  • Property and Casualty News
  • Washington Wire

Our Company

  • About
  • Advertise
  • Contact
  • Meet our Editorial Staff
  • Magazine Subscription
  • Write for INN

Sign up for our FREE e-Newsletter!

Get breaking news, exclusive stories, and money- making insights straight into your inbox.

select Newsletter Options
Facebook Linkedin Twitter
© 2025 InsuranceNewsNet.com, Inc. All rights reserved.
  • Terms & Conditions
  • Privacy Policy
  • InsuranceNewsNet Magazine

Sign in with your Insider Pro Account

Not registered? Become an Insider Pro.
Insurance News | InsuranceNewsNet