SOURCES SOUGHT
R -- Healthcare Benefit Administration Services
- Notice Date
- 1/17/2024 1:27:46 PM
- Notice Type
- Sources Sought
- NAICS
- 524292
— Third Party Administration of Insurance and Pension Funds
- Contracting Office
- FISCAL SERVICE PARKERSBURG WV 26101 USA
- ZIP Code
- 26101
- Solicitation Number
- SS-CNS-24-048
- Response Due
- 1/31/2024 8:00:00 AM
- Archive Date
- 02/15/2024
- Point of Contact
- Procurement EMarshall/BGuinn
- E-Mail Address
-
purchasing@fiscal.treasury.gov
(purchasing@fiscal.treasury.gov)
- Description
- NOTICE DETAILS Sources Sought #: �SS-CNS-24-048 Procurement Type:� Sources Sought Date Posted:� January 17, /2024 Title: Healthcare Benefit Administration Services Classification Code: N/A NAICS Code:� 524292 � Pharmacy Benefit Management and Other Third-Party Administration of Insurance and Pension Funds Is this a Recovery and Reinvestment Act Action?� No Response Date:� January 31, 2024 Primary Point of Contact.:� EMARSHALL / BGUINN purchasing@fiscal.treasury.gov This SOURCES SOUGHT NOTICE is issued by the Bureau of Fiscal Service on behalf of The Corporation for National and Community Service (AmeriCorps) for Healthcare Benefit Administration Services. This announcement is issued for informational and planning purposes only. This SOURCES SOUGHT NOTICE Request for is NOT a Request for Proposals (RFP) and is not to be construed as a commitment by the Government to issue a solicitation or ultimately to award a contract on the basis of this SOURCES SOUGHT NOTICE or otherwise pay for the information solicited. Responses to the SOURCES SOUGHT will not serve as proposals, bids, or offers, which could be accepted by the Government to form a binding contract. The Bureau of the Fiscal Service (Fiscal Service) on behalf of The Corporation for National and Community Service (AmeriCorps) is conducting market research to identify vendors who are capable and interested in providing Healthcare Benefit Administration Services, as outlined in the attached Draft Performance Work Statement. All size categories of businesses including those qualified for set asides are encouraged to respond. Interested vendors shall provide no more than a 7-page capability statement that includes: Contact information, Socio Economic status under NAICS Code 524292 Whether your services are available through an existing Government contract vehicle (i.e. GSA contract - please provide the contract number) or on the Open Market. Brief information on capabilities of your organization and key personnel to perform the Services described in the attached Draft Performance Work Statement (PWS). The Scope of the contract can be found starting on page 5 (Section 1.4) of the PWS. Key Personnel requirements can be found starting on page 9 (Section 1.17) of the PWS. Refer to the entire PWS for full details. Does your company have sufficient financing to pay for medical claims for up to 7500 members while continuing to process medical claims and waiting for reimbursement from AmeriCorps? Questions and Feedback on the draft performance work statement that can enhance the solicitation if and when it�s issued. � Responses submitted will also assist the Government in its market research to determine the availability of commercial sources and the acquisition strategy in terms of small business set-aside requirements.� In order for Fiscal Service to assess small business set-aside possibilities, interested parties shall also identify their socio economic status(es) based on the following in their capability statement: 1) small business; 2) 8(a) business; 3) HUBZone small business; 4) small disadvantaged business; 5) woman-owned small business; 6) economic disadvantage women-owned small business; 7) veteran-owned small business; 8) service-disabled veteran-owned small business, or 9) large business. Interested and capable vendors shall submit responses by the due date listed herein to: purchasing@fiscal.treasury.gov� referencing ""Response to Healthcare Benefit Administration Services �Attn: EMARSHALL/BGUINN"" in the subject line. All electronic materials and attachments submitted shall be formatted in accordance with the Bureau of the Fiscal Service�s Security Requirements.� The following file extensions are not allowable and application materials/data submitted with these extensions cannot be opened:� .bat, .cmd, .com, .exe, .pif, .rar, .scr, .vbs, .hta, .cpl, html, mhtml, and .zip files The Government does not allow 3rd party messaging systems/secure mail. Microsoft Office non-macro enabled compatible documents are acceptable.� If the interested vendor determines that other formats are necessary, it is the interested vendor�s responsibility to verify with Fiscal Service that those formats are acceptable.� No pricing or technical approach is being requested or will be considered at this time. This is only a request for SOURCES SOUGHT for determining an acquisition strategy and for gathering feedback from interested vendors for considering changes/additions to the draft requirement. No other information regarding this Sources Sought Notice will be provided at this time. This notice does not restrict the Government to an ultimate acquisition approach.� All firms responding to this notice are advised that their response is not an offer that will be considered for contract award.� All interested parties will be required to respond to any resultant solicitation separately from their response to this notice. NO SOLICITATION IS AVAILABLE.� A request for more information, or a copy of the solicitation, will not be considered an affirmative response to this Notice. Telephone responses to, or inquiries about, this Notice will NOT be accepted. Interested Vendors may register at https://sam.gov/content/opportunities �to receive notifications when information is posted related to this requirement, such as when amendments are available for viewing and/or downloading. Please note that the SAM.gov provides the notification service as a convenience and does not guarantee that all persons on the mailing list will receive notifications. Therefore, we recommend that you monitor the SAM.gov site for all information relevant to desired acquisitions. Place of Contract Performance: The Contractor will perform work remotely from any location within the United States of America and its territories. The Government will not provide on-site space to perform the work. At present, Microsoft Teams and Zoom are the approved collaborative VTC/Desktop/ Application sharing tools.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/54c486e5e1a846848d054894ca32dab2/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06937692-F 20240119/240117230045 (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 |