Combine Solicitation – PROVIDE JANITORIAL SERVICES FOR THE NATIONAL MARINE FISHERIES SERVICE IN NEWPORT, OREGON
| Federal Information & News Dispatch, Inc. |
Notice Type: Combine Solicitation
Posted Date:
Office Address:
Subject: PROVIDE JANITORIAL SERVICES FOR THE NATIONAL MARINE FISHERIES SERVICE IN
Classification Code: S - Utilities and housekeeping services
Solicitation Number: AB133F-14-RQ-0050
Contact:
Setaside: Total Small BusinessTotal Small Business
Place of Performance (address): 2032 MARINE SCIENCE DRIVENEWPORT, OR
Place of Performance (zipcode): 97365
Place of Performance Country: US
Description:
Western Region Acquisition Division
JANITORIAL SERVICES AT NMFS,
(III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-70.
(IV) This solicitation is total small business set aside. The associated NAICS code is 561720. The small business size standard is
(V) This combined solicitation/synopsis is for purchase of the following commercial services: Line Item 0001 - Base Year; Services, non-personal, to provide all labor, equipment and materials (unless otherwise provided herein) necessary for janitorial services at the
Line Item 1001 - Option Year 1; Services, non-personal, to provide all labor, equipment and materials (unless otherwise provided herein) necessary for janitorial services at the
Line Item 2001 - Option Year 2; Services, non-personal, to provide all labor, equipment and materials (unless otherwise provided herein) necessary for janitorial services at the
Line Item 3001 - Option Year 3; Services, non-personal, to provide all labor, equipment and materials (unless otherwise provided herein) necessary for janitorial services at the
(VI) Description of requirements is as follows: See attached Statement of
(VII) Period of performance shall be: Base Year Period:
(VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (
The offerer will submit a quotation for the items in Section (V).
NOTICE TO OFFERORS: Instructions for submitting quotations under this request for quote must be followed. Failure to provide all information to aid in the evaluation may be considered non-responsive. Offers that are non-responsive may be excluded from further evaluation and rejected without further notification to the quoter. In addition to written price quotes, offers are instructed to provide: 1. Quotes shall be fully executed and returned on the Standard Form (SF) 18 and any acknowledgements of solicitation amendments on the SF 30. 2. Submit quotations to the office specified in this solicitation at or before the time specified in the solicitation. Email quotes are acceptable and can be sent to [email protected]. 3. At a minimum the contractor shall provide the following information: a) Point of contact name, telephone and E-mail address. b) DUNS Number 4. Provide all evaluation criteria in accordance with 52.212-2 in this package. 5. Complete and return Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law (Class Deviation) with quote.
SITE VISIT
To request a site visit, contact
Location: NATIONAL MARINE FISHERIES SERVICE NEWPORT RESEARCH STATION 2032 S.E. OSU DRIVE
OFFERORS OR QUOTERS ARE URGED AND EXPECTED TO INSPECT THE SITE WHERE SERVICES ARE TO BE PERFORMED AND TO SATISFY THEMSELVES REGARDING ALL GENERAL AND LOCAL CONDITIONS THAT MAY AFFECT THE COST OF CONTRACT PERFORMANCE, TO THE EXTENT THAT THE INFORMATION IS REASONABLY OBTAINABLE. IN NO EVENT SHALL FAILURE TO INSPECT THE SITE CONSTITUTE GROUNDS FOR A CLAIM AFTER CONTRACT AWARD.
(IX) FAR 52.212-2, Evaluation - Commercial Items (
(d) Representations required to implement provisions of Executive Order 11246-(1) Previous contracts and compliance. The offeror represents that- (i) It [ ] has, [ ] has not participated in a previous contract or subcontract subject to the Equal Opportunity clause of this solicitation; and (ii) It [ ] has, [ ] has not filed all required compliance reports. (2) Affirmative Action Compliance. The offeror represents that- (i) It [ ] has developed and has on file, [ ] has not developed and does not have on file, at each establishment, affirmative action programs required by rules and regulations of the Secretary of Labor (41 CFR parts 60-1 and 60-2), or (ii) It [ ] has not previously had contracts subject to the written affirmative action programs requirement of the rules and regulations of the Secretary of Labor.
(e) Certification Regarding Payments to Influence Federal Transactions (31 U.S.C. 1352). (Applies only if the contract is expected to exceed
[List as necessary]
(3) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25.
(g)(1) Buy American Act-Free Trade Agreements- Israeli Trade Act Certificate. (Applies only if the clause at FAR 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act, is included in this solicitation.) (i) The offeror certifies that each end product, except those listed in paragraph (g)(1)(ii) or (g)(1)(iii) of this provision, is a domestic end product and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside
(h) Certification Regarding Responsibility Matters (Executive Order 12689). (Applies only if the contract value is expected to exceed the simplified acquisition threshold.) The offeror certifies, to the best of its knowledge and belief, that the offeror and/or any of its principals- (1) [ ] Are, [ ] are not presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency; (2) [ ] Have, [ ] have not, within a three-year period pre- ceding this offer, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a Federal, state or local government contract or subcontract; violation of Federal or state antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, violating Federal criminal tax laws, or receiving stolen property; (3) [ ] Are, [ ] are not presently indicted for, or otherwise criminally or civilly charged by a Government entity with, commission of any of these offenses enumerated in paragraph (h)(2) of this clause; and (4) [ ] Have, [ ] have not, within a three-year period pre- ceding this offer, been notified of any delinquent Federal taxes in an amount that exceeds
(2) Certification [If the Contracting Officer has identified end products and countries of origin in paragraph (i)(1) of this provision, then the offeror must certify to either (i)(2)(i) or (i)(2)(ii) by checking the appropriate block.] [ ] (i) The offeror will not supply any end product listed in paragraph (i)(1) of this provision that was mined, produced, or manufactured in the corresponding country as listed for that product. [ ] (ii) The offeror may supply an end product listed in paragraph (i)(1) of this provision that was mined, produced, or manufactured in the corresponding country as listed for that product. The offeror certifies that it has made a good faith effort to determine whether forced or indentured child labor was used to mine, produce, or manufacture any such end product furnished under this contract. On the basis of those efforts, the offeror certifies that it is not aware of any such use of child labor.
(j) Place of manufacture. (Does not apply unless the solicitation is predominantly for the acquisition of manufactured end products.) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly- (1) [ ] In
[ ] (2) Certain services described in FAR 22.1003-4(d0(1). The offeror [ ] does [ ] does not certify that- (i) The services under the contract are offered and sold regularly to non-Governmental customers, and are provided by the offeror (or subcontractor in the case of an exempt subcontract) to the general public in substantial quantities in the course of normal business operations; (ii) The contract services will be furnished at prices that are, or are based on, established catalog or market prices (see FAR 22.1003-4(d)(2)(iii)); (iii) Each service employee who will perform the services under the contract will spend only a small portion of his or her time (a monthly average of less than 20 percent of the available hours on an annualized basis, or less than 20 percent of available hours during the contract period if the contract period is less than a month) servicing the Government contract; and (iv) The compensation (wage and fringe benefits) plan for all service employees performing work under the contract is the same as that used for these employees and equivalent employees servicing commercial customers. (3) If paragraph (k)(1) or (k)(2) of this clause applies- (i) If the offeror does not certify to the conditions in paragraph (k)(1) or (k)(2) and the Contracting Officer did not attach a Service Contract Act wage determination to the solicitation, the offeror shall notify the Contracting Officer as soon as possible; and (ii) The Contracting Officer may not make an award to the offeror if the offeror fails to execute the certification in paragraph (k)(1) or (k)(2) of this clause or to contact the Contracting Officer as required in paragraph (k)(3)(i) of this clause.
(l) Taxpayer Identification Number (TIN) (26 U.S.C. 6109, 31 U.S.C. 7701). (Not applicable if the offeror is required to provide this information to the SAM database to be eligible for award.) (1) All offerors must submit the information required in paragraphs (l)(3) through (l)(5) of this provision to comply with debt collection requirements of 31 U.S.C. 7701(c) and 3325(d), reporting requirements of 26 U.S.C. 6041, 6041A, and 6050M, and implementing regulations issued by the
(4) Type of organization. [ ] Sole proprietorship; [ ] Partnership; [ ] Corporate entity (not tax-exempt); [ ] Corporate entity (tax-exempt); [ ] Government entity (Federal, State, or local); [ ] Foreign government; [ ] International organization per 26 CFR 1.6049-4; [ ] Other .
(5) Common parent. [ ] Offeror is not owned or controlled by a common parent; [ ] Name and TIN of common parent: Name _. TIN _.
(m) Restricted business operations in
The offeror shall complete the annual representations and certifications electronically in System for Award Management at https://www.sam.gov/portal/public/SAM/.
(XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (
(XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (
(6) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (
The following clauses under subparagraph (c) apply: (1) 52.222-41, Service Contract Act of 1965 (
(XIII) The following additional FAR terms and conditions are also applicable to this acquisition:
52.252-1
(End of provision)
52.252-2 Clauses Incorporated By Reference (
(End of Clause)
52.204-9 Personal Identity Verification of Contractor Personnel (
52.208-9 Contractor Use of Mandatory Sources of Supply or Services (Reference)
52.252-5 Authorized Deviations in Provisions (
52.252-6 Authorized Deviations in Clauses (
52.204-99 System for Award Management Registration (Class Deviation from 52.204-7) (
52.232-99, Providing Accelerated Payment to Small Business Subcontractors (DEVIATION) (
This clause implements the temporary policy provided by OMB Policy Memorandum M-12-16, Providing Prompt Payment to Small Business Subcontractors, dated
(a) Upon receipt of accelerated payments from the Government, the contractor is required to make accelerated payments to small business subcontractors to the maximum extent practicable after receipt of a proper invoice and all proper documentation from the small business subcontractor.
(b) Include the substance of this clause, including paragraph (b), in all subcontracts with small business concerns.
(c) The acceleration of payments under this clause does not provide any new rights under the Prompt Payment Act. (End of clause)
52.216-1 Type of Contract (
(End of provision)
52.217-8 Option to Extend Services (
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 15 days of the contract expiration.
(End of clause)
52.217-9 Option to Extend the Term of the Contract (
(a) The Government may extend the term of this contract by written notice to the Contractor within 15 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 15 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 five years.
(End of clause)
52.232-19 Availability of Funds for the Next Fiscal Year. (
(End of clause)
Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law (Class Deviation) (
(1) In accordance with Sections 543 and 544 of Public Law 112-55 Commerce, Justice, Science, and Related Agencies Appropriations Act 2012, Title V (General Provisions) and the FY2013 Continuing Appropriations Resolution (Pub.L. 112-175,
(a) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government.
(b) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government.
(2) The Offeror represents that, as of the date of this offer-
(a) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months.
(b) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreements with the authority responsible for collecting the tax liability.
(End of provision)
_____________________________________ ______________ SIGNATURE DATE
_____________________________________ PRINTED NAME AND TITLE
1352.201-70, Contracting Officer's Authority (
1352.209-73 Compliance with the Laws (
1352.209-74 Organizational Conflict of Interest (
(g) Waiver. The parties recognize that this clause has potential effects which will survive the performance of this contract and that it is impossible to foresee each circumstance to which it might be applied in the future. Accordingly, the contractor may at any time seek a waiver from the Head of the Contracting Activity by submitting such waiver request to the Contracting Officer, including a full written description of the requested waiver and the reasons in support thereof. (End of clause)
1352.215-72 Inquiries (
1352.233-70 Agency Protests (
Randall Brown Western Acquisitions Division 7600 Sand Point Way N.E.
1352.233-71 GAO and
(a) A protest may be filed with either the
(End of clause)
1352.237-71 Security processing requirements-low risk contracts. Security Processing Requirements-Low Risk Contracts (
(End of clause)
1352.270-70 Period of performance (
(a) The base period of performance of this contract is from
The notice requirements for unilateral exercise of option periods are set out in FAR 52.217-9.
(End of clause)
(XIV) Defense Priorities and Allocations System (DPAS) and assigned rating do not apply.
(XV) Quotes are required to be received in the contracting office no later than
(XVI) Any questions regarding this solicitation should be directed to [email protected] or by fax at (206) 527-5848. STATEMENT OF WORK NFFP7600-14-00 Janitorial Support for the NEWPORT RESEARCH SUPPORT FACILITY (RSF)
1.0 Organization.
1.1
2.0 Background.
General Conditions 1. Equipment and materials
a. Equipment The vendor shall furnish all necessary cleaning equipment, including power driven floor scrubbing machines, waxing and polishing machines, industrial-type vacuum cleaners, and any other devices necessary for the performance of the work of this contract. Such equipment will be of the size and type customarily used in high quality commercial custodial work of this kind. When required the vendor shall furnish the Government all information concerning the equipment it contemplates using. Equipment deemed to be of improper type, design, or inadequate for the purpose intended, shall be removed from the premises and replaced with satisfactory equipment.
b. Materials
All materials required in the performance of the contract shall be furnished by the vendor. This will include mobs, brooms, sweeping compounds, floor wax, any cleaners, brushes, cleaning cloths, buckets, trash cans and any other cleaning supplies whether or not specifically mentioned herein. Floor wax shall be a non-slip type. The Contractors shall clearly mark all of its equipment and all cleaning supplies shall be clearly labeled with the contents of the container and that they belong to the contractor.
For lavatories the vendor will provide paper towels, liquid soap, toilet tissue, batteries for automatic dispensers and all other consumable supplies for the lavatories. All Vendor supplied material shall be of good quality and suitable for the purpose. The Vendor shall fill all paper and soap dispensers each work day and ensure they are full for the next work day so there will be no interruption of services. Paper towels, toilet paper, and soap will be ordered ahead of need, and the vendor will be responsible for the proper care and storage of these materials. Lavatory supplies shall be of a quality equal to or better than the supplies provided by
Space in the Research Support Facility,
The vendor shall be responsible for all articles found by its employees and turned in to the Supervisor/Manager. 4. Damage The Government will not be responsible in any way for damage occasioned by fire, theft, and accidents or otherwise to the Contractors stored supplies, materials, equipment or the Contractor's employee's personal belongings brought into the Government Buildings. 5. Non-interference with Business/hours of work a. The Government shall be consulted regarding the start of work so as to minimize interference with Government operations. b. The work shall be carried out in such a manner that there will not be any interruption to or interference with the proper execution of Government business between the hours of
6. Workmanship The work involved in this contract shall be accomplished by personnel regularly employed by the vendor to perform similar duties. Personnel assigned to custodial duties shall possess the necessary skills, training and experience to accomplish the work of this contract. Personnel assigned to mechanical operations shall possess the necessary licenses or credentials required to meet any local or State codes for the operation of equipment. 7. Removal of Debris, refuse, etc. The vendor shall on a daily basis remove any resultant dirt, debris, and trash collected during the process of providing custodial services to the entire building, including the emptying of all trash cans by disposing of it in the campus commercial dumpster. All recycled paper, cardboard and glass in designated recycling bins shall be taken out of the building at a minimum of once per week. At the conclusion of each day's work the vendor shall store all equipment, supplies and unused materials to leave the premises in a condition satisfactory to the Government. 8.
The vendor shall ensure that a competent and trustworthy senior employee or supervisor authorized to act on the vendors behalf is present periodically when work is being carried out to ensure complete and satisfactory performance of the work in accordance with the terms outlined in the contract.
10. Employee Acceptance Personnel employed by the vendor shall be capable employees experienced in the type of work required to provide professional custodial services to the building. The Government reserves the right to reject any employee at any time that in the opinion of the Government is not considered acceptable in the area in which the work is to be performed. Personnel information on each employee shall be furnished upon request by NOAA Western Regional Security Office. All employees must comply with all NOAA security clearance requirements for contractors. Since employees will have access to offices and laboratories, all contractors must be trustworthy and respect the space of Government employees and associates. Custodians shall not disturb papers and personal items on Government Employee's and associates desks, nor shall they disturb any equipment set up on laboratory work benches and in hoods. Custodians shall use phones only as needed in the performance of work or for the required notification of officials on safety, health, fire or other emergencies. No toll or long distance calls shall be made on Government owned phones unless it is to report an emergency. 11. Additional Requirements a. In the interests of energy conservation lights should onely be used in the areas where work is being conducted and secured when completed. b. Custodians shall insure that soap and paper towel supplies are available in all laboratories and break room sink spaces in addition to rest rooms. c. Custodians shall recycle materials such as paper, cardboard, glass and plastics - emptying collection containers at least once per week and more often as necessary.
12. Safety a. Custodians should receive a safety briefing at least once per year. b. Custodians shall be aware of fire and emergency evacuation procedures for the building. c. In the event of a fire, the custodian should set off the alarm, evacuate the building, notify local authorities and then the NOAA Facilities Manager. d. In the event of a spill of an unknown or hazardous material, the vendor shall immediately vacate the area, evacuate the building, contact local authorities and contact the NOAA Facilities Manager. e. The vendor shall submit a list of all cleaning supplies and their specific use to the Government representative prior to their use in the building. For potentially hazardous substances the vendor shall maintain a current copy of relevant material Safety Data Sheets on site.
3.0 Services Required. The contractor shall provide all required service, labor, parts, equipment, and materials to satisfactorily complete the following tasks:
3.1 Task 1 - Janitorial Services - services to be performed once each day 5 days per week a. Gather and remove waste, empty trash cans and dispose of non-recyclable shipping materials by taking them to the industrial dumpster. All waste baskets shall be wiped down if there are spills inside the trash can. b. All cardboard shall be recycled. c. Wipe down writing boards in conference rooms, clean trays and erasers. d. Sweep or vacuum all inside floor areas carpeted or tile. Sweep all stairways and wipe down handrails. Spot clean carpets as necessary. e. Spot clean partitions, door glass, doors, door frames and counters. f. Polish and disinfect all drinking fountains. g. Clean sink in break room / meeting room RSF 104. h. Clean all lavatory fixtures, sinks, toilet bowls. Urinals shall be kept free of scale at all times, toilet seats will be cleaned and disinfected on both sides. Bathroom mirrors will be cleaned and all metal will be polished. Wipe down ceramic tile walls and bathroom Compartment partitions. i. Wet mop and disinfect restroom floors. j. Wipe down all inside handrails and door knobs. k. All soap, paper towel and tissue containers will be refilled daily.
3.2 Task 2 - Services to be performed weekly a. Sweep all outside areas including outside walkways, including entrances and patio areas. b. Remove cobwebs from Doors and windows c. Maintain all outside metal, handrail, window frames, etc in a clean condition. d. Dust all cleared surfaces of table tops, desks, chairs, counters, filing cabinets, office equipment and ledges within rooms. e. Dust all ledges, windows, and window sills, and perform low dusting. f. Dust lamps at least weekly, or more often if necessary. g. At least once per week take all recycling materials in recycling bins - paper, cardboard, glass and plastic - to the recycling consolidation site. h. At least once per week and more often as necessary Wet mop and Buff waxed floors to remove traffic marks and restore luster to waxed floors.
3.3 Task 3 - Services to be performed Monthly a. Clean hallway floors strip, wax and seal all floors buffing to remove traffic marks and restore luster to wax. b. Brush down wall and ceiling vents, vacuum drapes, wipe down furniture. c. Perform high dusting to include door sashes, tops of partitions, ledges and picture frames. d. Rest room floors to be thoroughly scrubbed and cleaned to remove mold or mildew. e. Carpets shall be cleaned and shampooed at least once per year, or more often as necessary and when directed by the Government.
NOAA NWFSC contact Information 3.4 Contracting Officer (CO): Email: [email protected] NOAA/Western Acquisition Division 7600 Sand Point Way NE,
3.5 Task Monitor (TM) / COTR:
5.0 Submittals. The contractor shall provide the following submittals for NWFSC review and approval before field work can begin:
6.0 Period of Performance. A. Base year work period of performance is
7.0 General Requirements.
8.0 Evaluation Criteria. The selection will be based on the following criteria:
8.1.1 No bid shall be accepted unless the prime vendor has visited the site at their own expense to ascertain the scope of required services;
8.1.2 The vendor must have a proven minimum of 5 years of experience in performing similar work and the crew proposed for this site must have experience with the company.
8.1.3 The winning vendor shall provide confirmation of a DUNS and CCR registration.
9.0 Award Selection. The contract will be awarded to the vendor that is technically acceptable. "Technically acceptable" is defined by the criteria listed above and evaluated using documents provided by possible vendors. No set percentages are used in evaluation, but potential vendors must document how they are technically acceptable and how they will accomplish the work as stated within the performance period. All payments will be made within 30 days after completion of repair work. They shall meet all the certifications that are required in the statement of work.
Link/URL: https://www.fbo.gov/spg/DOC/NOAA/WASC/AB133F-14-RQ-0050/listing.html
| Copyright: | (c) 2013 Federal Information & News Dispatch, Inc. |
| Wordcount: | 13718 |



Advisor News
- Addressing the ‘menopause tax:’ A guide for advisors with female clients
- Alternative investments in 401(k)s: What advisors must know
- The modern advisor: Merging income, insurance, and investments
- Financial shocks, caregiving gaps and inflation pressures persist
- Americans unprepared for increased longevity
More Advisor NewsAnnuity News
- Globe Life Inc. (NYSE: GL) Making Surprising Moves in Monday Session
- Aspida Life and WealthVest Offer a Powerful New Guaranteed Income Product with the WealthLock® Income Builder
- Lack of digital tools drives wedge between insurers, advisors
- LIMRA: Annuity sales notch 10th consecutive $100B+ quarter
- AIG to sell remaining shares in Corebridge Financial
More Annuity NewsHealth/Employee Benefits News
- Baystate, Mercy advocate takeover as public worries about ER waits, delivery rooms, Medicare
- Kansas state employees retain choice of Blue Cross, Aetna for health insurance
- Rob Sand unveils water quality, public health plan
- Mark Farrah Associates Assessed Year-End Health Insurance Segment Membership Trends
- Symetra Names Jeff Sealey Vice President, Stop Loss Captives
More Health/Employee Benefits NewsLife Insurance News
- Symetra Names Jeff Sealey Vice President, Stop Loss Captives
- 3 ways AI can help close the gap for women’s insurance coverage
- Best’s Market Segment Report: AM Best Revises Outlook on Italy’s Life Insurance Segment to Stable From Negative
- Globe Life Inc. (NYSE: GL) Making Surprising Moves in Monday Session
- Dan Scholz to receive NAIFA’s Terry Headley Lifetime Defender Award
More Life Insurance News