NFIP Reinsurance Broker Support
ID: 70FA6025I00000005Type: Sources Sought
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFFEDERAL EMERGENCY MANAGEMENT AGENCYMITIGATION SECTION(MIT60)WASHINGTON, DC, 20472, USA

NAICS

Reinsurance Carriers (524130)
Timeline
    Description

    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking contractor support services for the National Flood Insurance Program (NFIP) to enhance its Reinsurance Program (NRP). The procurement aims to engage a reinsurance brokerage firm to provide services across three key areas: Strategic Advisory and Support, Placement Execution and Administration, and Modeling and Risk Analytics, which are critical for managing flood risks and ensuring compliance with federal standards. This initiative is vital for effectively handling the financial volatility associated with flood insurance and aims to leverage private sector expertise to mitigate risks on a larger scale. Interested organizations are encouraged to submit their responses to the Request for Information (RFI) by April 23, 2025, to Glen Seipp and Amanda Lynn Long at FEMA, with further details available on the SAM website.

    Point(s) of Contact
    Files
    Title
    Posted
    The Federal Emergency Management Agency (FEMA) is engaging a broker to handle premium payments and claims recoveries for its reinsurance agreements. The broker will facilitate the payment process, ensuring compliance with federal standards, while FEMA retains authority over the approval of reinsurers and payment amounts. The broker will establish a dedicated bank account for federal funds and must forward all reinsurer invoices to FEMA promptly. In the premium payment process, FEMA will create vendor profiles for reinsurers, specifying their payment details. The broker will manage the transfer of premium payments from FEMA to reinsurers upon receiving written authorization. For claims payments, the broker will issue invoices based on FEMA-directed proof of loss documents and collect payments, adhering to established timelines and processes. Additionally, the broker must notify FEMA of any payment delays from reinsurers and follow up on outstanding claims. This structured approach aims to ensure the proper handling and disbursement of federal funds under FEMA’s oversight, ultimately enhancing the effectiveness of its reinsurance agreements. Compliance with the outlined procedures is essential for maintaining accountability and transparency in federal fund management.
    The National Flood Insurance Program (NFIP) seeks to engage a reinsurance broker through this Performance Work Statement (PWS) to enhance its Reinsurance Program (NRP). The NFIP, established in 1968, aims to manage flood risks and provide insurance following significant debts incurred from catastrophic floods. The broker’s role is divided into three key task areas: Strategic Advisory and Support, Placement Execution and Administration, and Modeling and Risk Analytics. Responsibilities include developing reinsurance strategies, negotiating placements, and conducting thorough risk modeling to ensure optimal pricing and compliance with regulations. The broker must supply experienced personnel, including a Lead Broker with extensive experience in reinsurance and a Lead Data Modeler specialized in data analysis for catastrophic risks. Deliverables, performance standards, and monitoring practices establish a framework for evaluating the contractor's effectiveness, emphasizing compliance with FEMA guidelines to streamline operations. This initiative reflects a commitment to effectively managing NFIP’s financial volatility by leveraging private sector expertise and innovative reinsurance structures to mitigate risk on a larger scale.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    NFIP Actuarial Services
    Homeland Security, Department Of
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is soliciting proposals for actuarial and geospatial support services for the National Flood Insurance Program (NFIP). The objective of this procurement is to acquire technical capabilities, analytics, and guidance related to ratemaking and insurance pricing, which are essential for maintaining a financially sound flood insurance structure. This full and open solicitation (RFP No. 70FA6025B00000004) includes a firm-fixed-price contract with a 12-month base period and four one-year options, with proposals due by January 7, 2026. Interested parties can direct inquiries to Alexander Ramirez at alexander.ramireztorres@fema.dhs.gov or Bryan Falcone at bryan.falcone@fema.dhs.gov, with key dates including a question submission deadline of December 3, 2025.
    AMENDMENT 1 - Q&A Janitorial services for FEMA Region 2 at Naval Weapons Station Earle (NWSE)
    Homeland Security, Department Of
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking proposals for janitorial services at the Naval Weapons Station Earle (NWSE) in Colts Neck, New Jersey. The contract, which is a total small business set-aside, requires comprehensive cleaning services to maintain a safe workspace environment for FEMA staff, covering approximately 22,500 square feet of office space. This procurement is crucial for ensuring operational readiness, particularly during Regional Response Coordination Center (RRCC) activations, which may require increased cleaning frequency. Interested vendors must submit their proposals by December 15, 2025, and can direct inquiries to Kendall Feaster at kendall.feaster@fema.dhs.gov, with a requirement for all quotes to remain valid for a minimum of 90 days.
    National Clinical Vaccination (NCV) Contract Extension
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is extending the National Clinical Vaccination (NCV) Contract to secure contractor-managed licensed medical professionals for COVID-19 vaccine administration. This extension aims to support federal assistance to state, local, tribal, and territorial partners in response to Major Disaster Declarations related to the COVID-19 pandemic, in accordance with various legislative acts including the Robert T. Stafford Act and the Public Health Service Act. The services are critical for ensuring effective vaccine distribution and administration during ongoing public health emergencies. Interested parties can reach out to Michael Bonds at michael.bonds@fema.dhs.gov or call 202-257-8893 for further details regarding this opportunity.
    Standards Catalogue Service Request for Information
    Homeland Security, Department Of
    The Department of Homeland Security (DHS) is seeking contractors to provide a universal catalogue service for mission-critical standards through a Request for Information (RFI) issued by the Science and Technology Directorate (S&T). This service aims to grant DHS and its components, including the U.S. Coast Guard, Customs and Border Protection, Immigration and Customs Enforcement, and FEMA, access to a comprehensive range of international, federal, and industry-specific standards, which are essential for conducting critical mission operations. Interested vendors are required to submit detailed information regarding their catalogue service features, coverage, integration capabilities, and cost estimates by noon ET on January 6, 2025. For further inquiries, potential respondents can contact Dorothy Woolfolk at dorothy.woolfolk@hq.dhs.gov or Jennifer K. Koons at jennifer.koons@hq.dhs.gov.
    Presolicitation Notice – Advanced Contracting Initiative – Regional Contracts for Debris Management Services (ACI – RCDMS)
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Rock Island District, is preparing to issue a Request for Proposals (RFP) for the Advanced Contracting Initiative – Regional Contracts for Debris Management Services (ACI – RCDMS). This initiative aims to establish up to ten Firm Fixed Price, Indefinite Delivery/Indefinite Quantity (IDIQ) contracts to provide rapid and comprehensive debris management and removal services in support of Federal disaster response efforts, particularly following natural and man-made disasters that exceed local capacities. The contracts will encompass a wide range of services, including debris collection, reduction, hauling, and management, with a total capacity of $37 billion over a five-year period. Interested contractors are encouraged to monitor SAM.gov for the formal RFP, anticipated to be released within the next 2–4 weeks, and must submit comments on the Draft RFP by December 12, 2025. For further inquiries, contact Christopher McCabe at christopher.a.mccabe@usace.army.mil or Brunson Grothus at brunson.e.grothus@usace.army.mil.
    U.S. Coast Guard Flood Response Training
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking to award a sole source firm fixed price contract for flood response training in urban environments. The primary objective of this training is to equip students with the necessary skills to effectively utilize response platforms and specialized equipment in various flood-affected areas, including urban settings, flooded waterways, and enclosed ports. This training is crucial for enhancing the Coast Guard's operational readiness and response capabilities during flood emergencies. Interested parties can reach out to William E. Lewis at william.e.lewis3@uscg.mil or Joshua A. Janney at Joshua.A.Janney@uscg.mil for further information regarding this opportunity.
    Sources Sought - Fire Island Inlet to Montauk Point (FIMP) 7a
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, New York District, is seeking qualified small businesses for the Fire Island Inlet to Montauk Point (FIMP) Contract 7a, a nonstructural home elevation project in Suffolk County, New York. The objective is to elevate 10 to 15 homes to the Design Flood Elevation to mitigate flood risk, with an estimated construction cost ranging from $2 million to $45 million, encompassing initial screening, design, construction, and post-construction activities while adhering to various building codes and addressing site-specific challenges. Interested contractors, particularly those certified as 8(a), HUBZone, or Service-Disabled Veteran-Owned Small Businesses, must submit a confidential survey detailing their qualifications and approach by November 24, 2025, to inform future acquisition strategies. For further inquiries, contact Michael McCue at michael.l.mccue@usace.army.mil.
    Plum Case Support for the Federal Emergency Management Agency (FEMA), Office of the Chief Information Officer (OCIO), Virginia Disaster Operations Center (VA-DOC)
    Homeland Security, Department Of
    The Department of Homeland Security's Federal Emergency Management Agency (FEMA) is seeking to procure plum cases for hurricane response, specifically for the Office of the Chief Information Officer (OCIO) at the Virginia Disaster Operations Center (VA-DOC). The procurement includes 259 XPL9001 Plum Explorer Plum-Cases, 1 ENH9001 Plum Enhanced Plum-Case, and associated services such as a Plum Care Annual Service Package and a one-year license for the Cradlepoint Net Cloud Manager Platform, which will facilitate warranty, replacement, and software support for the devices. This equipment is crucial for ensuring effective disaster response and recovery operations, as the plum cases will be tested and updated at the VA-DOC before being deployed to Joint Field Offices (JFOs). Interested vendors can reach out to Karen Wilson at karen.wilson@fema.dhs.gov for further details regarding this opportunity.
    Logistics Housing Operations Unit Installation, Maintenance, and Deactivation (LogHOUSE) Justification
    Homeland Security, Department Of
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking contractors for the Logistics Housing Operations Unit Installation, Maintenance, and Deactivation (LogHOUSE) services. This procurement involves non-personal services for hauling, installation, maintenance, and deactivation support for Transportable Temporary Housing Units (TTHUs), as well as the development and construction of group sites for disaster survivors. These services are critical for providing rapid housing support in response to disasters across the contiguous United States. Interested parties can reach out to FEMA LogHOUSE at fema-loghouse-contracting@fema.dhs.gov for further details, as the contracts are awarded to select contractors with the capacity to respond on short notice.
    Exchanges with Industry Before Receipt of Proposals - Fire Island Inlet to Montauk Point (FIMP) Nonstructural Pilot Project
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, New York District, is seeking industry feedback for the Fire Island Inlet to Montauk Point (FIMP) Nonstructural Pilot Project, specifically Contract 6b. This design-build contract aims to elevate up to 67 nonstructural homes to their Design Flood Elevation, encompassing design completion, construction, and permit acquisition, with an estimated project value between $25 million and $100 million. The initiative is crucial for enhancing flood resilience in Suffolk County, New York, and aims to address challenges related to real estate acquisition timelines and homeowner participation. Interested parties can direct inquiries to Michael McCue at michael.l.mccue@usace.army.mil, noting that no awards will be made from this feedback process, and no solicitation is currently available.