NFIP Actuarial Services
ID: 70FA6025B00000004Type: Solicitation
Overview

Buyer

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

NAICS

All Other Insurance Related Activities (524298)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    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, advice, and guidance related to NFIP ratemaking and insurance pricing, with a focus on updating rating plans, conducting annual rate reviews, and providing support for product development and litigation. These services are crucial for ensuring the effective management and pricing of flood insurance, which plays a vital role in disaster recovery and risk mitigation. Interested contractors should note that the proposal due date is January 7, 2026, and they can direct inquiries to Alexander Ramirez at alexander.ramireztorres@fema.dhs.gov or Bryan Falcone at bryan.falcone@fema.dhs.gov, with a performance period of up to five years anticipated for the awarded contract.

    Files
    Title
    Posted
    The Federal Emergency Management Agency (FEMA) is soliciting proposals for actuarial and geospatial support services for the National Flood Insurance Program (NFIP). This full and open solicitation (RFP No. 70FA6025B00000004) seeks to acquire technical capabilities, analytics, advice, and guidance related to NFIP ratemaking and insurance pricing. The contract will be a firm-fixed-price type with a one-year base period and four one-year options. Key dates include a questions due date of December 3, 2025, and a proposal due date of January 7, 2026. Services will primarily be performed at the contractor's site within the National Capital Region. The RFP includes standard government contract clauses, such as prohibitions on using hardware/software from Kaspersky Lab and certain telecommunications/video surveillance equipment, and outlines detailed invoicing and payment procedures. It also incorporates various FAR clauses related to commercial products and services, business ethics, small business utilization, and labor standards.
    The Federal Emergency Management Agency (FEMA) is seeking actuarial services for its National Flood Insurance Program (NFIP) to provide technical, actuarial, and geospatial capabilities, analytics, advice, and guidance related to ratemaking and insurance pricing. The contract will be a firm-fixed-price, single-award type, with a performance period of up to five years. The selected contractor will be responsible for learning the existing NFIP rating methodology, completing updates to a combined rating plan, performing annual rate reviews, and executing one full rate analysis during the contract term. Additionally, the contractor will support modular updates to the rating plan, review and incorporate geospatial datasets, conduct ongoing research and development, assist with product development related to new policy forms, and provide audit and litigation support. The contractor must ensure the safeguarding of Controlled Unclassified Information (CUI) and personally identifiable information (PII), adhering to strict security and privacy requirements, including incident reporting and mandatory training. Key personnel requirements include a Managing Actuary and Senior Actuary with extensive experience in natural catastrophe rating.
    The Department of Homeland Security's Quality Assurance Surveillance Plan (QASP) for the National Flood Insurance Program's Actuarial Consulting Services outlines the government's method for evaluating contractor performance. The QASP ensures contractors meet performance standards through systematic monitoring, defining roles, objectives, and evaluation methodologies. Key performance areas include learning NFIP risk rating, updating rating plans, annual rate reviews, geospatial reviews, research tracking, product development, and transition. Deliverables are inspected for content, completeness, accuracy, and compliance within 20 business days for review and 15 days for contractor revisions. Performance is evaluated against specific objectives, standards, acceptable quality levels, and surveillance methods, with incentives for high performance and disincentives for deficiencies. Monthly reports by the Contracting Officer's Representative (COR) summarize performance, with discrepancy reports issued for unmet requirements, impacting contractor performance records.
    The document,
    Lifecycle
    Title
    Type
    NFIP Actuarial Services
    Currently viewing
    Solicitation
    Similar Opportunities
    FEMA/Federal Insurance Mitigation Administration (FIMA) Reinsurance Broker Services
    Buyer not available
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking qualified vendors to provide Reinsurance Broker Services for the National Flood Insurance Program. The primary objective of this procurement is to secure broker support services that will assist in the management and execution of FEMA's reinsurance program, which is critical for mitigating flood-related risks and ensuring the financial stability of the insurance program. These services are vital for maintaining the effectiveness of the National Flood Insurance Program, which plays a crucial role in disaster recovery and risk management across the United States. Interested parties can reach out to Glen Seipp at glen.seipp@fema.dhs.gov or Karen Sebro at karen.sebro@associates.fema.dhs.gov for further information regarding this opportunity.
    Janitorial services for FEMA Region 2 at Naval Weapons Station Earle (NWSE)
    Buyer not available
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking qualified vendors to provide janitorial services for the FEMA workspace at Naval Weapons Station Earle (NWSE) in Colts Neck, New Jersey. The contract will encompass daily cleaning services, with additional requirements for weekend cleaning during Regional Response Coordination Center activations, and includes a base period from February 2026 to January 2027, with four optional 12-month extensions potentially extending to January 2031. This procurement is critical for maintaining a safe and clean environment for FEMA staff, ensuring compliance with federal, state, and local regulations, and adhering to OSHA standards. Interested small businesses must submit their proposals by December 11, 2025, and are encouraged to attend site visits on December 8 and 10, 2025, with prior registration and security clearance requirements. For further inquiries, contact Kendall Feaster at kendall.feaster@fema.dhs.gov or by phone at 202-288-2189.
    Draft RFP for Advanced Contracting Initiative – Regional Contracts for Debris Management Services
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Rock Island District, is seeking industry partners for the Advanced Contracting Initiative – Regional Contracts for Debris Management Services (ACI-RCDMS). This procurement aims to establish ten Regional Single Award Task Order Contracts (SATOCs) for rapid and comprehensive debris removal services across the United States and its territories, supporting FEMA and federal disaster response efforts under the Stafford Act. The contracts, valued at an estimated $37 billion over a five-year period, are crucial for managing debris following natural and man-made disasters, ensuring public safety and infrastructure restoration. Interested parties must submit feedback on the draft solicitation by 2:00 PM on December 12, 2025, and can direct inquiries to Christopher McCabe or Brunson Grothus via their provided email addresses.
    National Fallen Firefighter Memorial
    Buyer not available
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), intends to negotiate a sole source contract with the National Fallen Firefighters Foundation (NFFF) for the management of the National Fallen Firefighters Memorial Weekend. The contract aims to procure services that include organizing memorial events, consulting with fire service groups and families, and providing support for survivors of fallen firefighters, ensuring the event is conducted with the honor and dignity it deserves. This annual event, which recognizes the sacrifices of firefighters, is crucial for community support and healing, and the NFFF is uniquely qualified to manage it due to its established relationships and expertise in this area. Interested parties may submit capability statements to the primary contacts, Jane Huwig-Leister and James Suerdieck, by December 13, 2024, at 5:00 p.m. Eastern.
    Sources Sought - Fire Island Inlet to Montauk Point (FIMP) 7a
    Buyer not available
    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.
    National Clinical Vaccination (NCV) Contract Extension
    Buyer not available
    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.
    Logistics Housing Operations Unit Installation, Maintenance, and Deactivation (LogHOUSE) Justification
    Buyer not available
    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.
    JUSTIFICATION AND APPROVAL FOR OTHER THAN FULL AND OPEN COMPETITION - MOBILE HOME PAD LEASES DR-4559-LA & DR-4570-LA
    Buyer not available
    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is seeking to justify and approve contracts for mobile home pad leases related to disaster response efforts in Louisiana (DR-4559-LA & DR-4570-LA). This procurement aims to secure necessary leasing arrangements for non-building facilities to support displaced individuals during recovery operations. The justification for this contract is made publicly available in compliance with federal regulations, emphasizing the importance of timely and effective disaster response capabilities. Interested parties can reach out to Tisha Lee London at tisha.london@fema.dhs.gov or by phone at 202-600-1842 for further details.
    2024 Department of Homeland Security (DHS) Directorate of Science and Technology (S&T) Long Range Broad Agency Announcement (LRBAA) 24-01
    Buyer not available
    The Department of Homeland Security (DHS) is seeking proposals through its Long Range Broad Agency Announcement (LRBAA) 24-01, aimed at funding scientific and technical projects that enhance homeland security capabilities. This five-year initiative, open until May 31, 2029, focuses on three types of research: near-term component gaps, foundational science, and future needs/emerging threats, covering key mission areas such as Counter Terrorism, Border Security, and Cyberspace Security. The submission process involves a three-step approach: Industry Engagement, Virtual Pitch, and Written Proposal, with eligibility extended to various entities, including small businesses. Interested parties can contact John Whipple at john.whipple@hq.dhs.gov or the LRBAA Program Mailbox at LRBAA.Admin@HQ.DHS.GOV for further information.
    Fiduciary Liability Insurance and Consulting Services
    Buyer not available
    The Department of the Treasury, specifically the Office of the Comptroller of the Currency (OCC), is seeking proposals for Fiduciary Liability Insurance and Consulting Services through Request for Quotation No. 2031JW26Q00011. The OCC requires a qualified specialty lines insurance broker to provide fiduciary liability insurance with a minimum coverage of $10 million, along with errors and omissions coverage for its 401(k) plans, and to deliver expert consulting and training sessions to 401(k) Committee members. This procurement is crucial for ensuring compliance with fiduciary responsibilities and mitigating legal risks associated with the management of retirement plans. Interested parties should note that the solicitation is anticipated to be posted on SAM.gov by November 7, 2025, and can contact Karen A. Green at karen.green@occ.treas.gov for further information. The estimated contract value exceeds $150,000, with a base period from January 1, 2026, to December 31, 2026, and four additional one-year options.