Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 27, 2002 FBO #0056
MODIFICATION

R -- THIRD PARTY BILLING SERVICES

Notice Date
1/25/2002
 
Notice Type
Modification
 
Contracting Office
Attn: Department of Veterans Affairs Medical Center, Contracting Officer, (90C), Building 9, Boston, Massachusetts 02130
 
ZIP Code
02130
 
Solicitation Number
523-68-02
 
Response Due
2/7/2002
 
Point of Contact
Point of Contact - Darlene Rideout, Contract Specialist, (617) 232-9500 ext. 5535, Contracting Officer - Darlene Rideout, Contract Specialist, (617) 232-9500 ext. 5535
 
E-Mail Address
Email your questions to Darlene Rideout
(darlene.rideout@med.va.gov)
 
Description
This modification is issued to correct the synopsis posted 18 Jan 2002 as follows. This is a combined synopsis/solicitation for commercial items prepared in accordance with format in Subpart 12.6 and 13.5 (test program), as supplemented with additional information included in this notice. Award will be made using a combination of FAR Parts 12 and 13. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number RFQ No. 523-68-02 is being issued as a request for quotation (RFQ) which incorporates provisions and clauses though Federal Acquisition Circular 2001-03. THIS SOLICITATION IS A TOTAL HUBZONE SMALL BUSINESS SET-ASIDE. The NAIC code is 524292. Contractor shall quote an all inclusive rate covering direct and indirect costs to process claims in accordance with the information provided herein. Schedules/Price Cost: Line Item #1 Generate estimated 10,000 (including claims tracking) outpatient claims for the Boston Healthcare System, Department of Veterans Affairs, Boston, MA . $_______ per claim. DESCRIPTION OF WORK: Tasks to be performed including authorizing and releasing claims to third party carriers for treatment provided by the three (3) VA medical centers (Boston, West Roxbury and Brockton)included in VISN 1 for outpatient services received and prescriptions filled by the medical center pharmacies. Also includes outpatient satellites. Contractor will check potential claims for appropriate insurance coverage and all claims will be completed in accordance with VA guidelines. Claims which cannot be billed due to no insurance coverage or data validation/compliance issues will be assigned a ?Reason Not Billable? in Claims and Tracking and cancelled in the Integrated Billing Software Package. Patient confidentiality and data base security must be maintained at all times in accordance with VA Guidelines. The cost to Boston Healthcare System will be for each claim authorized and released. There will be no charge for any cancelled or returned claims. The bills will be generated from a remote site but printed and mailed from the Boston Healthcare System. The Boston Healthcare System will furnish access into VISTA systems. Contractor will be required to meet all deadlines set by Boston Healthcare System to ensure all claims are filed within filing time limit. The Boston Healthcare System will provide contractor with a list of all potential claims that should be billed. Work to be completed in the time indicated by Boston Healthcare System. The Government anticipates award of a firm fixed price contract. PERIOD OF PERFORMANCE: On or about 18 February 2002 through 30 Apr 2002. CONTRACTOR'S RESPONSIBILITIES: a. The contractor shall ensure each person performing work under this contract has the appropriate training and/or education. b. Supervision of contractor employees is the responsibility of the contractor. c. Verify applicable education and training, licensure, knowledge and experience appropriate for assigned responsibilities and review of references prior to initial hire. d. Contractor is required to maintain suitable number of employees required to perform the services noted in task order assigned by award of this contract. CONTRACTOR PERSONNEL SECURITY REQUIREMENTS. All contractor employees who require access to the Department of Veterans Affairs? computer systems shall be the subject of a background investigation and must receive a favorable adjudication from the VA Office of Security and Law Enforcement prior to contract performance. This requirement is applicable to all subcontractor personnel requiring the same access. If the investigation is not completed prior to the start date of the contract, the contractor will be responsible for the actions of those individuals they provide to perform work for VA. 1. Position Sensitivity: The position sensitivity has been designated as Low Risk. 2. Background Investigation: The level of background investigation commensurate with the required level of access is National Agency Check with Written Inquiries. 3. Contractor Responsibilities: a. The contractor shall bear the expense of obtaining background investigations. If the investigation is conducted by the Office of Personnel Management (OPM), the contractor shall reimburse VA within 30 days. b. The contractor shall prescreen all personnel requiring access to the computer systems to ensure they maintain a U.S. citizenship and are able to read, write, speak and understand the English language. c. The contractor shall submit or have their employees submit the following required forms to the VA Office of Security and Law Enforcement within 30 days of receipt: (i) Standard Form 85P, Questionnaire for Public Trust Positions (ii) Standard Form 85P-S, Supplemental Questionnaire for Selected Positions (iii) FD 258, U.S. Department of Justice Fingerprint Applicant Chart (iv) VA Form 0710, Authority for Release of Information Form (v) Optional Form 306, Declaration for Federal Employment (vi) Optional Form 612, Optional Application for Federal Employment. d. The contractor, when notified of an unfavorable determination by the Government, shall withdraw the employee from consideration from working under the contract. e. Failure to comply with the contractor personnel security requirements may result in termination of the contract for default. Government Responsibilities: a. The VA Office of Security and Law Enforcement will provide the necessary forms to the contractor or to the contractor?s employees after receiving a list of names and addresses. b. Upon receipt, the VA Office of Security and Law Enforcement will review the completed forms for accuracy and forward the forms to OPM to conduct the background investigation. c. The VA facility will pay for investigations conducted by the Office of Personnel Management (OPM) in advance. In these instances, the contractor will reimburse the VA facility within 30 days. d. The VA Office of Security and Law Enforcement will notify the contracting officer and contractor after adjudicating the results of the background investigations received from OPM. e. The contracting officer will ensure that the contractor provides evidence that investigations have been completed or are in the process of being requested. It should be noted that the estimated cost for the National Agency Check with Written Inquiries when performed by OPM/VA Office of Security and Law Enforcement will be $200.00 per employee. Contractor is reminded that all costs associated with this security issue will be paid by the VA and then charged to the contractor by subtracting the actual cost from the balance due on the first invoice received from the contractor. CLAUSES: The provisions at 52.212-1, Instructions of Offeror -- Commercial Items (Oct 2000) applies to this acquisition. ADDENDUM TO 52.212-1: Contractor must submit three (3) copies of their quote. This procurement is subject to the availability of funds. Clause 52.212-4, Contract Terms and Conditions -- Commercial Items applies to this acquisition. There is an addenda to this clause. Add the following clauses: 52.252-2, Clauses Incorporated by Reference, This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/the address(es): http://www.arnet.gov/far/ or http://www.va.gov/oa&mm/vaar/ (End of Clause); 52.219-3, Notice of Total HUBZone Set-Aside; 852.270-4 Commercial Advertising, 852.237-70 Contractor Responsibilities. 52.212-5, Contract Terms and Conditions required to Implement Statutes or Executive Orders-Commercial (Aug 2000), including clauses incorporated by reference under Section b (1)(2)(5)(7)(11-15) and Section c (1)(2)(4). Quoters are required to submit a completed copy of 852.219-70 Veteran Owned Small Business and 52.212-3, Offerors Representation and Certifications-Commercial Items, ALT III and DUNS number with their quotes. Facsimile quotes and electronic quotes will not be accepted. Dept of Labor Wage Determination 1994-2139, Rev 22, dated 5/31/01, classification Key Entry Operator I (01311) hourly rate is $8.76, plus health and welfare of $2.02 an hour, is applicable. Wage Determination dictates: 2 weeks paid vacation after 1 year of service with a contractor or successor; 3 weeks after 8 years; 4 weeks after 20 years. Length of service includes the whole span of continuous service with the present contractor or successor, wherever employed, and with predecessor contractors in the performance of similar work at the same Federal facility. Holidays: Minimum of ten paid holidays per year: New Year's Day, Martin Luther King Day, Washington?s Birthday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans? Day, Thanksgiving Day, and Christmas Day. (A contractor may substitute for any of the named holidays another day off with pay in accordance with a plan communicated to the employees involved.) The above noted wage determination covers Laurens County, Georgia. If you require a Wage Determination for another county and state submit your request on your company letterhead and include your county and fax to 615-867-5429. All RFQ?s are due on 02-07-02, 2:00 p.m. local time. If mailed submit to address above or if hand carried deliver to: Boston Healthcare System, Acquisition and Materiel Management Service (90C), 150 S. Huntington Ave (Room C10-14), Boston, MA 02130-4893.
 
Web Link
RFP 523-68-02
(http://www.bos.oamm.va.gov/solicitation?number=523-68-02)
 
Record
SN20020127/00018877-020125210106 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(will not be valid after Archive Date)

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