|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 10,1999 PSA#2406Department of Veterans Affairs, James A. Haley Veterans Hospital, AMMS
(90C), 13000 Bruce B. Downs Blvd., Tampa, FL 33612 R -- MEDICAL RECORD CODING SERVICES SOL RFQ 673-86-99 DUE 082699 POC
Charlene K. Stiens, 813-972-7655 This is a combined
synopsis/solicitation for commercial items prepared in accordance with
the subparts in Federal Acquisition Regulation 12.6 and Veterans
Administration Acquisition Regulations as supplemented with additional
information included in this notice. This announcement constitutes the
only solicitation; quotations are being requested and a written
solicitation will not be issued. Solicitation number 673-86-99 applies
and is issued as a request for quotation. This solicitation document
and incorporated provisions and clauses are those in effect through
Federal Acquisition Circular 97-12. The Standard Industrial
Classification Code is 7379 and the business size standard is $18
million. PRICING SHALL BE SUBMITTED FOR: 1. Services In Accordance with
(IAW) Statement of Work, 1 LOT. STATEMENT OF WORK: James A. Haley
Veterans Hospital is a 431 bed Level III tertiary care teaching
hospital with a diverse patient mix, serving 350,000 veterans. Provide
three (3) Certified Coders to the James A. Haley Veterans Hospital
(VA), 13000 Bruce B. Downs Blvd., Tampa, Florida 33612, in order to
provide coding and review of coding for patient care in the ambulatory
care setting, specifically, Emergency Room, Ambulatory Surgery Unit,
Endoscopy Suites, and Cardiac Cath Lab. The quotation, if accepted
shall be effective for the period September 1, 1999 or date of award if
subsequent thereto through December 31, 1999. The coders will be
responsible for coding or reviewing the coding on medical records as
designated by the VA. Workload is currently estimated to be 100%
review/coding of medical records in designated clinics (approximately
15,000) and a 10% review of an additional 120,000 (approximately 12,000
records) during the given time frame. Contractor shall provide services
of three coders to work normal working hours 8:00 am 4:30 pm weekdays
excluding Federal Holidays. Each Contract coder shall be responsible
for a minimum of 75 medical records per 8 hours of continuous work or
9 medical records per hour. VA uses the International Classification of
Disease-Ninth-Edition-Clinical modification (ICD-9-CM) Coding System
and Current Procedural Terminology 4th Edition, (CPT-4). Coders must be
currently established as employees of the contract service. Coders will
require expertise of having a minimum of two years of continuous coding
experience with actual continuous coding experience for the last
eighteen months in a comparable facility at a level that meets or
exceeds VA's current population. Contract coders shall have one or more
of the following credentials: Certified Coder (CC), Accredited Records
Technician (ART) or Register Records Administrator (RRA). Upon award
of the contract, the Contractor will provide a roster indicating names
and certifications of coders who will be providing service to the VA.
The VA will provide the Contract coders with 16 hours of computer
orientation training. All contracted staff are required to attend this
mandatory orientation. The VA will provide self study packets to the
Contractor prior to scheduling orientation. The coders will complete
the self-study packets prior to orientation and submit them to the VA.
The Contractor will be responsible to ensure that Contract employees
providing work on this contract are fully trained and completely
competent to perform the required work. The Contractor is required to
maintain records that document competence/performance level of Contract
employees working on this contract in accordance with JCAHO, VHA and
other regulatory body requirements. The Contractor will provide a
current copy of the competence assessment checklist and annual
performance evaluation to the Contracting Officer's Technical
Representative (COTR) for each Contract employee working on this
contract. Contractor will provide and document a general VA orientation
for all Contract employees who are providing work on this contract
before the commencement of work on site. VA will provide the content of
the orientation to the Contractor at the time of contract award.
Documentation of the orientation will be provided to the VA COTR. This
orientation will include the following topics: Fire and safety policy
and procedure -- Infection control policy and procedure -- Emergency
Preparedness/Disaster policy and procedure -- Other Contract employee
will attend an area/program/unit specific orientation meeting before or
during the start up of the commencement of work on site. The VA will
schedule, conduct and document this meeting which will include
discussion of the following area-specific topics: Fire and safety
policy and procedure -- Infection control policy and procedure --
Emergency preparedness/disaster policy and procedure -- Initial
competence assessment -- Area/program/unit specific orientation Other.
The VA will monitor the Contract employees' work to ensure contract
compliance. Not withstanding other contract requirements, upon request
of the Contracting Officer, the Contractor will remove from the work
site, any Contract employee who does not comply with orientation
requirements or meet competency requirements for the work being
performed When changes in Contract personnel are approved in accordance
with the contract, the Contractor must provide evidence of orientation,
the current competency assessment, and current performance evaluation.
The Contractor is required to develop and maintain the following
documents for each Contract employee working on the contract:
credentials and qualifications for the job; a current competence
assessment checklist (an assessment of knowledge, skills, abilities and
behaviors required to perform a job correctly and skillfully; includes
knowledge and skills required to provide care for certain patient
populations as appropriate); a current performance valuation supporting
ability of the Contract employee to successfully perform the work
required in this solicitation; and listing of relevant continuing
education for the last two years. The Contractor will provide current
copies of these records with their offer or upon request, for each
Contract employee working on the contract. The coder must have signed
in and out with the Chief, HIMS in order for the Contractor to be paid.
The Contractor shall provide the VA with a monthly statement of hours
worked by the coders. The statement will be compared to the list kept
by the Chief, HIMS and the number of records coded. The government
intends to make a single award to the responsible offeror whose offer
is the most advantageous to the government considering price and price
related factors. Provision 52.212-2 Evaluation Commercial Items,
applies to this acquisition. Award will be made on the basis of the
lowest evaluated price of quotes meeting or exceeding the acceptability
standards for non-cost (technical) items. The following factors shall
be used to evaluate technical acceptability: Contractor shall
specialize in the technical aspects of abstracting and coding of
medical records. Contractor must be currently providing requested
services of a facility comparable to VA. Interested offerors must
provide three (3) references to include date of performance, agency's
name and telephone numbers with current point contact. Contractor shall
provide employees with credentials and qualifications for the service;
a current competence assessment checklist; current performance
valuation supporting ability of the contract employee to successfully
perform the work required in this solicitation; and list of relevant
continuing education for the last two years. Offerors shall provide all
necessary documentation needed to support technical evaluation of your
offer. Offerors shall provide a completed set of provisions with
quotation found at 52.212-3, Offeror Representations and Certification
Commercial Items. Provisions and clauses found at 52.212-1, 52.212-2,
52.212-4, 52.212-5, 52.217-8, 852.237-70, 852.270-4 also apply.
Current revision of US Dept. of Labor Wage Determination #94-2125 is
applicable. Quotations shall be submitted to the address listed above
or faxed to 813-903-4838 or 813-972-7502 and directed to theattention
of Charlene K. Stiens (90C). The solicitation number 673-86-99 shall be
listed on the outside of your quotation for identification purposes.
Posted 08/06/99 (W-SN364471). (0218) Loren Data Corp. http://www.ld.com (SYN# 0092 19990810\R-0005.SOL)
R - Professional, Administrative and Management Support Services Index Page
|
|