SOLICITATION NOTICE
H -- Aircraft Insurance Advisory Services - EXIM-12-Q-0044
- Notice Date
- 7/6/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 524298
— All Other Insurance Related Activities
- Contracting Office
- Export - Import Bank of the United States, Office of Contracting Services, Contracting Services, 811 Vermont Avenue, N.W., Washington, District of Columbia, 20571
- ZIP Code
- 20571
- Solicitation Number
- EXIM-12-Q-0044
- Archive Date
- 8/30/2012
- Point of Contact
- Annemarie Spence, Phone: 2025653359, William S Boyd, Phone: 202-565-3338
- E-Mail Address
-
annemarie.spence@exim.gov, william.boyd@exim.gov
(annemarie.spence@exim.gov, william.boyd@exim.gov)
- Small Business Set-Aside
- N/A
- Description
- RFP Statement of Work (SOW) SF-1449 - Solicitation Request for Proposal Letter Pricing Table Pricing Table Pricing Table Pricing Table Pricing Table Instructions to Offerors for Proposal Submission Hourly Rate Table Action Code: S=Synopsis/Solicitation AIRCRAFT INSURANCE ADVISORY SERVICES General Information Document Type: S=Synopsis/Solicitation Solicitation Number: EXIM-12-Q-0044 Posted Date: July 6, 2012 Response Date: August 15, 2012 Archive Date: August 1, 2012 Classification Code: Insurance Advisory Services for Aircraft Transactions Contracting Office Address Export-Import Bank of the United States, Office of Contracting Services, 811 Vermont Avenue, NW, Washington, DC 20571. Description This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.603, as supplemented with additional information included in this notice. This announcement constitutes the solicitation. A copy of the Request for Proposal letter, Statement of Work (SOW) and the Instructions to Offerors for Proposal Submission, Evaluation and Award are attached. The Request for Proposal number is EXIM-12-Q-0044. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-54 dated 11/02/2011. The acquisition size is unrestricted. The contract shall be a fixed price contract. Contractor shall provide all labor, materials, equipment, transportation, travel and supervision necessary to provide the Export-Import Bank with Aviation Insurance Advisory Services as required for the Export-Import Bank of the United States. Contract shall be for a period of one (1) year with four (4) consecutive one year option periods. Work performed shall be in accordance with the attached Request for Proposal Letter, Statement of Work (SOW), and the Instructions to Offerors for Proposal Submission attached herein and made a part hereof. STATEMENT OF WORK (SOW) Background: EXIM Bank has a $35 billion aircraft portfolio consisting of more than 90 airlines and lessors approximately 800 aircrafts located around the world. Historically, EXIM Bank has required each aircraft transaction to obtain and maintain a package of insurance coverage consisting of: (1) all-risk hull; (2) all-risk third party liability; (3) hull - war risk; and (4) third-party liability - war risk. While insurance does remain generally available on the major requirements for all-risk hull and liability, there have been instances where coverage limits have been lowered and certain deductibles have increased. As a result, EXIM Bank requires a Contractor to provide continuing advice regarding EXIM Bank's aviation insurance risk exposure as well as any changes to an airline's insurance coverage, among other tasks described below. NOTE: It is conceivable that one or more firms may have potential Organizational Conflicts of Interest in relation to this requirement; therefore, please note that the requirement to identify and mitigate such conflicts as detailed in Attachment J.5, Section 5. Scope of Work: 1. Provide an assessment of EXIM Bank's current risk exposure, on both an individual airline and a portfolio basis, taking into consideration both regional and sectoral concentrations. Periodically, EXIM Bank will require a written assessment of EXIM Bank's insurance risk with respect to an individual airline. Such assessments shall consider the impact of modifications to or loss of certain insurance coverage, as compared to the original requirements under the loan documents. EXIM Bank may require updates to any assessments on an as needed basis, as well as an annual review of airlines' renewal certificates. 2. The Contractor shall provide related advisory services on an as needed/as requested basis from the Asset Management Department (AMD), as follows: • Provide advice regarding the acceptable levels of insurance protection required in particular markets as well as that necessary at specific airlines. This would include assistance in assessing requests for waivers of coverage limits on renewals or any requested changes to an airline's insurance coverage. • Assist EXIM Bank in understanding the risks presented by limitations on certain coverage's in the aviation insurance market, based upon historical data. • Provide information on conditions in the aviation insurance market to EXIM Bank staff responsible for all aircraft transactions, to the extent deemed necessary by EXIM Bank. These services shall include a review of specific insurance covers and the general availability, pricing and applicability of these insurances for airlines. (Insurance coverage related documents) and provide such assistance as requested in the event of a loss. 3. The Contractor may be called upon to provide the above listed Advisory Services via conference calls as well as face-to-face meetings, as requested by EXIM Bank. EXIM Bank will coordinate the need for such meetings with the Contractor as far in advance as practicable. Any travel associated with providing these services must be approved in advance by the COTR. 4. PERIOD OF PERFORMANCE: Contract shall be for a period of twelve (12) months from the date of award. Contract shall have four (4) consecutive twelve month option periods. FAR PROVISIONS: The following clauses apply to this acquisition: (By Reference): 52.212-1 Instructions to Offerors--Commercial Items (FEB 2012), 52.212-3--Offeror Representations and Certifications--Commercial Items (FEB 2012), 52.212-4--Contract Terms and Conditions--Commercial Items (FEB 2012), 52.212-5--Contract Terms and Conditions required to Implement Statues or Executive Orders (FEB 2012), 52.213-3--Notice to Supplier (APR 1984), 52.252-2--Clauses Incorporated by Reference (Feb 1998), 52.217-8--Option to Extend Services (NOV 1999) and 52.217-9-Option to Extend the Term of the Contract (MAR 2000). This is a BEST VALUE REQUIREMENT; therefore, the Government reserves the right to award this contract to other than the lowest price offer. 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, price and other factors considered. The Government reserves the right to conduct a proposal down select and only hold discussions with the offeror(s) who best meet the solicitation evaluation criteria. Discussions will not be held with any offeror eliminated during the down select period. The Government also reserves the right not to hold discussions with any of the offeror's if the Contracting Officer determines that discussions are not necessary for this requirement. **NOTE: To be eligible for award, all contractors must be registered in the Central Contractor Registration (CCR). A Contractor can contact the CCR by calling 1-888-227-2423 or e-mail at www.ccr.gov. Annual Representations and Certifications (FAR part 4.12) are also required. Prospective contractors shall complete electronic annual representations and certifications in conjunction with CCR at http://orca.bpn. The FAR Clauses web site is http://www.arnet.gov/far. Offers are due by August 15, 2012 by 12:00 P.M. to the Export Import Bank of the US at 811 Vermont Ave NW; Washington DC, 20571. The Request for Proposal (RFP) Letter, Statement of Work (SOW) and Instructions to Offerors for Proposal Submission are attached and made a part hereof. Place of Performance: Washington D.C. Original Point of Contact Annemarie P. Spence, Contracting Officer, Phone: (202) 565-3359 FAX: (202) 565-3527 E-mail: Annemarie.spence@exim.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/XMBANK/OAS/CA/EXIM-12-Q-0044/listing.html)
- Record
- SN02796046-W 20120708/120706234757-1c8c68e75927cb210d62e00876697711 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |