SOURCES SOUGHT
D -- Army Billing and Collection Utilization Solution (ABACUS)
- Notice Date
- 7/9/2012
- Notice Type
- Sources Sought
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Center for Health Care Contracting, ATTN: MCAA C BLDG 4197, 2199 Storage Street, Suite 68, Fort Sam Houston, TX 78234-5074
- ZIP Code
- 78234-5074
- Solicitation Number
- W81K04-12-R-0050
- Response Due
- 7/20/2012
- Archive Date
- 9/18/2012
- Point of Contact
- Sarah Davis, 210-381-7474
- E-Mail Address
-
Center for Health Care Contracting
(sarah.davis10@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Request for Information: Army Billing and Collection Utilization Solution THE PURPOSE OF THIS RFI IS SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE SOLICITATION. The solicitation number shown is used for posting purposes only and may or may not be used as the final solicitation number. The Department of the Army, Center for Health Care Contracting, Information Technology Branch (CHCC-IT) requests your response to this Request for Information ("RFI") for the Department of Army Medical Command Uniform Business Office software as a service that provides a web-based solution designed to support the Army medical billing, collections, reporting and utilization services at multiple locations. This system will be called the Army Billing and Collection Utilization Solution (ABACUS). This request for information is in support of a market survey being conducted by CHCC-IT to determine commercial and industry capabilities qualified sources capable of providing the ABACUS requirement and to solicit comments on the draft Performance Work Statement. The Product Service Code is D305 - IT and Telecom - Teleprocessing, Timeshare and Cloud Computing. The North American Industry Classification System Code is 541519 Other Computer Related Services. The small business size standard is $25 Million. Purpose of the contract: The Army Medical Command is contemplating acquiring Software as a Service as defined by the NIST Definition of Cloud Computing Special Publication 800-145, Recommendations of the National Institute of Standards and Technology as: Software as a Service (SaaS). The capability provided to the consumer is to use the provider's application running on a cloud infrastructure. (A cloud infrastructure is the collection of hardware and software that enables the five essential characteristics of cloud computing. The cloud infrastructure can be viewed as containing both a physical layer and an abstraction layer. The physical layer consists of the hardware resources that are necessary to support the cloud services being provided, and typically includes server, storage and network components. The abstraction layer consists of the software deployed across the physical layer, which manifests the essential cloud characteristics. Conceptually the abstraction layer sits above the physical layer). The applications are accessible from various client devices through either a thin client interface, such as a web browser (e.g., web-based email), or a program interface. The consumer does not manage or control the underlying cloud infrastructure including network, servers, operating systems, storage, or even individual application capabilities with the possible exception of limited user-specific application configuration settings. The purpose of the contract is to provide the Army Medical Command with medical billing collections, reporting and utilization services for their multiple locations. Scope or mission of the contract: The contractor shall provide SaaS solution entirely hosted and provided by the contractor.. This SaaS shall interface with the existing DoD CHCS and shall, in the future; interface with a DoD provided medical data repository, Central Billing Events Repository (CBER). The SaaS shall produce bills, claims, and/or invoices for medical and dental services provided to patients receiving direct healthcare in the Army's MTFs. The SaaS shall also produce detailed reports for each of the UBO medical billing sub-programs. The SaaS solution shall include a healthcare industry standard accounts receivable management tool that shall allow the government to assign, track, and report status, to include disputed claims for further review and processing. The solution shall provide electronic clearing house services to transmit claims to insurance companies and receive Health Insurance Portability and Accountability Act (HIPAA) standard responses. The solution shall discover valid Other Health Insurance (OHI) information for patients existing in the database without insurance. The solution shall back-up data daily, archive data on closed claims older than 3 fiscal years, and shall not be destroyed sooner than 7 fiscal years. The contractor shall migrate data existing in TPOCS that is less than 7 calendar years old from the date of closing or with an open status no later than 30 Sep 2014. The contractor shall provide for automated and manual posting to accounts and shall allow the government to implement and assign roles, responsibilities, and business rules. The contractor shall have a training database for testing of business rules and other processes in a testing environment. In addition, the contractor shall provide help desk support, training and maintenance services in accordance with paragraph 5 of the PWS. The contractor shall coordinate any system downtime with the government in advance of any outage. The contractor shall not remove any features without prior notification to and approval by the government. The billing and collection system, its business rules and methodologies shall constitute a Government billing system and, as such, shall be available for pre-approval and periodic review by Government auditors and examiners. Access to the system by contractor personnel shall be subject to Government review and oversight. Place and period of performance: Performance shall be at the contractor's site. The contract is anticipated to have a one (1) year base period with four (4) option years. Background: The Department of Defense (DoD) announced that central funding for continued enhancements to TPOCS would no longer be supported. Specifically, TPOCS would not be upgraded for International Classification of Diseases, Tenth Revision (ICD-10), Clinical Modification, which is a Centers for Medicare and Medicaid Services (CMS) requirement. TPOCS is scheduled to cease receiving data on 01 Oct 2013, which coincides with the implementation of ICD-10. TPOCS will be decommissioned on 01 Oct 2014. DoD Medical Treatment Facilities (MTFs) have three medical billing sub-programs that fall under the Uniform Business Office (UBO). The Third Party Collection (TPC) Program bills insurance companies (other than TRICARE and Medicare/Medicaid) for medical and dental services provided to non-Active Duty DoD Beneficiaries. The Medical Services Account (MSA) Program bills insurance companies, patients and other federal agencies for medical and dental services provided to DoD Beneficiaries, non-DoD Beneficiaries and other government employees. The Medical Affirmative Claims (MAC) Program bills insurance companies, individuals, auto policies, home owners' policies, etc, as tort-feasors, for costs of medical and dental services provided to DoD Beneficiaries as a result of illness or injury incurred due to negligence or civil wrong doing. DoD MTFs currently use the MSA module within the CHCS to perform these tasks for TPC Inpatient Billing and MSA Billing; the Third Party Outpatient Collection System (TPOCS) for TPC Outpatient Billing; and manual processes for MAC Billing. Information: Any information provided in response to this Request for Information will be used for informational purposes only and will not be released. Any proprietary information submitted will be protected. Responses to this Request for Information are not offers and cannot be accepted by the Government to form a binding contract. Vendor participation in this response or any informational session is not a promise of future business with CHCC-IT. Attachment 1 is the DRAFT Performance Work Statement. Please provide any comments you have on this DRAFT document. Of particular interest is any specification or requirement that may preclude you from bidding on the forthcoming Solicitation. CHCC-IT does not represent that any specific comment or suggestion made by you will be incorporated into the final Performance Work Statement. CHCC-IT is gathering your comments and suggestions for review, but ultimately a decision regarding the requirements contained in the final Performance Work Statement is held strictly within the discretion of CHCC-IT. Attachment 2 is an excel document that contains three tabs of questions. The questions are categorized as Functional, Non-Functional and Business Info. Please provide responses to these questions by filling out the enclosed document and returning with any comments you may have on the draft PWS. You are strongly urged to provide comments regarding your capabilities, commercial practices to include security and billing, and whether SaaS can adequately protect HIPPA information, and if not, what acquisition methods would meet our security standards. CHCC-IT requests that you limit your response to the enclosed questionnaire, draft PWS and no more than 25 pages of any other additional information you would like to provide. Do not incorporate product brochures unless you find it necessary to address a specific issue you take with the DRAFT Performance Work Statement. Pursuant to FAR 52.215-3, your attention is required to the following provision: REQUEST FOR INFORMATION OR SOLICITATION FOR PLANNING PURPOSES (OCT 1997) (a) The Government does not intend to award a contract on the basis of this request for information or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation. (b) Although "proposal" and "offeror" are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal. (c) This request for information is issued for the purpose of gathering information regarding the medical billing industry and to request comments on the attached DRAFT Performance Work Statement. Comments received may be used to review and revise the DRAFT Performance Work Statement when developing the final forthcoming Solicitation. Responses must be received no later than 3:00 CST, July 20, 2012. Request for Information responses received after the time and date specified may not be considered in the final Performance Work Statement. All responses, including attachments, and any questions regarding this RFI should be submitted electronically to the following email: Sarah.davis10@us.army.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA10/W81K04-12-R-0050/listing.html)
- Place of Performance
- Address: Center for Health Care Contracting (contractor's location) ATTN: MCAA C BLDG 4197, 2199 Storage Street, Suite 68 Fort Sam Houston TX
- Zip Code: 78234-5074
- Zip Code: 78234-5074
- Record
- SN02797413-W 20120711/120709235230-002f6600884ee1d15a400ec3b69c0268 (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 |