MODIFICATION
Q -- Home Health Care (HHC) Services
- Notice Date
- 7/13/2018
- Notice Type
- Modification/Amendment
- NAICS
- 621610
— Home Health Care Services
- Contracting Office
- Department of Labor, Office of the Assistant Secretary for Administration and Management, Office of Procurement Services, 200 Constitution Avenue, NW, S-4307, Washington, District of Columbia, 20210-0001, United States
- ZIP Code
- 20210-0001
- Solicitation Number
- DOL1638-DEC-18-NAT-0015
- Archive Date
- 8/14/2018
- Point of Contact
- Nashaunte Graham, Phone: 2026937964
- E-Mail Address
-
graham.nashaunte@dol.gov
(graham.nashaunte@dol.gov)
- Small Business Set-Aside
- N/A
- Description
- Background The Division of Energy Employee's Occupational Illness Compensation (DEEOIC) provides benefits authorized by the Energy Employees Occupational Illness Compensation Program Act (EEOICPA). Under the Office of Worker's Compensation Programs (OWCP), the DEEOIC is responsible for the adjudication and administration of claims. The division includes: • Four (4) District Offices that adjudicates claims. These offices are located in Cleveland, Ohio, Denver, Colorado; Jacksonville, Florida; and Seattle, Washington. The principle function of each district office is to review claims to determine eligibility for benefits. • The National Office of the DEEOIC is located in Washington, D.C. This office provides planning, budgeting, performance measures, accountability evaluations, policies and procedures, and central medical bill processing. General Requirements • Develop a tool for recruitment and oversight of Skilled Services including RN and LPN, Certified Nursing Assistants, In-Hospice Care, Physical Therapists, Occupational Therapists, Speech Therapists, Respiratory Therapists, Massage Therapists, and Patient Care Coordinators providing In-Home Health Care services. • Ensure the participating home health care professionals (i.e. skilled nurses, certified nursing assistants, hospice care, physical therapists, occupational therapists, speech therapists, massage therapist, respiratory therapists, and patient coordinators) meet the professional qualifications. • Comply with the applicable provisions of the Privacy Act of 1974 and assure the security and confidentiality of claimant's medical records. • Must be certified by the Centers for Medicare & Medicaid Services (CMS). Disclaimer This Request for Information (RFI) is issued solely for information and does not constitute a solicitation. In accordance with the FAR 15.201(e), RFI's may be used when the Government wants to obtain price, delivery, other market information, and capabilities for planning purposes. Responses to these notices are not offers and cannot be accepted by the Government to form a binding contract. Respondents are solely responsible for all expenses associated with this RFI response. For the purposes of this RFI, the term "vendor" refers to those members of the industry providing a response to this RFI. Payment will not be provided for information obtained in this RFI, nor will it be returned. Respondents will not be notified of the RFI assessment. Introduction and Purpose of the RFI The U.S. Department of Labor (DOL), Office of Workers' Compensation Programs (OWCP) is requesting information from vendors regarding their capability to provide the recruitment and maintenance of health care professionals (i.e. skilled nurses, certified nursing assistants, hospice care, physical therapists, occupational therapists, speech therapists, respiratory therapists, massage therapists, and patient coordinators) for DEEOIC's covered employees. Vendors will be required to be CMS certified. The purpose of this RFI is to gather information that will assist the OWCP in evaluating vendor capability of executing contract in-home health care services nationwide. This RFI will help the OWCP assess whether the marketplace has vendors capable of supplying the required services and whether the vendor is capable of providing trained, professionally-certified and qualified staff to manage these services per the scope of work in the draft Performance Work Statement. The DEEOIC's covered employee may choose to select his/ her own home health care provider or a contract home health care provider. Contract home health care providers are contracted by DEEOIC to perform in home health care services prescribed by DEEOIC's covered employee's treating physician. This RFI does not intend to obligate the OWCP to contract out these services. It is intended solely for the purpose of gathering information. Scope of Work See attached draft Performance Work Statement. Description of Information Requested The OWCP is requesting information from vendors regarding industry practice and vendor capabilities to provide in-home healthcare services to our claimant population located nationwide. 1. Provide company information including: a. Company name and address b. Size of company (number of personnel, total revenue, ownership, parent corporation, etc.) c. Point(s) of contact including name, phone number, address, and email; length of time in business d. Geographic presence e. Core set of services 2. Describe your current capabilities to provide in-home healthcare services nationwide including rural areas (including, but not limited to skilled and unskilled nursing, and various in-home therapy services). 3. Identify conditions or issues requested in the RFI that cannot be met or may interfere with the intention of this project. 4. Provide information on industry-standard performance measures and service-level agreements. 5. Provide any other pertinent information that will assist us in this assessment. All contractors doing business with the Federal Government shall be registered in the Central Contractor Registration (CCR) database. The website for registration is www.ccr.gov. All qualified vendors including small businesses are invited to participate in this Request for Information. How to Respond Responses to this RFI must be no more than twenty-five (25) letter sized (8.5 x 11) pages in length using the standard margins and font. Responses that send sales material will not be assessed. All responses must clearly demonstrate that the respondent has the capabilities, experiences, qualifications and skills to meet the requirements listed in the draft statement of work. Responses consisting of marketing material will not be reviewed. All responses are to be submitted electronically to the DOL contract specialist provided below in Microsoft Word format by 5:00 PM Eastern Standard Time (EST) on July 30, 2018. Hard copy responses will not be accepted. Send the email responses to: Nashaunte Graham at graham.nashaunte@dol.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/OASAM/WashingtonDC/DOL1638-DEC-18-NAT-0015/listing.html)
- Place of Performance
- Address: TBD, United States
- Record
- SN04991144-W 20180715/180713230850-461e6248931a12490e8909a4edd08ef3 (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 |