Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 05, 2022 SAM #7461
SOURCES SOUGHT

99 -- Sources Sought Notice: IHS Corrective Action Support- Third Party/Accounts Receivable

Notice Date
5/3/2022 10:40:07 AM
 
Notice Type
Sources Sought
 
Contracting Office
DIVISION OF ACQUISITIONS POLICY HQ ROCKVILLE MD 20857 USA
 
ZIP Code
20857
 
Solicitation Number
IHS-22-SS-Corrective
 
Response Due
5/13/2022 1:00:00 PM
 
Point of Contact
Christopher McGucken, Phone: 2026775373
 
E-Mail Address
Christopher.McGucken@ihs.gov
(Christopher.McGucken@ihs.gov)
 
Description
Sources Sought Notice: IHS Corrective Action Support- Third Party/Accounts Receivable MARKET RESEARCH PURPOSES ONLY NOT A REQUEST FOR PROPOSAL OR SOLICITATION The Indian Health Service (IHS) is conducting market research to support the National Compliance Program (NCP) to obtain contractor support services to provide recommendations, revision of existing documentation and procedures, and development of training materials to improve the processes related to the agency�s Resource and Patient Management System (RPMS). Specifically, those processes related to the Billing and Accounts Receivable modules within RPMS. This is a Sources Sought notice to determine the availability of small businesses and Indian Economic Enterprises capable of supplying the required services. This notice is for planning purposes only, and does not constitute an invitation for Bids, Request for Proposal or Request for Quotation or an indication the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this notice. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. Scope of Work: Respondents to this notice shall have the capabilities to furnish the necessary personnel, materials, services, equipment, facilities, and otherwise do all things necessary for the performance of the work described below. The Indian Health Service (IHS), an agency within the Department of Health and Human Services (HHS) is responsible for providing federal health services to American Indians and Alaska Natives. The provision of health services to members of federally-recognized tribes grew out of the special government-to-government relationship between the federal government and Indian tribes. The IHS is the principal federal health care provider and health advocate for American Indian / Alaska Natives, and its mission is to raise the physical, mental, social, and spiritual health of American Indians and Alaska Natives to the highest level. The IHS provides a comprehensive health service delivery system for approximately 2.2 million American Indians and Alaska Natives who belong to 567 federally recognized tribes across 36 states. Further IHS profile information germane to this SSN can be found at https://www.ihs.gov/newsroom/factsheets/ . In execution of its mission, IHS developed and currently uses a comprehensive integrated government-off-the-shelf (GOTS) health information system-of-systems, the Resource and Patient Management System (RPMS), which supports a broad range of clinical and business functions at IHS Federal, Tribal and Urban (I/T/U) hospitals and clinics across the United States.� RPMS is a distant �cousin� to both the Veterans Health Information Systems and Technology Architecture (VistA) in use at the Veterans Administration, and the Composite Health Care System (CHCS) used in DoD�s Defense Health Administration (DHA), having been derived from the same legacy system and sharing many of the same infrastructure and business applications.� Privileges and access rights within the applications that comprise RPMS are segregated by granting users access to �modules� which grant limited access, based on defined job responsibilities.� The segregation of duties process is documented within RPMS� application documentation; however, the configuration is implemented by the individual Area Offices/Sites. Currently there is no standard process in place to segregate user access to the Billing and Accounts Receivable modules within RPMS. This could allow RPMS users to submit and receive fraudulent payments. The IHS seeks contractor support to improve our practices and prevent fraud, waste and abuse. Specifically, the following task areas are anticipated: The contractor shall perform a gap analysis on existing policy and procedures. The contractor shall provide recommendations for compensating management controls to improve control gaps in separation of duties in the above functions, given the existing staffing challenges (availability) in remote areas. The contractor shall develop procedures to implement compensating controls. The contractor shall develop training materials to educate field staff on new procedures. Capabilities Required: Interested potential sources shall have the following capabilities to be determined as capable: 1. The contractor shall have the capability to perform the work above off-site at contractor facilities. 2. The contractor shall have the capability to provide staffing capable of performing the work as described above. 3. The contractor staff shall have a working knowledge of Standards for Internal Control in the Federal Government (GAO Green Book). Capability Statements: Responses to this sources sought shall unequivocally demonstrate the respondent's capabilities to provide the services above. At a minimum, responses shall include the following: 1. Cover Page: Business name and bio, DUNS number, business address, business website, business size status (i.e., SB, IEE, VOSB, SDVOSB, HUBZone SB, SDB, WOSB, LB), point of contact name, mailing address (if different from business address), phone number and email address. Provide this same information again if responding to provide a service offered by another firm. 2. Relevant Past Performance information inclusive of date of services, description, dollar value, client name, client address, client contact name, client point of contact mailing address (if different from that provided for client), client point of contact phone number, client point of contact email address, and name of company (to include DUNS number and size status) if not the respondent. 3. Descriptive literature, brochures, marketing material, etc. detailing the nature of services the responding firm is regularly engaged in providing. At a minimum, to be considered a potentially capable source this material should include information on the following: Technical Capabilities: i. Ability to perform gap analysis. ii. Ability to provide recommendations to connect with IHS staff to obtain user input, develop solutions, and develop procedures. iii. Ability to provide training materials on developed procedures. Staffing Capabilities: Capability statements submitted in response to this notice shall detail the respondent's ability to have all necessary staff available to perform the work as described above. If applicable, identification of the firm's GSA Schedule contract(s) by Schedule number and SINs that are applicable to this potential requirement are also requested. If a large business, provide if subcontracting opportunities exist for small business concerns. The Government is not responsible for locating or securing any information, not identified in the response. Response Instructions: Interested parties shall respond with capability statements; no larger than 20 pages (not inclusive of the cover letter) via e-mail in PDF or Word format before 4:00 PM Eastern Time on May 13th, 2022 to Christopher.McGucken@ihs.gov In your response, please use ""IHS-22-SS-Corrective"" followed by your organizations name as the subject line. Disclaimer and Important Notes: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre?solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality: No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non?proprietary technical information in any resultant solicitation(s).
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/50122a3d4fb141bfb0e8f1525e161866/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06316283-F 20220505/220503230111 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.