Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 24, 2011 FBO #3407
SPECIAL NOTICE

Q -- Second RFI for Medical/Dental Consultation and Ancillary Services, USMEPCOM

Notice Date
3/22/2011
 
Notice Type
Special Notice
 
NAICS
621111 — Offices of Physicians (except Mental Health Specialists)
 
Contracting Office
Center for Health Care Contracting, ATTN: MCAA C BLDG 4197, 2107 17TH Street, Fort Sam Houston, TX 78234-5015
 
ZIP Code
78234-5015
 
Solicitation Number
W81K04-11-R-0004
 
Archive Date
6/20/2011
 
Point of Contact
David D. Robledo, 2102215490
 
E-Mail Address
Center for Health Care Contracting
(david.robledo2@amedd.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Medical Command (MEDCOM), Center for Health Care Contracting (CHCC), on behalf of United States Military Entrance Processing Command (USMEPCOM), has developed this Request for Information (RFI) to solicit market research information from industry to assist the Government with analysis of a Government requirement and provide commercial insight on performance-based solutions, best practices, possible contractual arrangements, and potential issues. THIS IS A REQUEST FOR INFORMATION ONLY. It is not a Request for Proposal, a Request for Quotation, an Invitation for Bids, a Solicitation, or an indication the CHCC will contract for the items contained in the RFI. This RFI was previously posted on 27 Jul 2010; however, due to revisions made to the initial requirement, we are re-posting this request. This RFI is part of a Government market research effort to determine the scope of industry capabilities and interest and will be treated as information only. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responses to this RFI are strictly voluntary and the Government will not pay respondents for information provided in response to this RFI. Responses to this RFI will not be returned and respondents will not be notified of the result of the review. If a Solicitation is issued, it will be announced on the Federal Business Opportunities website http://www.fbo.gov at a later date, and all interested parties must respond to that Solicitation announcement separately from any response to this announcement. This RFI does not restrict the Government's acquisition approach on a future Solicitation. The Government's requirement is to obtain a non-personal services contract to establish a qualified medical and dental provider network for the scheduling of specialty physician and dental consultations, diagnostic tests and clinical laboratory services consisting of private civilian medical and dental professionals. The contractor shall be required to establish a network of medical specialists and dental providers for the purpose of scheduling approximately 59,000 consultations per year over 65 Military Entrance Processing Stations (MEPS) in geographicaly dispersed locations throughout the continental United States, Alaska, Hawaii and Puerto Rico. A draft performance work statement (PWS) is attached to this announcement. It is anticipated that any resultant contract(s) that might result from this survey would have a period of performance from 01 October 2011 through 30 September 2012 and will have four option years. The North American Industrial Classification System (NAICS) code is 621111; and the small business size standard is $10.0M. The Government desires that respondents offer their experience and recommendations on the following questions and issues related to the USMEPCOM requirements. We recommend that you first review the draft Performance Work Statement (PWS) so that you may have a better insight on the question below. (1) Are there normally any special terms or conditions or unique contract structure associated with a contract requiring a contractor to establish a network of medical specialists and dental providers and manage the appointment scheduling of referrals for armed forces applicants of this magnitude for these services? (2) Is there a particular CLIN structure that is preferred (i.e. by medical specialty, by geographic location, etc.)? (3) Are their standard commercial rates for these services? Can prices be firm fixed for all 65 MEPS locations? (4) How is malpractice insurance handled in referral networks? Does the contractor maintain an umbrella policy or do individual providers have their own insurance? (5) Do you have a catalog or other published product literature on these services? If so, please provide this information. (6) How familiar are you with HIPAA requirements? (7) Are there any innovative approaches used by your company for these type of services? If so, please explain. (8) What makes your company a market leader for this type of medical staffing service? (9) How relavent is your past performance concerning this requirement? Please give examples with specific contract numbers, dollar values and the magnitude of those similar services currently or previously performed and where they are performed. (10) What is the business size standard of your company (small business, SDB, SDVOSB, Hubzoned, 8a, Large, etc)? If 8a eligible, please provide current status regarding your scheduled graduation date from the 8a program under this NAICS code. (11) What types of performance assessment methods are commonly used by your company and also by the contract holder? (12) Does the Government provide sufficient detailed information in paragraphs 1.2, 1.6, 3.1.1, 3.1.2, 4.4.2, 4.4.4.4, 5.1, 5.8.2, 5.10, 5.11, 5.13, 5.17 of the PWS regarding the Virtual Interactive Processing System (VIPS) to be implemented in October 2013 after the contract has been operation so that a contractor clearly understands this new process and is able to implement this new method of transferring medical records, opinions and diagnosis back to the Government via VIPS If not, please provide comments. Does the PWS contain sufficient direction for a contractor to prepare a pricing proposal that transitions from the traditional method of transferring medical records to the MEPS, then adjusting its price to convert over to transmitting medical records through the VIPS process in the third year of the contract? (13) With the implementation of VIPS, does a contractor see the change from traditional transferring of medical records to the VIPS method as additional costs to the Government or because records will be transferred electronically would there be no difference in cost or possibly a reduction in costs. (PWS paras 1.2, 1.6, 3.1.1, 3.1.2, 4.4.2, 4.4.4.4, 5.1, 5.8.2, 5.10, 5.11, 5.13, 5.17)? (14) Prior to implementing VIPS, the network provider's contractors will be required to obtain a Common Access Card (CAC) in order to use in a Government provided, CAC enabled keyboard so that medical records can be securely transferred to a Government data base. The medical specialist's staff providing the services under this contract will have to physically travel to the nearest Government Pass and ID office to obtain their CAC (A listing of Pass and ID offices will be added on the official solicitation). Does a contractor foresee any problems or additional costs with their network providers performing this requirement (PWS para1.6.4.6 - 1.6.7)? (15) Network Consultants are required to be within a 30 mile radius of a Military Entrance Processing Station (MEPS). Because MEPS locations are geographically dispersed within the continental U.S. and OCONUS locations, based on industry standards, what would be the best way for a competing contractor to provide pricing for their network providers and ancillary services? (i.e., by MEPS location, county, state, regions,composite rates by specialty or some other method) Why? (16) Is 30 days a sufficient amount of time for a contractor to prepare a proposal given the scenario of a full trade-off best value source selection requiring a technical and price proposal and past performance references, considering the Government may also require that offerors provide a letter of commitment with 100% of their proposed network providers? If 30 days is not sufficient, please provide a reasonable timeframe to prepare a proposal. (17) We anticipate the contract will have a 90-day phase-in period so that the contractor may perform all pre-contract functions in order to be ready to begin full performance of the PWS by the contract start date. Is 90 days a sufficient amount of time or should this period be shorter or longer (PWS paras 1.7 & 1.7.1)? Does the PWS address all the efforts that may be entailed in a phase-in period? (18) The contractor's network providers may order ancillary services (i.e.; laboratory and diagnostic testing) as part of completing their diagnosis. How does a contractor anticipate pricing these services? Would a contractor also provide a network of laboratory and testing businesses to cover all of the customary procedures that a specialists listed in Exhibit 1 of the PWS could possibly order and be capable of pre-pricing these services in geographically dispersed locations? Would these laboratory and testing businesses possibly conflict with network provider's normal choice of businesses for these services? If so, would a CLIN to reimburse costs to the network provider work more efficiently? (20) In section 4.4.7 of the PWS, is 7 days a feasible time frame to set-up and complete a consultation with a completed medical report? No more than 10% of consultations will exceed the 7 day timeframe. Is this an achievable limit? (21) Respondents to this RFI should describe their interest and ability to perform the requirements summarized within this notice by submitting a capability statement. (22) Please give us your comments regarding the requirement for the contractor to conduct Criminal History background checks on all network providers. See section 4.8 of the PWS. If this is the responsibility of the contractor will costs be significant? (23) Discuss any concerns, comments or recommendations you may have with the attached draft PWS. Give specific PWS paragraph numbers for reference. Responses should contain Company Name, Address, Point of Contact, Phone Number, Fax Number, CAGE Code, Size of Business pursuant to NAICS code 621111 (size standard $10,000,000) and GSA contract number. Please submit all responses through e-mail to the point of contact identified in the section below. Responses should be formatted as either MS Word (.doc) or Adobe Portable Document Format (.pdf) and should be limited to a maximum of five (5) pages. Proprietary/Competition Sensitive information (appropriately marked) will be protected from disclosure to the greatest extent practical, however it is preferred that respondents do not provide proprietary or otherwise restricted responses. Responses should be submitted to both POCs listed below no later than 3:00 PM CDST, April 05, 2011. No faxes, courier delivered, or telephone inquiries/submissions will be accepted. Center for Health Care Contracting POCs Contract Specialist: David Robledo, 210-221-5490 david.robledo2@amedd.army.mil Contracting Officer: Dora Hernandez, 210-225-4570 dora.hernandez@amedd.army.mil Contracting Office Address: ATTN: MCAA-C-PA USAMEDCOM, Health Care Acquisition Activity Center for Health Care Contracting 2199 Storage Street, Suite 68 Fort Sam Houston, TX 78234-5074 Attachments: 1.Performance Work Statement (PWS) to include Historical Data
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA10/W81K04-11-R-0004/listing.html)
 
Record
SN02406052-W 20110324/110322234058-8b49ce5762a8bb1ea3183551dfd5fdc7 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.