Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 20, 2014 FBO #4471
SOLICITATION NOTICE

Q -- Medical Record Coding Services

Notice Date
2/18/2014
 
Notice Type
Presolicitation
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk Philadelphia Office 700 Robbins Avenue, Building 2B Philadelphia, PA
 
ZIP Code
00000
 
Solicitation Number
N0018914RZ024
 
Response Due
3/24/2014
 
Archive Date
3/24/2014
 
Point of Contact
Allison Miller 215-697-9721 Allison.Miller@navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
The Fleet Logistics Center (FLC), Norfolk, Contracting Department, Philadelphia Division intends to acquire inpatient and outpatient medical record coding services, inpatient and outpatient medical record auditing services, medical records documentation education and training, auditor/trainer services and coding consultant services in support of the Bureau of Medicine and Surgery within the continental United States (CONUS) and outside the continental United States (OCONUS). All of the services are inherently associated with coding and auditing processes. The Department of Health and Human Services has mandated that the healthcare industry transition from International Classification of Disease, 9th edition, Clinical Modification (ICD-9-CM) to International Classification of Disease, 10th edition, Clinical Modification (ICD-10-CM) and ICD-10 Procedure Coding System (PSC) for medical diagnosis and inpatient procedure coding with a compliance date of October 1, 2014. The focus of this contract is to augment Navy Medical Treatment Facility (MTF) resources impacted by the implementation of ICD-10 coding and auditing practices. The ongoing requirement of the contract is improving provider documentation, coding and auditing practices and achieving outcomes such as reduction in claims denials, and relative value of care. It is the Government s intention to solicit for this requirement as a competitive 100% Small Business Set-Aside. The type of contract anticipated is a Non-Personal Services Multiple Award Firm-Fixed Price IDIQ contract. Specific requirements will be awarded via firm-fixed price task orders, which will normally be competed among the selected contractors. Specific locations of work may include: Naval Health Clinic Annapolis; Naval Hospital Bremerton; Naval Hospital Camp Lejeune; Naval Hospital Camp Pendleton; Naval Health Clinic Cherry Point; Naval Health Clinic Corpus Christi; Captain James A. Lovell Federal Health Care Center (formally Naval Hospital Great Lakes); Naval Hospital Guam; Naval Hospital Guantanamo Bay; Naval Health Clinic Hawaii; Naval Hospital Jacksonville; Naval Hospital Lemoore; Naval Hospital Naples; Naval Health Clinic New England; Naval Hospital Oak Harbor; Naval Hospital Okinawa; Naval Health Clinic Patuxent River; Naval Hospital Pensacola; Naval Medical Clinic Quantico; Navy Medicine East Region Portsmouth; Naval Medical Center Portsmouth; Naval Hospital Rota; Naval Medical Center San Diego; Naval Hospital Sigonella; Naval Hospital Twentynine Palms; and Naval Hospital Yokosuka. Services will be performed either remotely from the contractor s facility or onsite within the Medical Treatment Facilities (MTF) as specified in the specific task order. FLC s intent is to issue a Multiple Award Firm-Fixed Price IDIQ contract in accordance with FAR 12 (Acquisition of Commercial Items and FAR 15 (Contracting by Negotiation) procedures. The period of performance is from 01 October 2014 through 30 September 2015 with two one-year option periods ending 30 September 2017, if all options are exercised. A 30 day start-up time for the follow-on requirement will be in place. The follow-on contract will be awarded by 31 August 2014. The solicitation number N00189-14-R-Z024 will be made available electronically upon its release to www.neco.navy.mil. The applicable North American Industry Classification System (NAICS) Code and Size Standard is 518210, Data Processing, Hosting, and Related Services, and $30,000,000.00, respectively. Interested parties are responsible for monitoring the abovementioned website for posting of the solicitation and any amendments issued thereto. The solicitation will include the FAR Clause entitled Option to Extend the Term of the Contract (52.217-9) and Option to Extend Services (52.217-8). In accordance with FAR 17.207(c)(3), the Government will make a determination prior to exercising any option(s) that the exercise of the option(s) is the most advantageous method of fulfilling the Government s requirement, price and other factors considered. Please direct ANY and ALL questions to Allison.Miller@navy.mil ONLY after reading the details in the Solicitation when it is released and becomes available.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/FISCDETPHILA/N0018914RZ024/listing.html)
 
Record
SN03290277-W 20140220/140218234327-5bc13c61c438fd5b606412f2ae65b83d (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.