Combine Solicitation - S- Campus Wide Interior/Exterior Window Washing - 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
April 28, 2014 Newswires
Share
Share
Post
Email

Combine Solicitation – S– Campus Wide Interior/Exterior Window Washing

Federal Information & News Dispatch, Inc.

Notice Type: Combine Solicitation

Posted Date: 25-APR-14

Office Address: Department of Veterans Affairs;Network Contracting Office;NCO 19;4100 E. Mississippi Avenue, Suite 900;Glendale CO 80246

Subject: S-- Campus Wide Interior/Exterior Window Washing

Classification Code: S - Utilities and housekeeping services

Solicitation Number: VA25914R0399

Contact: Ian [email protected] 303-372-7060 mailto:[email protected] [Contract Specialist]

Setaside: Total Small BusinessTotal Small Business

Place of Performance (address): Salt Lake City VA Medical Center;500 Foothill Drive;Salt Lake City, UT

Place of Performance (zipcode): 84148

Place of Performance Country: USA

Description: Department of Veterans Affairs

VA Rocky Mountain Consolidated Contracting Center

Department of Veterans Affairs

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number for this requirement is VA259-14-R-0399 and is hereby issued as a Request for Proposal (RFP).The VISN 19 Rocky Mountain Acquisition Center, NCO 19, 4100 E Mississippi Ave., Suite 900, Glendale, Colorado 80246, on behalf of the Salt Lake City VA Medical Center, 500 Foothill Drive, Salt Lake City, Utah, 84148, has a requirement for the following services: A base period and four 1-year possible options for Window Cleaning Services.

The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-672 effective January 30, 2014. The North American Industry Classification System (NAICS) code is 561720-Janitorial Services, with a small business size standard of $16.0 million. This procurement will be a 100% Small Business Set-Aside. The Government intends to issue a firm fixed price contract to the responsible Offeror whose proposal represents the best benefit to the Government. Only technically acceptable quotes will be considered. The Government intends to evaluate quotes and make award without discussions; however, this does not preclude the Government from having discussions if it is in the best interest of the Government. All interested parties must bid on all items.

Provide a price quote for each of the following CLINS and total price (fill in the blanks).

PRICING FOR:

SCHEDULE OF SERVICE for Window Cleaning Service

CLINS Description QTY Unit Unit Cost Total Cost

0001 Base Year 12 May 2014 to 11 May 2015 Provide Window Cleaning services in accordance with the Performance Work Statement 1 Year

1001 Option Year 1 12 May 2015 to 11 May 2016 Provide Window Cleaning services in accordance with the Performance Work Statement 1 Year

2001 Option Year 2 12 May 2016 to 11 May 2017 Provide Window Cleaning services in accordance with the Performance Work Statement 1 Year

3001 Option Year 3 12 May 2017 to 11 May 2018 Provide Window Cleaning services in accordance with the Performance Work Statement 1 Year

4001 Option Year 4 12 May 2014 to 11 May 2019 Provide Window Cleaning services in accordance with the Performance Work Statement 1 Year

Total of Base Year and all Option Years 5 Year

SALT LAKE CITY HEALTH CARE SYSTEM

Performance Work Statement (PWS)

Hospital Window Cleaning

SCOPE OF WORK

The contractor shall provide all supplies, equipment and labor to completely clean all exterior windows (both inside and outside), along with the window frames, sills, ledges and screens where installed, for all buildings on the campus of the George E, Whalen Veterans Medical Center located at 500 Foothill Drive, Salt Lake City, Utah. (See Schedule of for a list of buildings and window surfaces).

SPECIFIC REQUIREMENTS

Contractor shall comply with all federal (OSHA), state and local safety policies and regulations to ensure the patients, staff and visitors of the medical center, as well as the contractor's own employees are protected from injury during the process. Contractor shall only use environmentally safe cleaning chemicals, and must provide the COR a Material Safety Data Sheet (MSDS) for all chemical products used on site.

A scaffold and fall protection assessment must be conducted (see attachments "A" & "B"), prior to awarding the bid. If a suspended scaffold is used, outrigger, tie-back, and counterweights must be used. Parapet clamps or cornice hooks are not permitted. Where there is danger of falling material, a debris net or barricade must be installed below the scaffold. Hazardous assessments will need to be conducted specifically in each window washing location that is adjacent to a construction worksite. Documentation must be provided for pre/post equipment inspections. Documentation of the "Competent Person" must be provided.

With advance notice, the contractor's staff will be granted access to every window. In advance of starting work, the contractor shall provide the government with a work schedule to include which areas will be done each day and how many employees will be assigned to work in each area. Window cleaning will only be done between May 15th and September 30th each year. All work must be completed before October 1st of that same year. All work must be complete within 30 days of the day the contractor starts working.

If there are screens or bird nets or bird spikes on the outside of any window, the contractor will remove the screen or net or spike set, clean the window and ledge, clean the screen and then reinstall the screen or net or spike set, unless they are specifically told not to replace the screen or net or spike set for a specific window.

If there are items on the interior window sills (potted plants, photographs, etc), the contractor will remove these items, clean the window and sill and then replace the items that were moved.

All windows will be cleaned to a completely clean, streak free and lint free standard.

Contractor shall be fully liable for any damage to the government facility or for any damage their employees cause to cars parked around the facility while they work. If the contractor's staff break or damage any window glass, frames, sills, ledges, screens or bird nets, the contractor will be required to repair or replace the items with like items as appropriate to match the design and color scheme of the facility.

HOURS OF WORK AND SCHEDULING.

Work shall occur during normal hours of operation except when specified by the facility Point of contact (POC) or designee.

Normal Hours of Operation are Monday - Friday 8am - 4:30 pm except the following Federal Holidays: New Year's Day, Martin Luther King Jr.'s Birthday, Presidents Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veteran's Day, Thanksgiving Day, Christmas Day, and any other day specifically declared by the President of the United States to be a national holiday.

Schedule of Windows to be cleaned

BUILDING # NUMBER OF STORIES NUMBER OF GLASS SURFACES

Building 1 6 2,981

Building 2 3 506

Building 3 3 472

Building 4 1 346

Building 5 1 182

Building 6 3 102

Building 7 1 37

Building 8 2 190

Building 9 2 64

Building 13 2 42

Building 14 4 1,288

Building 16 3 213

Building 32 2 75

Building 38 1 32

Building T1 1 34

Building T2 1 20

Building T6 1 16

Eight smoking booths 1 144

Connecting Bridge Way 3 334

Between 1 & 14

TOTAL 7,078

GOVERNMENT PRIMARY POINTS OF contact (POC's): Submit offers or any questions to the primary POC Ian Boettcher [email protected]

DEADLINES: Submit questions and quotes to the primary POC. All questions or requests for information must be submitted by email no later than April 28, 2014 @ 4:00 P.M. MST.

All quotes must be submitted by email no later than May 5, 2014 @ 4:00 P.M. MST.

OTHER PERTINENT SUBMISSION INFORMATION: The proposal must list the Company name, address, DUNS number, and point of contact to include phone number and email address. If you need to obtain or renew a DUNS number or CAGE code, please visit www.SAM.gov. In order to be eligible for the award, contractors must be registered in SAM.

Please send Quote to: [email protected]

Department of Labor Wage Determination No. 2005-2531, Revision No. 13, dated June 19, 2013 is incorporated into this contract.

PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR) and Veterans Affairs Acquisition Regulation (VAAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://acquisition.gov/far/ & http://www.va.gov/OAL/library/vaar/index.asp ):

The provision at 52.212-1 Instructions to offerors- Commercial applies to this acquisition with following addendum:

The following FAR provisions apply to this solicitation and are incorporated in full text:

52.216-1 TYPE OF CONTRACT (APR 1984)

The Government contemplates award of a Firm-Fixed-Price contract resulting from this solicitation.

(End of Provision)

The following FAR / VAAR provisions apply to this solicitation and are incorporated by reference:

52.209-5 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (DEVIATION)(MAR 2012)

52.232-38 SUBMISSION OF ELECTRONIC FUNDS TRANSFER INFORMATION WITH OFFER (JUL 2013)

VAAR 852.233-70 PROTEST CONTENT/ALTERNATIVE DISPUTE RESOLUTION (JAN 2008)

VAAR 852.233-71 ALTERNATE PROTEST PROCEDURE (JAN 1998)

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; technical, past performance and price considered. Past performance is of greater importance than technical and when combined, technical and past performance are of greater importance than price. The following factors shall be used to evaluate offers:

BASIS OF AWARD: The government intends to issue a firm fixed price contract to the responsible Offeror whose proposal conforms to the solicitation evaluation factors and is deemed to be the best value to the Government.

EVALUATION FACTORS FOR AWARD:

The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the Offer deemed to be the most advantageous to the Government. Competing offeror's technical approach and past performance will be evaluated as significantly more important than price considerations, with past performance being more important than technical. The lowest price proposal may not necessarily be selected; likewise, the proposal receiving the highest technical rating may not necessarily be selected. Offerors who propose to perform the work for an unrealistically low price will not be considered for award. Where applicable, the techniques and procedures described under FAR 15.404-1 will be the primary means of assessing proposal reasonableness. An offeror's proposal shall represent the offeror's best efforts to respond to the solicitation. By submission of its offer, the offeror accedes to all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements. Failure to meet a requirement may result in an offer being determined technically unacceptable. Offeror's must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. The evaluation process shall proceed as follows:

A. Provide a detailed narrative as to how the offeror plans to meet the requirements of the Performance Work Statement including how the offeror plans to meet requirements outlined in Attachments A & B. Included in this narrative must be the offeror's Health and Safety Plan (HASP).

Technical explanations will receive a rating of Acceptable or Unacceptable based on whether or not they address all aspects of the PWS and attachments in a satisfactory manner.

B. Past Performance Assessment:

1) Past Performance, the offeror shall provide a minimum of 2 (maximum 3) relevant past performance references which shall include the following:

contact name, number, and email, contract reference #, date(s) of performance, dollar amount of contract.

Information obtained from provided references through phone/email communication as well as questionnaires will be used to create a confidence rating for each offeror based on the relevance and quality of the past performance. Relevant performance includes performance of efforts involving contracting support that is similar or greater in scope, magnitude and complexity than the effort described in this solicitation. Past Performance that does not meet the relevancy requirement will be excluded from evaluation.

2) Past performance regarding predecessor companies, key personnel who have relevant experience, or sub-contractors that will perform major or critical aspects of the requirement will be considered as highly as past performance information for the principal offeror. Offeror's with no relevant past or present performance history shall receive the rating Unknown Confidence, meaning the rating is treated neither favorably nor unfavorably.

3) In evaluating past performance, the Government reserves the right to give greater consideration to information on those contracts deemed most relevant to the effort described in this RFP. For each effort evaluated, a relevancy determination of the offeror's present and past performance, including joint ventures, subcontractors and/or teaming partners, will be made. In determining relevancy for individual contracts, consideration will be given to the effort, or portion of the effort, being proposed by the offeror, teaming partner, or subcontractor whose contract is being reviewed and evaluated. Relevancy will be assessed for contracts that are most similar to the effort, or portion of the effort, for which that contractor is being proposed, and may contribute to an overall higher relevancy determination for the offeror. The Government is not bound by the offeror's opinion of relevancy. The following relevancy definitions apply: VERY RELEVANT: Past/present performance programs involved essentially the same magnitude of effort and complexities this solicitation requires. RELEVANT: Past/present performance programs involved much of the magnitude of effort and complexities this solicitation requires. SOMEWHAT-RELEVANT: Past/present performance programs involved some of the magnitude of effort and complexities this solicitation requires. NEUTRAL: Past/present performance programs did not involve any magnitude of effort and complex.

4) Recent past performance is defined as past performance on contracts within the last three years from the issue date of this solicitation. Past performance for contracts exceeding the timeframe will be excluded from evaluation.

5) If the lowest priced evaluated offer is judged to have a Substantial Confidence performance rating, that offer represents the best value for the government and the evaluation process stops at this point. Award shall be made to that offeror without further consideration of any other offers.

Based on the quality and relevancy of each offeror's past performance, a confidence rating from the following table will be assigned:

TABLE 1- PERFORMANCE CONFIDENCE ASSESSMENTS

Rating Description

SUBSTANTIAL CONFIDENCE Based on the offeror's performance record, the government has a high expectation that the offeror will successfully perform the required effort.

SATISFACTORY CONFIDENCE Based on the offeror's performance record, the government has an expectation that the offeror will successfully perform the required effort.

LIMITED CONFIDENCE Based on the offeror's performance record, the government has a low expectation that the offeror will successfully perform the required effort.

NO CONFIDENCE Based on the offeror's performance record, the government has no expectation that the offeror will be able to successfully perform the required effort.

UNKNOWN CONFIDENCE No performance record is identifiable or the offeror's performance record is so sparse that no confidence assessment rating can be reasonably assigned.

(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.

Offeror to include a completed copy of the provision at 52.212-3, Offeror Representation and Certifications-Commercial Items, Offeror must submit a completed copy of this provision with its proposal for the proposal to be considered. See https://orca.bpn.gov/ for online submittal);

The clause at 52.212-4, Contract Terms and Conditions--Commercial Items; applies to this acquisition with following addendum:

The following FAR clauses apply to this solicitation and are incorporated in full text:

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.

(End of Clause)

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 60 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 5 years.

(End of Clause)

52.232-19 AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR (APR 1984)

Funds are not presently available for performance under this contract beyond September 30 of ANY fiscal year. The Government's obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond September 30 of ANY fiscal year, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer.(End of Clause)

52.233-2 SERVICE OF PROTEST (SEP 2006)

Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from:

Pamela Barnes

Ian Boettcher

Hand-Carried Address:

Department of Veterans Affairs

Network Contracting Office

NCO 19

4100 E. Mississippi Avenue, Suite 900

Glendale CO 80246

Mailing Address:

Department of Veterans Affairs

Network Contracting Office

NCO 19

4100 E. Mississippi Avenue, Suite 900

Glendale CO 80246

(b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO.

(End of Provision)

The following FAR clauses apply to this solicitation and are incorporated by reference: 52.203-17 CONTRACTOR EMPLOYEE WHISTLEBLOWER RIGHTS AND REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (SEP 2013), 52.204-4 PRINTED OR COPIED DOUBLE-SIDED ON POSTCONSUMER FIBER CONTENT PAPER (MAY 2011), 52.228-5 INSURANCE - WORK ON A GOVERNMENT INSTALLATION (JAN 1997), 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS, 52.237-3 CONTINUITY OF SERVICES (JAN 1991), 52.245-1 GOVERNMENT PROPERTY (APR 2012), 52.245-9 USE AND CHARGES (APR 2012),

The following VA Acquisition Regulation (VAAR) clause applies and is incorporated in full text:

VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008)

The bidder or offeror agrees that if a contract is awarded to him/her, as a result of this solicitation, he/she will not advertise the award of the contract in his/her commercial advertising in such a manner as to state or imply that the Department of Veterans Affairs endorses a product, project or commercial line of endeavor (End of Clause)

852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (Nov 2012)

(a) Definitions. As used in this clause-

(1) Contract financing payment has the meaning given in FAR 32.001.

(2) Designated agency office has the meaning given in 5 CFR 1315.2(m).

(3) Electronic form means an automated system transmitting information electronically according to the accepted electronic data transmission methods and formats identified in paragraph (c) of this clause. Facsimile, email, and scanned documents are not acceptable electronic forms for submission of payment requests.

(4) Invoice payment has the meaning given in FAR 32.001.

(5) Payment request means any request for contract financing payment or invoice payment submitted by the contractor under this contract.

(b) Electronic payment requests. Except as provided in paragraph (e) of this clause, the contractor shall submit payment requests in electronic form. Purchases paid with a Government-wide commercial purchase card are considered to be an electronic transaction for purposes of this rule, and therefore no additional electronic invoice submission is required.

(c) Data transmission. A contractor must ensure that the data transmission method and format are through one of the following:

(1) VA's Electronic Invoice Presentment and Payment System. (See Web site at http://www.fsc.va.gov/einvoice.asp.)

(2) Any system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) and chartered by the American National Standards Institute (ANSI). The X12 EDI Web site (http://www.x12.org) includes additional information on EDI 810 and 811 formats.

(d) Invoice requirements. Invoices shall comply with FAR 32.905.

(e) Exceptions. If, based on one of the circumstances below, the contracting officer directs that payment requests be made by mail, the contractor shall submit payment requests by mail through the United States Postal Service to the designated agency office. Submission of payment requests by mail may be required for:

(1) Awards made to foreign vendors for work performed outside the United States;

(2) Classified contracts or purchases when electronic submission and processing of payment requests could compromise the safeguarding of classified or privacy information;

(3) Contracts awarded by contracting officers in the conduct of emergency operations, such as responses to national emergencies;

(4) Solicitations or contracts in which the designated agency office is a VA entity other than the VA Financial Services Center in Austin, Texas; or

(5) Solicitations or contracts in which the VA designated agency office does not have electronic invoicing capability as described above.

. VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984)

The contractor shall obtain all necessary licenses and/or permits required to perform this work. He/she shall take all reasonable precautions necessary to protect persons and property from injury or damage during the performance of this contract. He/ she shall be responsible for any injury to himself/herself, his/her employees, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by his/her employees fault or negligence, and shall maintain personal liability and property damage insurance having coverage for a limit as required by the laws of the State of Utah. Further, it is agreed that any negligence of the Government, its officers, agents, servants and employees, shall not be the responsibility of the contractor hereunder with the regard to any claims, loss, damage, injury, and liability resulting there from.

(End of Clause)

(End of Addendum to 52.212-4)

The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items applies to this acquisition, the following clauses apply: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995), 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013), 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Aug 2013), 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011), 52.219-8, Utilization of Small Business Concerns (Jul 2013), 52.219-14, Limitations on Subcontracting (NOV 2011), 52.219-28, Post Award Small Business Program Representation (Jul 2013), 52.222-3, Convict Labor (June 2003), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (Mar 2007), 52.222-35, Equal Opportunity for Veterans (SEP 2010), 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010), 52.222-37, Employment Reports on Veterans (SEP 2010), 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010), ) 52.222-54, Employment Eligibility Verification (AUG 2013), 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011), ) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008), 52.232-34, Payment by Electronic Funds Transfer--Other than System for Award Management (Jul 2013), 52.222-41, Service Contract Act of 1965 (NOV 2007) 11360 - Window Cleaner (WG-3) $11.14 + $3.81

(End of Document)

Link/URL: https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/VA25914R0399/listing.html

Copyright:  (c) 2013 Federal Information & News Dispatch, Inc.
Wordcount:  4011

Newer

Combine Solicitation – S– Catered Meals for The Oregon Army National Guard at Umatilla Army Depot in Hermiston, Oregon.

Advisor News

  • Americans unprepared for increased longevity
  • More investors will seek comprehensive financial planning
  • Midlife planning for women: why it matters and how advisors should adapt
  • Tax anxiety is real, although few have a plan to address it
  • Trump targets ‘retirement gap’ with new executive order
More Advisor News

Annuity News

  • AIG to sell remaining shares in Corebridge Financial
  • Corebridge Financial, Equitable Holdings post Q1 earnings as merger looms
  • AM Best Assigns Credit Ratings to Calix Re Limited
  • Transamerica introduces new RILA with optional income features
  • Transamerica introduces RILA with optional income features
More Annuity News

Health/Employee Benefits News

  • NC House lawmakers push for better breast cancer detection
  • Senate approves bills to limit costs for inhalers and diabetes supplies
  • Democratic candidates revive single-payer promise as California’s healthcare system faces strain
  • How hospital outpatient departments increase the cost of care
  • Senators delay bill on making health insurance affordable
More Health/Employee Benefits News

Life Insurance News

  • When an MEC is an effective planning tool
  • Lincoln Financial Reports 2026 First Quarter Results
  • Brighthouse Financial Announces First Quarter 2026 Results
  • Life insurance premium jumps 10% in 1Q
  • Genworth Financial Announces First Quarter 2026 Results
More Life Insurance News

- Presented By -

NEWS INSIDE

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

FEATURED OFFERS

Why Blend in When You Can Make a Splash?
Pacific Life’s registered index-linked annuity offers what many love about RILAs—plus more!

Life moves fast. Your BGA should, too.
Stay ahead with Modern Life's AI-powered tech and expert support.

Bring a Real FIA Case. Leave Ready to Close.
A practical working session for agents who want a clearer, repeatable sales process.

Discipline Over Headline Rates
Discover a disciplined strategy built for consistency, transparency, and long-term value.

Inside the Evolution of Index-Linked Investing
Hear from top issuers and allocators driving growth in index-linked solutions.

Press Releases

  • Sequent Planning Recognized on USA TODAY’s Best Financial Advisory Firms 2026 List
  • Highland Capital Brokerage Acquires Premier Financial, Inc.
  • ePIC Services Company Joins wealth.com on Featured Panel at PEAK Brokerage Services’ SPARK! Event, Signaling a Shift in How Advisors Deliver Estate and Legacy Planning
  • Hexure Offers Real-Time Case Status Visibility and Enhanced Post-Issue Servicing in FireLight Through Expanded DTCC Partnership
  • RFP #T01325
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