Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 08, 2013 FBO #4094
DOCUMENT

R -- Inpatient - Outpatient Recovery Audit - Attachment

Notice Date
2/6/2013
 
Notice Type
Attachment
 
NAICS
524291 — Claims Adjusting
 
Contracting Office
Department of Veterans Affairs;Health Administration Center;3773 Cherry Creek Drive North, Suite 450;Denver CO 80209
 
ZIP Code
80209
 
Solicitation Number
VA74113I0097
 
Response Due
2/13/2013
 
Archive Date
2/23/2013
 
Point of Contact
Jan Bertapelle-Anderson
 
E-Mail Address
8.5158<br
 
Small Business Set-Aside
N/A
 
Description
Agency: Department of Veterans Affairs Office: PC@HAC Notice Type:Posted Date: Sources SoughtFeb 6, 2013 Response Date: Feb 13, 2013 Classification Code: FSS Category 520 9 NAICS Code: 524291, Claims Adjusting Synopsis: THIS IS NOT A SOLICITATION. This is a Request for Information (RFI)/Sources Sought notice issued in accordance with FAR 15.201(e) to conduct market research. This RFI is issued solely for information and planning purposes - it does not constitute a Request for Quote (RFQ) - or a promise to issue a RFQ in the future. This request for information does not commit the Government to contract for any supply or services whatsoever. The Department of Veterans Affairs (VA) is not, at this time, seeking proposals and will not accept unsolicited costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested vendor's expense. Not responding to this RFI does not preclude participation in any future RFQ, if any is issued. Any information submitted by respondents to this RFI is strictly voluntary. All submissions become Government property and will NOT be returned. This announcement is based upon the best information available and is subject to future modification. This RFI is being published on FedBizOpps and e-Buy. Contracting Office Address Department of Veterans Affairs (VA), PCO East, 3773 Cherry Creek Dr. North, Denver, CO, 80209 Point of Contact: Jan Bertapelle-Anderson, Email: Janice.Bertapelle-Anderson@va.gov (Please, no phone calls) Overview: The PC@HAC is looking for a contractor to perform auditing, recovery and reporting services of VA payments made for applicable paid claims related to inpatient and outpatient healthcare programs, under Public Law 108-199. Please review the attached draft Performance Work Statements (PWS) detailing the scope and requirements for the recovery audit services. At this time, two (2) actions are planned. If you have an FSS contract to provide these services, please provide your contract information in your response. The government may choose to set this solicitation aside. Please respond if you can meet these clause requirements if we do so: FAR Part 52.219-14 Limitations on Subcontracting (Nov 2011) (a) This clause does not apply to the unrestricted portion of a partial set-aside. (b) Applicability. This clause applies only to- (1) Contracts that have been set aside or reserved for small business concerns or 8(a) concerns; (2) Part or parts of a multiple-award contract that have been set aside for small business concerns or 8(a) concerns; and (3) Orders set aside for small business or 8(a) concerns under multiple-award contracts as described in 8.405-5 and 16.505(b)(2)(i)(F). (c) By submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract in the case of a contract for- (1) Services (except construction). At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. (2) Supplies (other than procurement from a nonmanufacturer of such supplies). The concern shall perform work for at least 50 percent of the cost of manufacturing the supplies, not including the cost of materials. (3) General construction. The concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees. (4) Construction by special trade contractors. The concern will perform at least 25 percent of the cost of the contract, not including the cost of materials, with its own employees. (End of clause) This is only an overview/summary does not include all requirements to complete Performance Work Statement (PWS). Specific Response Instructions: Please submit your RFI response in accordance with the following: 1) No more than 15 pages (excluding transmittal page). Include the name, email address and phone number of the appropriate representative of your company; 2) Submit your response via email to Janice.Bertapelle-Anderson@va.gov (3) Submit your response by 4:30pm P.M. (MST) on 2-13-13; 4) Mark your response as "Proprietary Information" if the information is considered business sensitive. 5) NO MARKETING MATERIALS ARE ALLOWED AS PART OF THIS RFI. The government will not review any other information or attachments included, that are in excess of the 15 page limit. Information Requested from Industry: In response to the RFI, interested contractors shall submit the following information: 1.Company Information / Socio-Economic Status 1.Provide the company size and POC information. 1.VA has identified the appropriate North American Industry Classification System (NAICS) Code 524291, Claims Adjusting, which has a size standard of $7 Million for this RFI. Please identify and explain any other NAICS codes your company believes would better represent the predominated work included in the attached PWS. Also we have identified 520 9 as the category in FSS. If you feel another SIN would be more appropriate, please identify that. 1.Indicate whether your company, subcontractors, teaming partners, and/or joint ventures have a Federal Socio-Economic Status, e.g., Small Business, Service-Disabled Veteran Owned Small Business, Veteran Owned Small business, Women-Owned Small Business, Disadvantaged Small business, and Hub Zone. If Service Disabled or Veteran Owned Small business, is your company and/or partners registered in VA's VetBiz repository? 1.Background/Past Experience - Provide the following information on a maximum of three similar projects dealing with auditing, recovery and reporting for payments made, preferably for healthcare services. All projects referenced must have been completed within the last three years for which the responder was a prime or subcontractor. 1.The name, address, and value of each project. 1.The Prime Contract Type: Firm Fixed-Price, Cost Reimbursement or Time and Material 1.The name, telephone and address of the owner of each project 1.A description of each project, including difficulties and successes 1.Your company's role and services provided for each project. 1.Capabilities/Qualifications - Overview of proposed solution(s). Include a description of the capabilities/qualification/skills your company possesses for each of the below statements: 1.Assessment of capabilities to perform requirements noted in the RFI. 1.Assessment of the types of changes required to accomplish the goals. 1.Approach to be utilized to develop necessary changes to the systems to meet the organizational goal. 1.Draft schedule to complete necessary changes. 1.Teaming Arrangements - Description of Teaming Partners, Joint Ventures that your company would consider to perform work. 1.Price Information - Provide your commercial price history and rough order of magnitude for the same or similar products/solutions. 1.Other Market Information - Provide any other relative information, this information must be included within the 15 page limitation. 1.Other Federal Experience - Identify the federal contract vehicles 8.Attached are two draft PWS's for the services. DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. 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. Responders are solely responsible for all expenses associated with responding to this RFI.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAHAC741/VAHAC741/VA74113I0097/listing.html)
 
Document(s)
Attachment
 
File Name: VA741-13-I-0097 VA741-13-I-0097_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=609679&FileName=VA741-13-I-0097-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=609679&FileName=VA741-13-I-0097-000.docx

 
File Name: VA741-13-I-0097 Copy of PWS.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=609680&FileName=VA741-13-I-0097-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=609680&FileName=VA741-13-I-0097-001.docx

 
File Name: VA741-13-I-0097 Copy of PWS - Inpatient Only.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=609681&FileName=VA741-13-I-0097-002.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=609681&FileName=VA741-13-I-0097-002.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02980495-W 20130208/130206234054-7431dbb446cf16e90763e9e6b38d36c5 (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.