MODIFICATION
R -- R - Comprehensive Review Svcs for Injury Compensation Center (ICC)
- Notice Date
- 7/25/2003
- Notice Type
- Modification
- Contracting Office
- Defense Logistics Agency, Logistics Operations, DLA-DSS Corporate Contracting Office, 8725 John J. Kingman Road Suite 0119, Fort Belvoir, VA, 22060-6220
- ZIP Code
- 22060-6220
- Solicitation Number
- SP4700-03-T-0025
- Response Due
- 8/5/2003
- Archive Date
- 8/20/2003
- Point of Contact
- Jackie Craft, Contract Specialist, Phone (703)767-1139, Fax (703)767-1183,
- E-Mail Address
-
jackie.craft@dla.mil
- Small Business Set-Aside
- Total Small Business
- Description
- This is Amendment 1 to above solicitation, adding Questions and Answers QUESTIONS ON WORKERS COMP SOLICITATION SP4700-03-T-0025 Q1: Is it DLAs desire that an audit be performed to include those items listed in the SOW with a plan for disposition, or does DLA want the contractor to perform those tasks identified in the plan for disposition? A1: Yes, it is DLA's desire that full audit/case management be performed to closure with action taken to identify a plan for disposition of cases that may take longer than the length of the contract. Q2: Does the SOW encompass the "pre-existing 3,500 cases", the most recent 1,000 claims, new arisings or a combination of all of these? A2: Yes, DLA wants the contractor to perform the full range of tasks identified in the SOW, to include audit and full case management. Yes, the work required would include a combination of both pre-existing and new full claims management. Q3: The SOW states that ?the Contractor is not limited to but must work at least 12 hours per week?. Can you be more specific as to the expected workload and the labor hours required per week? A3. The Contract requires but is not limited to at least 12 hours per week. Hours to be worked above 12 per week to be pre-approved by Project Manager. Total contract would be for 448 hours of work. Q4. Will this effort require contractor access to the Agency Query System (AQS) and/or Federal Claim Management System (FCMS)? A4. Access to AQS would be required of the contractor. Q5. We currently utilize DoD liaisons in Jacksonville, FL. in the administration of our current workers compensation program. Will these type of liaisons also be available for this effort? A5. Yes. Liaisons would be utilized from each district area in that we service employees all over the world. FCMS is not used. Q6. Will access to workers compensation conferences, seminars and/or training be allowed? If so, will the costs to attend be reimbursable? A6. No additional funds will be provided for conference/training for the Contractor. Q7. Is it feasible for the entire effort to be performed off-site (contractor?s facility)? A7. While some portion of the work can be accomplished at an off-site facility, (to be determined by the Program Manager) the majority of the work would be accomplished on-site at DLA HQ. Q8. Is this a new effort or is there an incumbent contractor? If an incumbent exists, please provide their name. A8. This is a new contract. Q9 Can you provide a mailing list of those contractors or persons who have shown an interest in this effort? A9: List is not available Q10. Will the ICC and thus the contractor manage all claims at all locations in the US and Overseas? A10. Yes, all DLA activities and activities serviced by DLA. Q11. What is the full-time equivalent estimated level of effort for this project? A11. Unknown Q12. Will travel, review of files, staffing, and development of a early RTW program be required to all DLA sites? A12. Travel not required by Contractor. RTW Program will apply to all serviced locations within DLA. Q13. Will files be evaluated on-site, Apogee Site, or via internet imaged files? A13. All files will be evaluated on site. Q14. Could the assignment be divided between old claims and new claims? A14. Yes, to be determined by Project Manager. Q15. What type of expertise are you requesting? such as Claims Adjusters, Nurse, Vocational Rehabilitation Counselors. A15. Full range Worker?s Compensation knowledge is required. Q16. Are there specific education and credentials you want the contracted staff to hold? A16. No. However, Contractor must possess skills and abilities to perform the full range of workers compensation program duties. Q17. What is the personnel make-up of the current ICC office at Ft. Belvoir? A17. 1 Program Manager, 2 Lead ICPA, 4 ICPA, 2 Assistants, 1 Clerk Q18. Do you want or have a early RTW program with light duty jobs identified? A18. Yes Q19. Do you require direct client contact, in person or via phone, with the injured worker? A19. Could be via phone, computer or in person. Q20. The proposal reads "base period, 6 months: Comprehensive Review Service, to encompass 448 hours. Also required area an additional four (4) option years." Q20a. During this base period, should the contractor be completing a comprehensive review (old claims) to encompass 448 work hours? A20a. Yes Q20b. During this comprehensive review, will the contractor also be processing and monitoring the new claims? A20b. Yes Q20c. Within the 4 year optional time period, how many man hours are estimated and or estimated full-time equivalents? A20c. Not known yet Q21. We understand that this will be a fixed price contract over a 6 month period, covering 448 professional hours. Please confirm. A21. Yes Q22. Can the 448 hours be used by more than one individual working on the contract? A22. Yes, however require one point of contact/responsible person. Q23. Do you have an estimate of the number and type of cases that may be provided to the contractor to review and handle? A23. No, in that there will be review of long term and newly received cases, it is hard to determine at this time. Q24. Can the contractor enter the cases into its own case management system or must it enter into DLA's system? Does DLA have an automated system, and if so, what kind? WIll the contractor be given access to that system? A24. DLA utilizes DOD's/DOL's case management programs (DIUCS, AQS). Access for the Contractor will be obtained. Q25. It is understood that not all work would have to be completed at the government site. What kind of work would have to be carried out at the site? Is it contemplated that the contractor could pick up case files from the DLA Center and transport them to the contractor site for review/activities and then return the file to DLA at an appropriate time? A25. Not all work will have to be performed at the site, however, Project Manager will make determination as to work that can be performed away from the DLA facility. No additional questions will be entertained.
- Place of Performance
- Address: Defense Logistics Agency HQ, 8725 John J. Kingman Road, Fort Belvoir VA
- Zip Code: 22060
- Country: U.S.
- Zip Code: 22060
- Record
- SN00382655-W 20030727/030726115719 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |