Combine Solicitation - Maintain Automatic Doors Eglin AFB - 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
April 29, 2014 Newswires
Share
Share
Post
Email

Combine Solicitation – Maintain Automatic Doors Eglin AFB

Federal Information & News Dispatch, Inc.

Notice Type: Combine Solicitation

Posted Date: 28-APR-14

Office Address: Department of the Air Force; Air Force Materiel Command; AFTC/PZIO - Eglin; 308 West D. AveBldg 260 Suite 130 Eglin FL 32542-5418

Subject: Maintain Automatic Doors Eglin AFB

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

Solicitation Number: F1TAZ3336AQ01

Contact: Kelsey L. Inscoe, Phone 8508820298, Email [email protected] - Christopher K. Slater, Contracting Officer, Phone (850) 882-0197, Email [email protected]

Setaside: Total Small BusinessTotal Small Business

Place of Performance (address): Eglin AFB, FLEglin AFB, FL

Place of Performance (zipcode): 32542

Place of Performance Country: US

Description: Department of the Air Force

Air Force Materiel Command

AFTC/PZIO - Eglin

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR), subpart 12.6, as supplemented by subpart 13.1 and additional information included in this notice. This announcement constitutes the only solicitation; this is a Request for Proposal (RFP) and a written solicitation will not be issued. The solicitation number is F1TAZ336AQ01 for Automatic Doors Services at Eglin AFB, FL. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-72 (30 Jan 2014) and DFARS Publication Notice 20140421.

The associated NAICS code is 238290 with a Small Business Size Standard of $14 million.

This solicitation is totally set-aside for small business concerns eligible under the small business program. Refer to FAR clause 52.219-6, Notice of Total Small Business Set-Aside, accessible via the internet at http://farsite.hill.af.mil.

Description of Requirement: Refer to Attachment 1, Performance Work Statement (PWS). It is vital that potential offerors read and fully comprehend all of the requirements for completing the work outlined in the PWS dated 15 November 2013. NOTE: that there is a 4 hour emergency response time, and a 8 hour routine response time.

Period of Performance: 1 June 2014 through 30 September 2014 (4 Months) for the base period and four 1 year option periods from 1 October 2014 through 30 September 2018 (if all options are exercised.)

There will be no site visit. Questions and requests for clarifications regarding this solicitation are due no later than 4:00 PM CST on 8 May 2014. Questions/requests for clarifications shall be submitted in writing via email to [email protected]. Responses to questions and requests for clarifications will be posted as an amendment to this solicitation no later than 4:00 PM CST on.

THE DEADLINE FOR RECEIPT OF OFFERS is 15 May 2014, 4:00 PM, Central Standard Time (CST).

Potential offerors are advised to frequently monitor this solicitation on Federal Business Opportunities at https://www.fbo.gov/ for the posting of possible changes/amendments to the Combined Synopsis/Solicitation, Appendices or Attachments. The Government reserves the right to cancel this solicitation, whether before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs.

Wage Determination 05-3033, Revision 13, dated 25 June 2013 will be incorporated in the contract. All contractors must be registered in the System for Award Management (SAM) at https://www.sam.gov in order to be eligible for contract award.

The following provisions apply to this acquisition and may be accessed via the internet at http://farsite.hill.af.mil:

FAR 52-212-1 Instructions to Offerors - Addendum

INSTRUCTIONS TO OFFERORS

I. PROPOSAL PREPARATION INSTRUCTIONS

A. To assure timely and equitable evaluation of proposals, offerors must follow the instructions contained herein. Offerors are required to meet all requirements, including terms and conditions, representations and certifications and Performance Work Statement requirements. Failure to meet a requirement may result in an offer being ineligible for award. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. A proposal will be evaluated based on the following factors: Lowest Price Technically Acceptable: Technical acceptability will be evaluated based on whether the item offered satisfies all requirements contained in the requirements document. Emailed proposals are preferred. Offerors are cautioned to follow the detailed instructions fully and carefully, as the Government intends to make an award without discussions.

In proposal volumes, follow the quantity and page limits as follows:

Format for all proposal Volumes shall be as follows:

(a) Proposals shall be neat, indexed (cross-indexed as appropriate) and assembled in an orderly manner.

(b) Page Set-Up/Font Size/Lines on Page. Only 8 1/2 x 11 inch, portrait format pages are acceptable for text-oriented material. Landscape (8 1/2 x 11 inch) pages are permitted for charts or graphs. Text font must be Times New Roman (with no "narrow" font versions acceptable). Font size must be 12 point with proportional spacing permitted. Type size for figures and tables must be no smaller than 8-point with proportional spacing permitted. Text may be wrapped around figures and tables. Margins on all four (4) edges of each page will be at least 1 inch. Include: RFP number, Volume and/or subdirectory title and page number in the margin on the upper right of all pages. Single spacing may be used for figures and tables. Company name and proprietary information notices must be placed on top and/or bottom margins. Use single column formatting only; multi-column formatting is not allowed. Graphics are allowed in either color or B & W with an 8-point minimum on embedded text except where data is only being used as a sample and readability is not intended. Proposals must not be supplemented by a package or supplemented by reference documents. Elaborate formats or color presentations are not desired or required.

(c) Page Definition. A page is defined as one face of a sheet of paper containing information.

(d) Page Numbering. Pages in each volume must be numbered sequentially and consecutively. The cover page, table of contents, list(s) of tables and drawings, and blank pages are excluded from the page count.

VOLUME I - Price Proposal (Bid Schedule - Attachment 1) No page limit VOLUME II - Technical Proposal - No page limit

B. The contracting officer has determined there is a high probability of adequate price competition in this acquisition. Upon examination of the initial offers, the contracting officer will review this determination and if, in the contracting officer's opinion, adequate price competition exists, no additional cost information will be requested and certification under FAR 15.406-2 will not be required. However, if at any time during this competition the contracting officer determines that adequate price competition no longer exists, offerors may be required to submit information to the extent necessary for the contracting officer to determine the reasonableness and affordability of the price. In accordance with FAR 15.403-1(b) and 15.403-3(a), data other than cost or pricing data may be required to support price reasonableness and realism. Data shall be provided in accordance with FAR 15.403-5. If, after receipt of proposals, the CO determines that there is insufficient information available to determine price reasonableness and none of the exceptions in FAR 15.403-1 apply, the Offeror shall be required to submit certified cost or pricing data. Should adequate price competition not exist after receipt of proposals, the provisions of FAR Part 15.403-4 shall apply, and the Offeror will be asked to provide certification of cost or pricing data

C. Specific Instructions:

VOLUME I - PRICE PROPOSAL

(a) Insert proposed prices on the bid schedule (Attached) for the base period and option periods. A breakout of the estimated workload data for Automatic Doors Services can be found in Appendix A of the attached Performance Work Statement (Attachment 1).

(b) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm until 15 July 2014.

VOLUME II- TECHNICAL PROPOSAL

Technical Proposal Requirements

Technical proposal requirement factors are listed below. Proposals must address all requirements and information provided must be sufficient in detail to demonstrate offeror has a clear understanding of the requirement and reasonable soundness of approach to accomplish the requirement. Each factor will be evaluated IAW 52.212-2 Addendum.

FACTOR 1: QUALITY CONTROL PLAN. Provide detailed quality control plan suitable for incorporation into the contract upon award and general methodology to accomplish requirements as stated in Section 4.2 of the PWS (Attachment 3). The plan shall, as a minimum, contain the following information:

Description:

1. Duties and responsibilities of the Quality Control Inspectors and titles and functions of other key management personnel who will be involved in quality control. 2. Methods for identifying and preventing defects in the quality of service performed before the level of performance becomes unacceptable. 3. Description of the records to be kept to document inspections and corrective or preventive actions taken. Procedures for maintaining on-sire records of all inspections and upon request, all documentation made available to the contracting officer or contracting officer representative throughout the contract performance period. 4. Procedures on how updates/changes to Quality Control plan will be accomplished.

FACTOR 2: STAFFING AND SCHEDULING: Provide details on planed staffing and methods for scheduling all categories of work to meet requirements of PWS.

Description:

1. Provide details on planned staffing and experience required to perform all functions requirements of PWS. Describe any minimum qualification standards for all labor categories including requirements for education, professional certifications/licenses, and experience. 2. Describe procedures to coordinate work requirements with the government personnel and other base contractor personnel. Plan for all elements of work to include procedures for scheduling required appointments with customers. Provide a method which demonstrates a plan to control work and maintain quality customer service. 3. Provide methods for scheduling and staffing after normal duty hours work, for routine and emergency work.

FACTOR 3: BUSINESS ORGANIZATION AND MANAGEMENT OVERVIEW:

Description: 1. Business Organization Chart with proposed structure, showing levels or management and authority and functional responsibilities for each organization element. 2. Proposal must identify all proposed subcontracting arrangements and provide details on what each subcontractor will be responsible for to include functional area. 3. Provide management practices, processes, and methodology for ensuring all requirements of PWS are met.

RELATIONSHIP BETWEEN, INSTRUCTIONS AND EVALUATION

Your attention is directed to the functional relationship between Instructions to offers and Evaluation of Offers. Instructions provide information for the purpose of organizing the proposal and are not intended to be all-inclusive. Evaluation of Offers describes evaluation factors for award, to include the evaluation procedures for responsiveness to the combined synopsis/solicitation and ranking of the Price proposal. PROPOSALS THAT DO NOT CONTAIN THE INFORMATION REQUESTED BY THIS PROVISION RISK REMOVAL FROM AWARD CONSIDERATION.

D. Deviations. Deviations from these instructions will be reviewed by the Contracting Officer to ensure that no contractor receives a competitive advantage. Deviations resulting in a competitive advantage for an offeror will result in the proposal being determined noncompliant with the RFP requirements. Offerors unconditionally assume the risk that a clear quantitative deviation will be deemed qualitatively advantageous to the offeror and determined noncompliant with the RFP.

E. Disposition of Unsuccessful Proposals. In accordance with FAR Subpart 4.8 (Government Contract Files), the Government will retain one copy of all unsuccessful proposals. Unless the offeror requires otherwise, the Government will destroy extra copies of unsuccessful proposals.

F. Proposal Delivery. Proposals should be submitted via email. In the event a Proposal has to be hand delivered or mailed, it must arrive at the following address NO LATER THAN 4:00 PM CST on 15 May 2014:

AFTC/PZIOC ATTN: Kelsey Inscoe 308 WEST D AVENUE, BUILDING 260, SUITE 130 EGLIN AFB FL 32542

Offerors are advised that delays can be experienced entering the installation when proposals are hand carried to the base. Base passes are required to enter Eglin AFB, and can take as much as 1 week to obtain. See below instructions for specific requirements to access this installation. In addition to the specific instructions below vehicle registration, proof of insurance and proper identification is required to enter the installation.

Each person requesting a base pass must provide a completed Request for Base Access Memo and Affidavit to this office (AFTC/PZIOC) no later than 4 business days prior to the date that base access is needed. Requests for base access shall be sent to A1C Kelsey Inscoe at [email protected].

HAND-CARRIED proposals must be delivered to A1C Kelsey Inscoe located in Room 130 of Building 260, Eglin AFB, FL. NOTE: It is imperative that a contractor intending to deliver their proposal by commercial carrier, e.g. Federal Express, DHL, UPS, etc., insure that the outer envelope of the commercial carrier's package identifies the contents as a proposal. This outer package must clearly show the solicitation number and the date and local time set for proposal closing.

52.212-2 - Evaluation - Commercial Items - Addendum

EVALUATION OF PROPOSALS

1. BASIS FOR CONTRACT AWARD

A. This is a competitive Best Value acquisition using the lowest price technically acceptable evaluation process, with technical proposals. This procurement will be conducted as a Total Small Business Set-Aside for small business concerns eligible under the small business program. The Government will award a contract resulting from the solicitation to the acceptable, responsible Small Business offeror whose proposal conforming to this solicitation offers the Best Value to the Government Evaluation criteria are the same for all competing offerors.

B. Offerors shall propose on all items. Any offer that fails to cite a price for each item or fails to make an entry that indicates service will be provided at no charge may be rejected as nonconforming to this solicitation.

C. Only Firm-Fixed-Price (FFP) offers will be evaluated. An offer using a sliding price scale or subject to escalation based on any contingency will not be accepted.

D. The evaluation process will proceed as follows:

1. Price: Initially, offers will be ranked according to Total Evaluated Price (TEP). The price evaluation will be made on the basis of the total price of all line items including the corresponding CLINs under Options. An offeror must therefore propose on all line items including the options. Price will be evaluated for reasonableness based on prices submitted from competitive proposals, current market conditions, and comparison to the Government estimate. Prices will also be evaluated to determine if they are materially unbalanced. Materially unbalanced prices risk rejection.

2. The lowest priced offeror will be evaluated for technical acceptability. If the offeror meets all criteria the process will end and award will made to that offeror. If the offeror does not meet all criteria the process will move on to next lowest priced offeror and so on until an award is made.

a. Offerors will be rated Technically Acceptable or Technically Unacceptable. Definitions of technical ratings are: b. Technically Acceptable - The offerors proposal clearly and/or specifically addresses all aspects of the requested technical proposal, to include all significant factors and sub-factors. c. Technically Unacceptable -The offerors proposal does not clearly and/or specifically addresses all aspects of the requested technical proposal, to include all significant factors and sub-factors. d. All offerors will be rated against the Technical Evaluation Checklist (Attachment 2). An offeror rated technically unacceptable in any one area will receive an overall rating of Technically Unacceptable. Offerors must be Technically Acceptable in all factors and sub factors to be rated Technically Acceptable.

3. The Government intends to award a contract without discussions with respective offerors. However, the Government reserves the right to conduct discussions if deemed in its best interest.

4. Rejection of Unrealistic Offers: The Government may reject any proposal that is assessed to be unrealistic in terms of contract requirements, including contract terms and conditions, or unrealistically high or low in cost, such that the proposal is deemed to reflect lack of competence or failure to comprehend the scope of the requirement. Proposals that are unrealistic in terms of price may be rejected at any time during the evaluation process. Proposals are intended to be evaluated, and award made, without discussions with the offerors (other than minor clarification[s]), unless discussions are determined to be necessary. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. Offerors may be required to participate in telephone discussions or in face-to-face oral discussions at the Operational Contracting Division, 308 West "D" Avenue, Suite 130, Bldg 260, Eglin AFB FL. Offerors are cautioned to follow the detailed instructions fully and carefully, as the Government reserves the right to make an award based on initial offers received, without discussion of such offers. The offeror's initial proposal should reflect their best effort.

(End of Provision)

The provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, applies to this solicitation and the offeror must include a completed copy of this provision with their proposal.

The following provisions apply to this acquisition and will be incorporated by full text. These provisions may be accessed via the internet at http://farsite.hill.af.mil:

The following clauses apply to this acquisition and will be incorporated by reference. These clauses may be accessed via the internet at http://farsite.hill.af.mil :

FAR 52.202-1 Definitions FAR 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper FAR 52.204-7 System for Award Management FAR 52.204-13 - System for Award Management Maintenance. FAR 52-212-1 Instructions to Offerors - - Commercial Items FAR 52.212-2 Evaluation - Commercial Items FAR 52.212-4 Contract Terms and Conditions - Commercial Items FAR 52.219-1 Small Business Program Representations FAR 52.222-22 Previous Contracts and Compliance Reports FAR 52.228-5 Insurance - Work on a Government Installation FAR 52.237-1 Site Visit FAR 52.237-2 Protection of Government Buildings, Equipment and Vegetation FAR 52.247-34 FOB Destination FAR 52.249-4 Termination for Convenience of the Government FAR 52.249-8 Default FAR 52.253-1 Computer Generated Forms DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7004 Alternate A, Central Contractor Registration DFARS 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony conviction under any Federal Law. DFARS 252.232-7007 Limitation of Government's Obligation DFARS 252.232-7010 Levies on Contract Payments DFARS 252.243-7001 Pricing of Contract Modifications

The following clauses apply to this acquisition and will be incorporated by full text. These clauses may be accessed via the internet at http://farsite.hill.af.mil:

FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. The following are additional FAR clauses applicable under this clause, 52.212-5: 52.203-6 Restrictions on Subcontractor Sales to the Government 52.209-6 Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-6 Notice of Total Small Business Aside 52.219-8 Utilization of Small Business Concerns 52.219-28 Post Award Small Business Program Representation 52.222-3 Convict Labor 52.222-19 Child Labor-Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Veterans 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration 52.222-41 Service Contract Act of 1965 52.222-42 Statement of Equivalent Rates for Federal Hires (End of Clause)

FAR 52.217-8 Option to Extend Services FAR 52.217-9 Option to Extend the Term of the Contract FAR 52.232-19 Availability of funds for the Next fiscal Year FAR 52.252-1 Solicitation Provisions Incorporated by Reference FAR 52.252-2 Clauses Incorporated by Reference FAR 52.252-6 Authorized Deviations in Clauses

DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following are additional FAR clauses applicable under this clause, DFARS 252.212-7001: 52.203-3 Gratuities 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.225-7012 Preference for Certain Domestic Commodities 252.232-7003 Electronic Submission of Payment Requests 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel 252.243-7001 Pricing of Contract Modifications 252.243-7002 Requests for Equitable Adjustment 252.247-7023 Transportation of Supplies by Sea

AFARS 5352.201-9101 Ombudsman AFARS 5352.223-9001 Health and Safety on Government Installations AFARS 5352.242-9000 Contractor Access to Air Force Installations

Attachments: MUST BE DOWNLOADED SEPERATELY Attachment 1: Bid Schedule Attachment 2: Technical Evaluation Checklist Attachment 3: Performance Work Schedule (PWS)

Link/URL: https://www.fbo.gov/notices/2f1051681bbee0df3db7767e8a66ed46

Copyright:  (c) 2013 Federal Information & News Dispatch, Inc.
Wordcount:  3288

Older

Sources Sought Notice – J– Upgrade Kitchen HVAC

Advisor News

  • SEC in ‘active and detailed’ settlement talks with accused scammer Tai Lopez
  • Sketching out the golden years: new book tries to make retirement planning fun
  • Most women say they are their household’s CFO, Allianz Life survey finds
  • MassMutual reports strong 2025 results
  • The silent retirement savings killer: Bridging the Medicare gap
More Advisor News

Annuity News

  • 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
  • Advising clients wanting to retire early: how annuities can bridge the gap
  • F&G joins Voya’s annuity platform
  • Regulators ponder how to tamp down annuity illustrations as high as 27%
More Annuity News

Health/Employee Benefits News

  • Blue Cross Blue Shield of Wyoming CEO Gore announces retirement; Urbanek to take lead
  • Wellpoint taps Rachel Chinetti as president
  • Proposed changes to MA and Part D would harm seniors’ coverage in 2027
  • Pan-American Life Insurance Group Reports Record 2025 Results; Premiums Reached $1.86 Billion and Net Income Totaled $110 Million as Company Enters Its 115th Year
  • LightSpun and Smile America Partners Announce Partnership to Accelerate Dental Provider Enrollment to Expand Treatment for 500K Underserved Kids
More Health/Employee Benefits News

Life Insurance News

  • Annexus and Americo Announce Strategic Partnership with Launch of Americo Benchmark Flex Fixed Indexed Annuity Suite
  • LIMRA: Individual life insurance new premium sets 2025 sales record
  • How AI can drive and bridge the insurance skills gap
  • Symetra Partners With Empathy to Offer Bereavement Support to Group Life Insurance Beneficiaries
  • National Life Group Ranked Second by The Wall Street Journal in Best Whole Life Insurance Companies of 2026
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

  • 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
  • RFP #T25221
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
© 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