Combine Solicitation - J- On-site visit to evaluate, prepare a report and repair government owned Clausing Surface Grinder model no: CSG-3260ASDII - 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
    • Meet our Editorial Staff
    • Advertise
    • Contact
    • 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
May 30, 2014 Newswires
Share
Share
Post
Email

Combine Solicitation – J– On-site visit to evaluate, prepare a report and repair government owned Clausing Surface Grinder model no: CSG-3260ASDII

Federal Information & News Dispatch, Inc.

Notice Type: Combine Solicitation

Posted Date: 29-MAY-14

Office Address: Department of the Navy; Naval Supply Systems Command; NAVSUP Fleet Logistics Center San Diego; N00244 Regional Contracts Department (Code 200) 3985 Cummings Road Bldg 116 - 3rd Floor San Diego, CA

Subject: J-- On-site visit to evaluate, prepare a report and repair government owned Clausing Surface Grinder model no: CSG-3260ASDII

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

Solicitation Number: N0024414T0078

Contact: Kimberly Rieder 619-556-5239

Setaside: Total Small BusinessTotal Small Business

Description: Department of the Navy

Naval Supply Systems Command

NAVSUP Fleet Logistics Center San Diego

This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Part 13 Simplified Acquisition Procedures and 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items.

This announcement constitutes the only solicitation; a Request for Quotation (RFQ) is being requested and a written solicitation will not be issued. The Solicitation number is N00244-14-T-0078. The RFQ and incorporated provisions and clauses are those in effect through FAR Fac 2005-73, Effective 29 Apr 2014 and DFARS-DPN 20140508. This solicitation is issued as a Total Small Business Set-Aside. NAICS Code 811310 Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance is applicable and business size is $7.0 million.

***********************************************************

Line Item 0001: On-site visit to evaluate, prepare a report and repair government owned Clausing Surface Grinder model no: CSG-3260ASDII in accordance with the attached statement of work. Qty. 1 Group

FOB Destination.

Inspection and acceptance will be made at Destination by the Government at San Diego, CA 92135.

Order/Contract resulting from this solicitation will be a Firm Fixed Price (FFP) single award.

<p>Statement of Work (SOW)

1. Scope

1.1 General: This SOW sets the minimum requirements for the evaluation and repair of the Clausing Surface Grinder (Grinder), model no.

CSG-3260ASDII for the 62004 Jig and Fixture Shop located in building 379. The grinder was purchased and installed in 2012. This machine has recently been inspected by Fleet Readiness Center Southwest (FRCSW) artisans and has encountered a problem resetting the hydraulics after the machine has been stopped. The required position(s) of the table speed lever and/or actuator to reset the hydraulic power supply are inconsistent.

1.2 Purpose: This SOW is to provide guidance to contractors in the submission of a technical proposal for the evaluation and repair of the surface grinder based on the aforementioned technical issue. The Government requires that the services be conducted by Clausing Industrial, (Original Equipment Manufacturer), an authorized service center or a qualified, experienced contractor.

1.3 Intended Use: The grinder has been identified as the only Fleet Readiness Center Southwest (FRCSW) owned equipment capable of surface grinding the F-18 holding fixture assembly P/N 200100-2101. The primary purpose of this service is to return this grinder to service to facilitate surface grinding on approximately fifty (50) holding fixture assemblies.

2. Reference Documentation

None

3. General Requirements

3.1 Contractor Responsibility: The contractor shall not utilize any government personnel, facilities, equipment or consumable materials for any task related to the paid service provided, except as specifically identified or authorized under contract.

3.2 Scope of Work: The contractor shall perform an on-site visit to evaluate, prepare a report and repair the surface grinder based on the known '--Primary Technical Issue (PTI)--' of: ---a problem with the resetting of the hydraulics after the machine has been stopped.

The required position(s) of the table speed lever and/or actuator to reset the hydraulic power supply are inconsistent--- .

The contractor will perform:

(1) A pre-operational inspection of the equipment to ensure that grinder is ready for operation;

(2) Evaluate the hydraulic system, associated electronic controls and interlocks. Repairs shall be conducted based on the identified '--PTI--'.

(3) The Contractor shall provide standard commercial basic training on pre-operational inspections and operation of the surface grinder if the surface grinder is operational prior to the contractor--'s departure. The training shall be given to 5 Government employees onboard FRCSW, San Diego, CA. Specific date and time to be determined upon completion of the repair.

NOTE: During the course of the repair to resolve the '--PTI--', any other significant technical issue is discovered, the contractor shall stop work and determine the exact nature of the technical issue, determine labor cost, parts required and parts cost necessary to effect a repair to the newly discovered technical issue. A separate report shall be drafted and provided to the GTR. The Government will review the report, make a determination that the additional repairs are warranted and determine if funding is available. At this point the Government will decide on whether to modify, (via SF30 Contract Modification) the existing contract or submit a requirement for a new contract to effect the repairs.

Type of Contract and Pricing:

The Government intends to award a Firm Fixed Price (FFP) purchase order for the services to evaluate the grinder, perform repairs based on the '--PTI--' and for the training services.

Contractors in response to the solicitation shall be required to submit pricing based on the evaluation of the grinder, repair of the grinder based on the PTI and the training services.

As stated additional services, parts that may be required will be evaluated separately and the Government will make the final determination and decision on whether to proceed with the additional repair services.

During the solicitation process Contractors shall be required to submit supporting documentation to demonstrate to the Government of their capability to perform repairs on the Grinder, their ability to obtain parts from the OEM or other qualified source that will meet OEM parts standards and to prove their capability in providing the required training.

Contractors shall also be required to furnish supporting documentation on their labor rates, parts pricing and costs for training. The data requested will be in the line of standard commercial pricing for labor, parts, training. This data will be used by the Government to make a determination of fair and reasonableness.

4. Quality Assurance

4.1 Inspection: Inspections shall be conducted by FRCSW personnel during the period of performance of this contract to ensure that all work performed is compliant with this contract. The contractor shall be present during inspections and will be required to correct any discrepancies prior to government acceptance.

4.2 Warranty: The contractor shall provide a one year warranty covering all parts and labor.

Parts will be defect free for one year under normal operating conditions. Replacement of defective parts shall be at no additional cost to the government; this includes shipping and handling, or any required removal or installation involved in the replacement of the failed parts.

4.3 Acceptance: The contractor shall demonstrate to FRCSW artisans that the grinder is fully functional and provide a written report of their findings during the on-site service.

5. Period of Performance

The contractor shall provide technical representative(s) for a period of two or more conjoining days as necessary to satisfy the terms of the contract and shall begin immediately after the contract is awarded.

6.

Use of Government Equipment

The government will allow the contractor access to FRCSW facilities located at NAS North Island to evaluate and repair the government-owned Clausing surface grinder. That contractor shall maintain current liability insurance that will provide coverage in the event of damage to Mark III grinder during the evaluation, repair or operation by the contractor. The contractor shall provide to the contracting officer proof of liability insurance prior to the commencement of the service visit.

7. On-Base Access

The contractor shall coordinate with the Government Designated Representative (DGR) to gain access to FRCSW, NAS North Island. The designated contractor representative(s) shall be U.S.

citizens and have current I.D and provide the DGR with a minimum of 7 days advanced notice to allow for access to be approved through security. The contractor--'s vehicle shall have and maintain current vehicle registration and current insurance appropriate for the type of vehicle to be driven on base.

End

Post Award Contract Administration will be performed by NAVSUP Fleet Logistics Center San Diego, Code 240.

Payment: The US Navy anticipates using Wide Area Workflow (WAWF) to pay invoices IAW DFAR 252.232-7003 and DFARS 252.232-7006.

Requests for technical and or contractual clarification are to be submitted in writing. TECHNICAL QUESTIONS ARE TO BE SUBMITTED VIA EMAIL to [email protected] received no later than COB 5:00PM (PST) on June 4, 2014.

Answers to questions will be provided in the form of an amendment to this solicitation.

THE FOLLOWING PROVISIONS AND CLAUSES ARE APPLICABLE AND ARE HEREBY INCORPORATED INTO THE SOLICITATION BY REFERENCE AND BY FULL TEXT. THE FULL TEXT OF THE CLAUSES/PROVISIONS FROM THE FAR AND DFARS CAN BE ACCESSED VIA THE INTERNET USING THE FOLLOWING WEB-SITE ADDRESS:

www.arnet.gov or http://farsite.hill.af.mil

It is the responsibility of the interested contractors to obtain copies of the necessary provisions and or clauses that are required as a part of this solicitation. Required clauses/provisions that are not submitted may render a quote not to be accepted by the Government.

The following Clauses are applicable:

FAR 52.212-1, Instructions to Offerors - Commercial Items; NOTE: This provision must be reviewed completely.

It contains the guidelines for submission of your quotation.

FAR 52.212-2 Evaluation of Commercial Items;

The Government intends to award a Firm Fixed Price single award contract resulting from this solicitation on a technically acceptable, lowest price basis to responsible offeror whose offer conforming to the solicitation are evaluated and determined technically acceptable to the Government.

The following factors shall be used to evaluate an offerors proposal:

Technical Capability;

Past Performance;

Price;

(A) Technical Capability:

The Government has established the Primary Technical Issue of ---a problem with the resetting of the hydraulics after the machine has been stopped.---

The technical capability of a vendor will be evaluated on the vendor--'s ability to evaluate and repair the Clausing Surface Grinder as specified under the scope of work.

For a contractor--'s proposal to be determined technically acceptable, the contractor must furnish the following data:

Technical data:

Technical data shall be submitted in accordance with FAR 52.212-1(a)(4). Service literature and technical data/narrative shall be submitted that demonstrates the Contractor has knowledge and training to evaluate and repair the Clausing Surface Grinder to support an offerors proposal.

In addition, a technical proposal (2-4 pages) is to be submitted outlining specific details on how the contractor shall accomplish the evaluation and repairs of the PTI related to the Clausing Surface Grinder. The technical proposal shall include data on the use of any sub-contractors in the evaluation and repair processes involved with the requirement.

(B) Past Performance: Offerors shall provide Past Performance data on your companies--- two most recently completed Federal Government or commercial contracts where the same type or similar services have been performed as identified under this solicitation. Data submitted shall not have exceeded (3) years since completion for same or similar material required by this solicitation. See Attachment (2) -- Past Performance Information data sheet

This performance data will be used to evaluate your companies past performance in meeting contract cost/price, technical and delivery objectives and past performance information submitted will be used to make a determination of whether the offeror has a satisfactory record of past performance.

Offerors should, therefore, provide performance history and references to demonstrate capability and performance.

(C) Pricing: Contractors shall provide the following pricing information:

Calculated itemized pricing for the Clausing Surface Grinder evaluate and repairs to include all material costs, labor costs, and transportation charges to San Diego, CA 92135 and a total cost. The contractor shall provide any published/commercial price/labor rate listings. The itemized cost will be used for evaluation purposes only.

RATINGS:

(A) Technical capability factors shall be rated as '--Acceptable--' or '--Unacceptable--'.

Offerors that comply fully with the technical capability requirements of submitting all required technical data, and the technical proposal will be rated as '--Acceptable--' and have their Past Performance data evaluated.

Offerors that do not fully comply with the technical data requirements will be rated as a '--Unacceptable--' and may not be evaluated any further.

(B) Past Performance factors shall be rated as '--ACCEPTABLE--', '--UNACCEPTABLE--' or ---NEUTRAL---

Past Performance ratings are as followed:

Acceptable: Vendor has relevant past performance, no monetary assessment for non-conforming services, no terminations for default, met contract requirements for timely delivery and customer service.

.

Unacceptable: Monetary assessment for non-conforming services, terminations for default or cause, poor performance, such as untimely delivery, poor customer service and inadequate equipment

Neutral: No relevant past performance data available for evaluation.

The Government will not make award to a proposal that the Government evaluates as Unacceptable on Past Performance. To be eligible for award, the Government must evaluate the Past Performance factor as either Acceptable or Neutral.

The Government will give an Acceptable Past Performance rating to proposals where the offeror has relevant past performance, no monetary assessment for non-conforming services, no terminations for default, met contract requirements for timely delivery and customer service.

The Government will give a Neutral Past Performance rating to offerors that lack a record of relevant Past Performance or for whom information on Past Performance is not available.

In accordance with FAR 15.305 (a)(2), the Government will not evaluate such offerors favorably or unfavorably on Past Performance.

Offerors are reminded, however, that a proposal that receives a Neutral on Past Performance may not represent the most advantageous proposal to the Government and, thus, may be an unsuccessful proposal. Accordingly, the Contracting Officer reserves the right to determine that a higher-priced proposal with an Acceptable rating on Past Performance may be more advantageous to the Government than a lower-priced proposal with a Neutral rating on Past Performance.

Upon completion of the evaluation of the proposals, the Government reserves the right to make multiple awards if, after considering the additional administrative costs, it is in the Government--'s best interest to do so.

The Government would make such multiple awards only to responsible offerors whose proposals are determined technically acceptable, with acceptable Past Performance and fair and reasonable pricing.

The Government may reject any or all proposals, if such action is in the best interest of the Government. The Government may waive informalities and minor irregularities in proposals received. The Government intends to evaluate proposals and award a contract(s) without discussions with offerors (except clarifications) as described in FAR 15.306(a)).

Therefore, the offeror--'s initial proposal should contain the offeror--'s best terms from a cost or price and technical standpoint. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary.

If the Contracting Officer determines that the number of proposals that would otherwise be in the competitive range exceeds the number at which an efficient competition can be conducted, the Contracting Officer may limit the number of proposals in the competitive range to the greatest number that will permit an efficient competition.

FAR 52.212-3, Offeror Representation and Certifications-Commercial Items-ALT I-OCT 1998; Incorporated by reference; NOTE: This provision is considered a '--fill-in.--' All applicable fields must be completed. Submit this provision with your quotation.

FAR 52.212-4 Contract Terms and Conditions Commercial Items.

FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items.

FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards

FAR 52.219-6 Notice of Total Small Business Set-Aside

FAR 52.219-28 Post Award Small Business Program Rerepresentation

FAR 52.222-3 Convict Labor.

FAR 52.222-19 Child Labor--Cooperation with Authorities and Remedies.

FAR 52.222-21 Prohibition of Segregated Facilities.

FAR 52.222-26 Equal Opportunity.

FAR 52.222-41 Service Contract Labor Standards

FAR 52.222-42 Statement of Equivalent Rates for Federal Hires

In compliance with the Service Contract Labor Standards statute and the regulations of the Secretary of Labor (29 CFR part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C.

5341 or 5332.

This Statement is for Information Only:

It is not a Wage Determination

Employee Class Monetary Wage -- Fringe Benefits

23530 Machinery Maintenance Mechanic $24.52

FAR 52.222-50 Combating Trafficking in Persons.

FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving

FAR 52.225-13 Restrictions on Certain Foreign Purchases.

FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran -- Representation and Certification

FAR 52.232-33 Payment by Electronic Funds Transfer'ystem for Award Management.

FAR 52.233-4 Applicable Law for Breach of Contract claim.

FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation.

FAR 52.247-34 F.o.b.

Destination.

FAR 52.252-1 Solicitation Provisions Incorporated by Reference.

FAR 52.252-2 Clauses Incorporated by Reference.

DFARS 252.203-7000 Requirements Relating to Compensation of Former DOD Officials,

DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials

DFARS 252.204-7011 Alternative Line Item Structure

DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information

DFARS 252.225-7001 Buy American Act and Balance of Payments Program,

DFARS 252.247-7023 Alt III Transportation of Supplies by Sea.

DFARS 252.223-7008 Prohibition of Hexavalent Chromium

DFARS 252.225-7000 Buy American Act -- Balance of Payments Program Certificate.

DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports.

DFARS 252.232-7010 Levies on Contract Payments.

DFARS 252.232-7006 Wide Area Work Flow Payment Instructions;

DFARS 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel

DFARS 252.243-7001 Pricing Of Contract Modifications

DFARS 252.244-7000 Subcontracts for Commercial Items

WAGE DETERMINATION

WD 05-2057 (Rev.-14) was first posted on www.wdol.gov on 06/25/2013

*********************************************************************

REGISTER OF WAGE DETERMINATIONS UNDER | U.S. DEPARTMENT OF LABOR

THE SERVICE CONTRACT ACT | EMPLOYMENT STANDARDS ADMINISTRATION

By direction of the Secretary of Labor | WAGE AND HOUR DIVISION

| WASHINGTON D.C.

20210

|

|

|

| Wage Determination No.: 2005-2057

Diane C. Koplewski Division of | Revision No.: 14

Director Wage Determinations| Date Of Revision: 06/19/2013

State: California

Area: California Counties of Imperial, San Diego

REVIEW OF AGENCY PROTESTS

The contracting activity, Fleet Logistics Center San Diego (FLCSD) will process agency protests in accordance with the requirements set forth in FAR 33.103(d).

Pursuant to FAR 33.103(d)(4), agency protests may be filed directly with the appropriate reviewing authority; or, a protester may appeal a decision rendered by a contracting officer to the reviewing authority.

The reviewing authority for FLCSD is the Director, Regional Contracts Department, Fleet Logistics Center San Diego at 937 North Harbor Drive, San Diego, CA 92132-0060.

Agency procurement protests should clearly identify the initial adjudicating official, i.e., the "contracting officer" or "reviewing official".

Quoting contractor--'s should note this review of the Contracting Officer's decision will not extend GAO's timeliness requirements. Therefore, any subsequent protest to GAO must be filed within 10 days of knowledge of initial adverse agency action.

UNIT PRICES (OCT 2001)

Contractor unit prices, when incorporated into a Government contract, will be released under the Freedom of Information Act (FOIA) without further notice to the contractor submitter. If the Contractor takes issue with the release, it should submit its proposal data with the appropriate legends and explain in detail why such data cannot be released as a public record under the Freedom of Information Act.

Offeror--'s Past Performance Data:

1.

This performance data is to be used to evaluate your Company--'s past performance contract cost/price, technical and delivery objectives.

2. List performance data on your three most recently completed Federal Government contracts (not to exceed three years since completion) for like or similar items required by this solicitation. If you do not have three Federal Government contracts, then list commercial, state or local contracts, in that order, to complete this report.

3. Contract Number for reference:

a. Awarded by:

b. Address:

c. City/State/Zip:

d. contact name:

e. telephone/fax:

f. Contract type/contract number:

g. Item or service description:

h. Quantity:

i. Hourly rate/Total cost:

j.

___ Yes ____ No - Was consideration or a monetary withhold assessed against this contract for non-conforming supplies/services

k. ___ Yes ____ No - Was, or is, any part of this contract terminated for default or involved in litigation

l. ___ Yes ____ No - Was any warranty work completed on delivered items

m. ___ Yes ____ No - Were all items delivered within the original contract schedule

n. ___ Yes ____ No - Has your Company received any quality awards in the past three year

o. For all answers with an asterisk, please provide an explanation. Describe any corrective actions initiated to solve any of the above-described problems/deficiencies on this contract.

Discuss the success of the corrective actions taken.

Offeror--'s Past Performance Data:

1. This performance data is to be used to evaluate your Company--'s past performance contract cost/price, technical and delivery objectives.

2. List performance data on your three most recently completed Federal Government contracts (not to exceed three years since completion) for like or similar items required by this solicitation. If you do not have three Federal Government contracts, then list commercial, state or local contracts, in that order, to complete this report.

3. Contract Number for reference:

a. Awarded by:

b. Address:

c. City/State/Zip:

d. contact name:

e. telephone/fax:

f.

Contract type/contract number:

g. Item or service description:

h. Quantity:

i. Hourly rate/Total cost:

j. ___ Yes ____ No - Was consideration or a monetary withhold assessed against this contract for non-conforming supplies/services

k. ___ Yes ____ No - Was, or is, any part of this contract terminated for default or involved in litigation

l. ___ Yes ____ No - Was any warranty work completed on delivered items

m. ___ Yes ____ No - Were all items delivered within the original contract schedule

n. ___ Yes ____ No - Has your Company received any quality awards in the past three year

o. For all answers with an asterisk, please provide an explanation.

Describe any corrective actions initiated to solve any of the above-described problems/deficiencies on this contract. Discuss the success of the corrective actions taken.

End of Clauses/Provisions.

Quotation information may be submitted via email. Submit responses to: [email protected]. Reference solicitation number: N00244-14-T-0078 on all documents and requests for information. Quotes must be received no later than COB 1900 (PST) on June 9, 2014.

Link/URL: https://www.fbo.gov/spg/DON/NAVSUP/200/N0024414T0078/listing.html

Copyright:  (c) 2013 Federal Information & News Dispatch, Inc.
Wordcount:  3647

Older

Special Notice – J– Annual Security System Support Service

Advisor News

  • Millennials are inheriting billions and they want to know what to do with it
  • What Trump Accounts reveal about time and long-term wealth
  • Wellmark still worries over lowered projections of Iowa tax hike
  • Wellmark still worries over lowered projections of Iowa tax hike
  • Could tech be the key to closing the retirement saving gap?
More Advisor News

Annuity News

  • How to elevate annuity discussions during tax season
  • Life Insurance and Annuity Providers Score High Marks from Financial Pros, but Lag on User Friendliness, JD Power Finds
  • An Application for the Trademark “TACTICAL WEIGHTING” Has Been Filed by Great-West Life & Annuity Insurance Company: Great-West Life & Annuity Insurance Company
  • Annexus and Americo Announce Strategic Partnership with Launch of Americo Benchmark Flex Fixed Indexed Annuity Suite
  • Rethinking whether annuities are too late for older retirees
More Annuity News

Health/Employee Benefits News

  • Trump's Medicaid work mandate could kick thousands of homeless Californians off coverage
  • Confidence is the new workplace currency
  • Governor signs education package on reading, math, teacher benefits
  • Findings from Belmont University College of Pharmacy Provide New Insights into Managed Care and Specialty Pharmacy (Comparing rates of primary medication nonadherence and turnaround time among patients at a health system specialty pharmacy …): Drugs and Therapies – Managed Care and Specialty Pharmacy
  • Study Data from Ohio State University Update Knowledge of Managed Care (Preventive Care Utilization, Employer-sponsored Benefits, and Influences On Utilization By Healthcare Occupational Groups): Managed Care
More Health/Employee Benefits News

Life Insurance News

  • Kansas City Life: Q4 Earnings Snapshot
  • Gulf Guaranty Life Insurance Company Trademark Application for “OPTIBEN” Filed: Gulf Guaranty Life Insurance Company
  • Marv Feldman, life insurance icon and 2011 JNR Award winner, passes away at 80
  • Continental General Partners with Reframe Financial to Bring the Next Evolution of Reframe LifeStage to Market
  • ASK THE LAWYER: Your beneficiary designations are probably wrong
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

Elevate Your Practice with Pacific Life
Taking your business to the next level is easier when you have experienced support.

Your Cap. Your Term. Locked.
Oceanview CapLock™. One locked cap. No annual re-declarations. Clear expectations from day one.

Ready to make your client presentations more engaging?
EnsightTM marketing stories, available with select Allianz Life Insurance Company of North America FIAs.

Press Releases

  • ICMG Golf Event Raises $43,000 for Charity During Annual Industry Gathering
  • RFP #T25521
  • ICMG Announces 2026 Don Kampe Lifetime Achievement Award Recipient
  • RFP #T22521
  • Hexure Launches First Fully Digital NIGO Resubmission Workflow to Accelerate Time to Issue
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
  • Meet our Editorial Staff
  • Advertise
  • Contact
  • 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
© 2026 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