SOURCES SOUGHT
Q -- Patient Appointing Services (PAS) w/ Clear and Legible Reporting (CLR) - Draft Performance Work Statement
- Notice Date
- 7/24/2018
- Notice Type
- Sources Sought
- NAICS
- 561110
— Office Administrative Services
- Contracting Office
- Department of the Army, U.S. Army Medical Command, Center for Health Care Contracting, ATTN: MCAA C BLDG 4197, 2107 17TH Street, Fort Sam Houston, Texas, 78234-5015
- ZIP Code
- 78234-5015
- Solicitation Number
- W81K04-18-R-PAS
- Archive Date
- 8/22/2018
- Point of Contact
- Joe Watson, Phone: 2102214005
- E-Mail Address
-
joe.e.watson2.civ@mail.mil
(joe.e.watson2.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Puget Sound eMSM Patient Appointing Services (PAS) w Clear and Legible Reporting (CLR) Accountability THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. It is not a Request for Proposal (RFP), a Request for Quotation (RFQ), an Invitation for Bids, or a Solicitation. The U.S. Army Medical Command (MEDCOM), Health Readiness Contracting Office (HRCO) on behalf of MEDCOM is soliciting comments from industry on their commercial insight, performance based solutions, best practices, and potential issues involved with providing Patient Appointing Services (PAS) for the Puget Sound Enhanced Multi-Service Market (eMSM) for Military Treatment Facilities (MTF) which includes Madigan Army Medical Center (MAMC) and subordinate clinics; Naval Hospital Bremerton (NHB) and subordinate branch clinics; Naval Hospital Oak Harbor (NHOH); and 62d Medical Squadron, Joint Base Lewis-McChord. Responses to this RFI are strictly voluntary and considered as information only. 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 results. If a solicitation is issued, it will be announced on the Federal Business Opportunity (FBO) website at a later date, and all interested parties must respond to that solicitation announcement separately from any response to this announcement. This RFI will not restrict the government's acquisition on a future solicitation. The North American Industry Classification System (NAICS) code for this service is 561110-Office Administration Services (Small Business Size Standard-$7.5M). Please review the attached **DRAFT** Performance Work Statement (PWS) before responding to the market research questions as the government desires that respondents offer their experience and recommendations on the following questions and issues related to this requirement. When addressing these items, respondents should consider the size and scope of the requirement described herein. RFI questions: 1. What historical/workload data (i.e., number of beneficiaries, call volume, call duration, etc.) would be helpful in preparing a technical and price proposal? 2. What type of positions (e.g., clerk, receptionist) are typically used to perform these type of services? 3. What are the qualifications (e.g., skills, experience) for employees performing these services? Do you have any concerns with the qualification requirements in the PWS? If so, what are your concerns? 4. How many Full Time Equivalents (FTEs) do you think it will require to perform the tasks within the PWS? 5. Since the government requires that these services be performed at a contractor owned facility much like a centralized call center, including associated costs, what challenges would you face securing a facility? 6. What is an adequate transition period to recruit, hire and train personnel to ensure full performance by the start date (i.e., 30, 60 days)? Does the PWS address all of the efforts that may be entailed in the transition period? If not, provide a list of efforts that are required. 7. What are your quality control procedures and standards? Are the standards in the attached PWS reasonable and acceptable? If not, what are acceptable industry standards? 8. What type of patient appointing services has your company provided to clients (i.e., government and commercial) in the past and how do these services compare to the services in the attached PWS? 9. How many years have your company performed patient appointing services? Provide a list of your clients (i.e., government and commercial), including scope and magnitude of the contract. 10. Does the government have sufficient detailed information in the attached PWS for your company to have a clear understanding of the requirement and be able to perform services in an acceptable manner? If not, explain your concerns. 11. Are there industry pricing arrangements for these types of services? If so, please provide them. 12. Would your company be willing to provide a fixed price arrangement for these services on a monthly basis? If not, what type of pricing arrangement? 13. Do you consider your company a market leader in patient appointing services? If so, please explain. 14. Can you meet our schedule constraints (e.g., transition period)? 15. Are you registered in System for Award Management (SAM)? 16. Please identify the commercial telephony system that you would employ that will provide the performance reports as specified in the PWS. 17. Please describe your automated telephony system's capability and its call center performance measurement and reporting capabilities. 18. Please describe your Interactive Voice Recognition technology, to include voice recognition capabilities. 19. What is the business size standard of your company (i.e. Small Business, SDB, SDVOSB, Large, etc.)? If 8(a) eligible, please provide your current status regarding your scheduled graduation date from the program under this NAICS code. 20. Is 30 days sufficient time for you to prepare and submit a proposal using trade-off source selection procedures (e.g., submittal of technical, past performance, and price proposals)? If not, what is a reasonable time? 21. Discuss any concerns, comments, or recommendations you may have with the attached PWS. Provide specific PWS paragraph numbers for reference. 22. What type of Clear and Legible Report accountability services has your company provided to clients (i.e., government and commercial) in the past and how do these services compare to the services in the attached PWS? 23. How many years have your company performed Clear and Legible Report accountability services? Provide a list of your clients (i.e., government and commercial), including scope and magnitude of the contract. 24. Does the government have sufficient detailed information in the attached PWS for your company to have a clear understanding of the Clear and Legible Report accountability requirement and be able to perform services in an acceptable manner? If not, explain your concerns. Responses should include a capability statement that outlines your capabilities to perform the required services. Include with your capability statement, your company name, mailing address, telephone number, point of contact, small business size standard, government cage code and DUNS number (if available). Proprietary/Competition sensitive information (appropriately marked) will be protected from disclosure to the greatest extent practicable; however, it is preferred that respondents do not provide proprietary or otherwise restricted responses. Telephone inquiries will not be accepted. Responses shall be emailed to Mr. Joe E. Watson @ joe.e.watson2.civ@mail.mil no later than 07 Aug 18 @ 2:00 p.m. Central Standard Time.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA10/W81K04-18-R-PAS/listing.html)
- Place of Performance
- Address: 2199 Storage Street, Suite 68, JBSA-FSH, Texas, 78234, United States
- Zip Code: 78234
- Zip Code: 78234
- Record
- SN05004799-W 20180726/180724231106-c59ae871bda50daf9f22feda1834be4b (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 |