Combine Solicitation - S- VA249-17-AP-7555 Restroom Sanitizer/Fresheners Service - Insurance News | InsuranceNewsNet

InsuranceNewsNet — Your Industry. One Source.™

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

Get Social

  • Facebook
  • X
  • LinkedIn
Newswires
Newswires RSS Get our newsletter
Order Prints
August 11, 2017 Newswires
Share
Share
Post
Email

Combine Solicitation – S– VA249-17-AP-7555 Restroom Sanitizer/Fresheners Service

FedBizOpps

Notice Type: Combine Solicitation

Posted Date: 10-AUG-17

Office Address: Department of Veterans Affairs;Network Contracting Office 9;1639 Medical Center Parkway;Suite 400;Murfreesboro TN 37129

Subject: S-- VA249-17-AP-7555 Restroom Sanitizer/Fresheners Service

Classification Code: S - Utilities and housekeeping services

Contact: Karen Williams, Contract [email protected] mailto:[email protected]

Setaside: Service-Disabled Veteran-Owned Small BusinessService-Disabled Veteran-Owned Small Business

Place of Performance (address): Department of Veterans Affairs;Louisville VA Medical Center;800 Zorn Avenue;Louisville, KY

Place of Performance (zipcode): 40206

Place of Performance Country: United States

Description: Department of Veterans Affairs

Nashville VAMC

Department of Veterans Affairs Medical Center

Page 9 of 9This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only Solicitation; quotes are being requested and a written Solicitation will not be issued.

Solicitation number VA249-17-Q-0994 is issued as a (Request for Quotation (RFQ).

This requirement is 100% set-aside for Service Disabled Veteran Owned Small Business (SDVOSB).

NAICS: The NAICS is 561720.

To be receiving a government award, the offeror must be currently registered in System for Award Management (SAM) at www.sam.gov. Offerors are encouraged to go to the SAM database www.sam.gov and start the registration process as soon as possible to avoid possible delays should the contractor be selected as a prospective awardee.

Online Representation and Certification Application (ORCA) must also be current to qualify to received a contract award. Offeror may register with CCR at www.sam.gov

Description of Services: The VHA NCO 09 - Murfreesboro, TN requires the following items, Request for Quotes are for products that meets or exceeds the following:

PERFORMANCE WORK STATEMENT

RESTROOM SANITIZER/FRESHENERS

Section 1: General Information

1.1 General: This is a non-personal services contract to provide maintenance, servicing, equipment, and supplies for approximately 180 restroom sanitizer/freshener units in the Robley Rex VA Medical Center (RRVAMC). The Government shall not exercise any supervision or control over the contract service providers performing the services herein, such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government.I initially had reservations about this statement but the last sentence identifies that the Contractor is responsible to the Government i.e. the COR.

1.2 Period of Performance: October 1, 2017 thru September 30, 2022

1.3 Place of Performance: Robley Rex VAMC, 800 Zorn Ave, Louisville, KY 40206

1.4 Hours of Operation: Normal business hours of the hospital are between 8:00 AM to 5:00PM everyday including Federal holidays, but the hospital is open and operational 24 hours a day. The restroom sanitizer/fresheners dispenser/holders (equipment and product) will be required to be serviced every 4 weeks. There are approximately 180 restroom units to maintain. The fragrances to be used are lemon citrus and/or cherry. The contractor will be provided a list of the rooms to be serviced upon contract award.

1.5 Work Schedule: Prior to commencing performance under this contract, the Contractor shall provide a proposed work scheduled to the COR describing how services will be accomplished. All work shall be coordinated with the COR or designated representative when accomplished during normal business hours to avoid disruptions or conflicts between the Government functions and the provision of service under this contract.

1.6 Building: There are approximately 180 units in public and highly trafficked restrooms throughout the hospital to maintain.

1.7 Type of Contract: The government will award a Firm Fixed Price contract.

1.8 Contract Changes: Additional or relocation of sanitizer dispensers required by changes in mission assignments must be documented by a written contract modification. If the contractor receives a request from VA personnel directing or requesting work that the contractor believes is not within the terms of the PWS or the contract, then the contractor must notify the Contracting Officer Representative (COR) and the Contracting Officer of the request. The only person that has the authority to modify the terms of the contract or request work for which compensation will be provided is a Contracting Officer.

1.9 Invoicing: All invoices from the contractor shall be submitted electronically in accordance with VAAR Clause 852.232-72 Electronic Submission of Payment Requests.

VA s Electronic Invoice Presentment and Payment System The FSC uses a third-party contractor, Tungsten, to transition vendors from paper to electronic invoice submission. Please go to this website: http://www.tungsten-network.com/US/en/veterans-affairs/ to begin submitting electronic invoices, free of charge.

More information on the VA Financial Services Center is available at http://www.fsc.va.gov/einvoice.asp.

Section 2: Definitions & Acronyms

2.1 Definitions:

Aseptic Cleaning. Techniques and procedures used under sterile conditions. Aseptic cleaning is the effort taken to clean the interior of building and keep people free from hospital micro-organisms.

Contractor. A supplier or vendor awarded a contract to provide specific supplies or service to the government. The term used in this contract refers to the prime.

Contracting Officer (CO). A person with the authority to enter into, administers, and/or terminates contracts and makes related findings. The Contracting Officer is the only individual who has the authority to contractually bind the Government. The Contracting Officer may designate a Government employee to act as his authorized technical representative.

Contracting Officer Representative (COR). The person has been designated as the authorized representative of the Contracting Officer acting within the limits of his/her authority. This individual shall not be authorized to award, agree to, or sign any contract or modification thereto, or in any way to obligate the payment of money by the Government. The COR advises the Contracting Officer on matters relating to this contract, verifies completion of the work, certifies invoices related to completed work, and ensures compliance with all provisions of the contract.

Corrective Action. Action taken by the Contractor to correct a deficiency and identify the cause(s) of the deficiency.

Custodial Cleaning. Providing an array of cleaning functions that are vital to the daily operation of the facility so as to present a clean facility.

Joint Commission (JC). A national organization dedicated to improving the care, safety, and treatment of patients in health care facilities, and publishers of the Joint Commission on Accreditation Manuals.

Protection. This is preventing damages to surfaces and equipment caused by normal use or improper cleaning procedures.

Quiet Zone. Means normally a noise level of less than 72.B (A) at five feet from the source in patient-occupied areas.

Soil. Dust, dirt, stains, grease, smudges, streaks, spots, lint, odors, organisms, vomits, or any agents that is injurious to health. Soil can be visible such as dust, or can be invisible such as organisms, and odors.

Subcontractor. One that enters into a contract with a prime contractor. The Government does not have privity of contract with the subcontractor.

Work Day. The number of hours per day the Contractor provides services in accordance with the contract.

2.2 Acronyms:

CBI Compliance and Business Integrity

CEH Certified Executive Housekeeper

COR Contracting Officer Representative

EPA Environmental Protection Agency

ID Identification

IT Information Technology

JC Joint Commission

IHEA International Executive Housekeeper Association

NEHA National Executive Housekeeping Association

OSHA Occupational Safety and Health Agency

PWS Performance Work Statement

QASP Quality Assurance Surveillance Plan

VA Veterans Affairs

Section 3: Government Furnished Property, Equipment, and Services

The government will not provide storage rooms, personnel, equipment, nor tools for the contractor s use.

Section 4: Contractor Furnished Items and Services

The Contractor shall provide all equipment, supplies, management, supervision, personnel, and transportation except as specified herein as government-furnished, necessary to assure that all services are in accordance with the contract and all applicable laws and regulations. The contractor shall ensure all work meets performance standards specified in this Performance Work Statement (PWS) and referenced documents.

Section 5: Specific Tasks

Standards: The contractor shall dispose of all waste in accordance with industry standards and regulations and clean up behind any areas soiled in performance of this contract.

5.4 Contractor s Attire and Identification

The Contractor shall wear a standard custodial type uniform which is easily recognizable and clearly distinguish them as the Contractor. Uniforms shall present a neat, distinctive appearance; shall be clean and maintained in good repair; and shall be worn as designed by the manufacturer. Standard custodial type uniform is defined as collared work shirt (button-down or polo style) and pants or skirt of twill or similar material (no denim). The Contractor shall wear appropriate footwear that will cover the entire foot for safety purposes.

Identification Tags/Cards. The Contractor shall wear on the front of the uniform, clearly readable name identification (ID) logo identifying the contractor s and employee s name. The Contractor shall obtain Visitors Badges during the interim period via the Logistics Office or VA Police.

In special sanitation and/or isolation situations, the Contractor may be required to wear special protective clothing and shoe covers, which will be supplied by the medical facility. Such items are to remain the property of the Government and shall not be removed from the premises of the medical facility. They will be received, worn, and turned in or disposed of as directed by the COR. All other safety or protective clothing or equipment shall be provided and maintained by the Contractor at the Contractor s own expense.

Contractor s Personal Hygiene: The Contractor s attire and presentation shall be appropriate per industry standard.

5.5 Contractor Training

Contractor personnel shall not be assigned to work until they have completed initial orientation and required training as indicated below under item 5.5.2. Exception: An exception will be made during the first sixty (60) days of contract performance, whereby Contractor s employees who have had general janitorial and OSHA training will be permitted to start work at the VA medical facilities, on the condition that the training specified herein shall be completed within sixty (60) days after contract effective date. The Contractor shall provide an initial training plan to the COR for approval. The initial plan shall include topics, brief statement of content and method of training. Documentation verifying the content of such training and orientation shall be transmitted to the COR.

Minimum Contractor-Furnished Training: Initial training shall cover the topics listed below. The Contractor shall accomplish the training within 5 work days.

General orientation of basic bacteriological concepts, including the basics of how disease is caused and transmitted, how it can be prevented, reduced or contained through proper environmental sanitation methods.

Infection control orientation, relating duty functions to the technical provision of this specification.

Proper use and handling of germicidal detergents, supplies and equipment.

Care and maintenance of Contractor and Government-furnished property.

Familiarization with local fire preventing and safety procedures.

Familiarization with applicable facility polices/regulations and their effect on sanitation Services.

Familiarization with the Contractors procedures manual.

Individual duties and responsibilities.

Procedures for replenishing cleaning supplies and obtaining equipment repair.

Role of Contractor s personnel in the facility and their impact on patient care

Techniques/methods for measuring quality of work performance

Basic orientation to the facility, function, mission, goals

Facility emergency fire and disaster program

Hazardous Communication Standard

Standard Precautions

Body Mechanics/Lifting

Accident Reporting

Sexual Harassment

Ethics

TB-Precautions (PPD Hep B)

Proof of Training: The Contractor shall submit proof of training by providing a copy of the training to the COR or designated representative. The COR will retain proof of training in accordance with applicable Records Control Schedule.

5.6 Contractor s Quality Control Plan

The Contractor shall establish and maintain a complete quality control program to ensure the requirements of the contract are met. One copy of the Contractor s basic Quality Control Program shall be provided to the COR 15 days after contract award effective date. An updated copy shall be provided the COR as changes occur. The quality control program shall include, but are not be limited to the following:

An inspection system covering the required services. The plan shall specify the areas to be inspected on either a scheduled or unscheduled basis and how often inspections shall be accomplished.

The plan shall provide methods for identifying and preventing deficiencies and how the Contractor shall prevent the level of performance from becoming unacceptable.

On-site records of all inspections conducted by the Contractor and necessary corrective action taken.

A system to record all inspections conducted by the Contractor and record corrective action. These documents shall be made available to the COR or designated representative during the term of the contract.

5.7 Fire Prevention and Emergency Procedures

The Contractor shall take such safety precautions as necessary to protect the lives and health of occupants of the buildings.

Any hazardous incidents created by the Contractor shall be corrected immediately.

The Contractor shall comply with applicable Federal, State, Local and facility safety and fire regulations and codes which are in effect at the beginning of the contract period. The Contractor shall keep abreast of and comply with changes in these regulations and codes applicable to the contract.

The Contractor shall follow applicable facility policies concerning fire and/or disaster events.

Posting Warning Signs: The Contractor shall display approved warning devices in all areas where operations may cause traffic obstruction or personnel hazard. Activities resulting in a temporary wet or slippery floor surface, shall be, appropriately posted with signs and shall be accomplished so that it will not be necessary for personnel or patients to cross the wet surface to gain access to other areas.

5.8 Building Security and Keys

The Contractor shall be responsible for safeguarding all Government property provided for the Contractor s use. At the close of each work period, Government facilities, equipment and materials shall be secured.

When leaving a work area, the Contractor shall turn off lights if the area is unoccupied unless otherwise directed by the COR.

The Contractor shall comply with the security clearances or access controls imposed.

The Contractor shall turn in all lost articles found during the performance of duties to the COR or the Main Operators office located on the 1st floor.

If the contractor does not have access to an area due to either not having a key or otherwise, the contractor shall immediately notify the COR and cc the Contracting Officer in writing, so that appropriate action can be taken.

The engineering, IT, and telephone closets are restricted access. The contractor will not attempt to access those areas.

5.9 Interference to Normal Function

The Contractor shall delay or interrupt their work at any time to avoid interference with patient care procedures and the normal function of the facility, including utility services, fire protection systems, and passage of facility patients, personnel, equipment, and carts.

5.10 Damage and Equipment Loss

The Contractor shall report damages or disfigurement of Government-owned furnishings, fixtures, equipment, and architectural or building structures to the COR immediately. The Contractor shall provide a written report of any damage or disfigurement to items to the COR or designated representative within 24 hours. The Government will not be responsible for Contractor s equipment or belongings that are lost, stolen or damaged.

The Contractor shall use reasonable care to avoid damaging existing buildings, equipment, and vegetation on the Government installation.

The Contractor shall use reasonable care or be liable for the cost of repairs and/or replacement of damages to Government-owned equipment, fixtures, furnishings, grounds and architectural or building structures.

5.11 Handling of Government Furniture and Equipment

The COR or designated representative will instruct the Contractor what Government items should not be moved or otherwise handled. Any medical apparatus in use on or by a patient will not be moved or otherwise handled by the Contractor except when prior arrangements have been made with the nurse supervisor.

In emergency situations, the Contractor s assistance may be required to help move patients out of harm s way.

5.12 Conservation of Utilities

The Contractor shall instruct employees in utilities conservation practices. The Contractor shall be responsible for operating under condition which precludes the waste of utilities, which shall include:

The Contractor shall not adjust any mechanical equipment controls for heating, ventilation and air conditioning system unless otherwise directed by the COR or designated representative.

The Contractor shall turn-off all water faucets or values when not in usage.

The Contractor shall not use Government telephones for personal reasons.

5.13 Applicable Regulations and Manuals

All work under this contract must be performed in accordance with (1) current Joint Commission Manual (JC); (2) Occupational Safety and Health Agency (OSHA); (3) Environmental Protection Agency (EPA) and Hazardous Materials requirements; (4) regulations cited in this Performance Work Statement (PWS) and (5) industry standards.

Documents applicable to work described in this section are mandatory and are listed below. The Government will provide the Contractor copies of all regulations, manuals and specifications such as those listed below. Supplements and amendments will be updated and will be considered to be full force and effective immediately upon receipt by the Contractor. The policies and procedures of mandatory directives shall be adhered to at all times. The Contractor shall insure that all mandatory publications are posted and up to date.

Security Clearances, Access Controls, Identification Badges

Facility policies concerning fire / disaster program.

Parking Requirements

Infection Control Manuals

PRICE/COST SCHEDULE

ITEM NUMBER

DESCRIPTION OF SUPPLIES/SERVICES

QUANTITY

UNIT

UNIT PRICE

AMOUNT

0001

To provide the materials (holder and fragrance), labor, equipment, and supervision necessary to maintain the fresheners located in the high traffic public restrooms throughout the medical center. The holders are to be maintained for a four-week period between servicing. The fragrances requested are lemon citrus and the cherry.

Contract Period: Base

POP Begin: 10-01-2017

POP End: 09-30-2018

1.00

YR

__________________

________________

2001

To provide the materials (holder and fragrance), labor, equipment, and supervision necessary to maintain the fresheners located in the high traffic public restrooms throughout the medical center. The holders are to be maintained for a four-week period between servicing. The fragrances requested are lemon citrus and the cherry.

Contract Period: Option 1

POP Begin: 10-01-2018

POP End: 09-30-2019

1.00

YR

________________

________________

3001

To provide the materials (holder and fragrance), labor, equipment, and supervision necessary to maintain the fresheners located in the high traffic public restrooms throughout the medical center. The holders are to be maintained for a four-week period between servicing. The fragrances requested are lemon citrus and the cherry.

Contract Period: Option 2

POP Begin: 10-01-2019

POP End: 09-30-2020

1.00

YR

________________

________________

4001

To provide the materials (holder and fragrance), labor, equipment, and supervision necessary to maintain the fresheners located in the high traffic public restrooms throughout the medical center. The holders are to be maintained for a four-week period between servicing. The fragrances requested are lemon citrus and the cherry.

Contract Period: Option 3

POP Begin: 10-01-2020

POP End: 09-30-2021

1.00

YR

________________

________________

5001

To provide the materials (holder and fragrance), labor, equipment, and supervision necessary to maintain the fresheners located in the high traffic public restrooms throughout the medical center. The holders are to be maintained for a four-week period between servicing. The fragrances requested are lemon citrus and the cherry.

Contract Period: Option 4

POP Begin: 10-01-2021

POP End: 09-30-2022

1.00

YR

________________

________________

GRAND TOTAL

________________

Contract Type: The government anticipates awarding a Firm Fixed Price award.

Award will be made to lowest price quote which conforms to the requirements within this solicitation.

To receive consideration as SDVOSB, the firm must be registered and verified in the VIP database at www.vip.vetbiz.gov.

Submitting Quote: Contractor shall submit their quote on company letterhead and shall include unit price, total , unit qty and item description as specified above, as offered discounts, proposed delivery time, name, address, and telephone number of the offeror, firm s DUNS# and ORCA document in SAM at www.sam.gov, terms of any express warranty, unit price, overall total price, applicable shipping charges, completed copy of 52.212-3 Offerors Representations and Certifications- Commercial Items, and ORCA document.

Quotes must be received August 18, 2017 by 4:00pm CT. All quotes must be submitted by electronic submission in reference to VA249-17-Q 0994. All questions should be emailed to [email protected].

Solicitation document and incorporated provisions and clauses apply to this acquisition: 52.212-4 Contract Terms And Conditions Commercial Items; 52.217-8 Option To Extend Services; 52.217-9 Option To Extend The Term Of The Contract; 52.232-18 Availability Of Funds; 52.232-19 Availability Of Funds For The Next Fiscal Year; 52.232-40 Providing Accelerated Payments To Small Business Subcontractors; VAAR 852.203-70 Commercial Advertising; VAAR 852.219-10 VA Notice Of Total Service-Disabled Veteran-Owned Small Business Set-Aside; VAAR 852.232-72 Electronic Submission Of Payment Requests; VAAR 852.237-70 Contractor Responsibilities; 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Items; 52.212-1 Instructions To Offerors Commercial Items; 52.217-5 Evaluation Of Options; VAAR 852.252-70 Solicitation Provisions Or Clauses Incorporated By Reference; VAAR 852.270-1 Representatives Of Contracting Officers; VAAR 852.273-74 Award Without Exchanges; 52.212-3 Offeror Representations And Certifications Commercial Items

Full text can be obtained at www.arnnet.gov.

DISCLAIMER AND IMPORTANT NOTES: The government is in no way obligated to do business with or enter into the award a contract to any firm or its affiliates or otherwise pay for the information provided in this synopsis. This Request for Quote is not considered to be a commitment by the Government to award a contract nor will the Government pay for any information provided; no basis for claim against the Government shall arise as a result from a response to this Request for Quote or use of any information provided. Failure to submit information in sufficient detail may result in considering a company as not a viable source and may influence competition and set-aside decisions. Regardless of the information obtained from, the Government reserves the right to consider any arrangement as deemed appropriated for this requirement. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted.

Link/URL: https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/VA24917Q0994/listing.html

Older

Combine Solicitation – scrubEx LV Dispenser/Remote Receiver wth Packer and Dispenser/Receiver Unit, Packer Maintenance/Service Agreement

Newer

Farm Recovery Grant Program Application Deadline Approaching

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