SOLICITATION NOTICE
G -- MEDICAID CONSULTING
- Notice Date
- 10/9/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 923130
— Administration of Human Resource Programs (except Education, Public Health, and Veterans' Affairs Programs)
- Contracting Office
- Department of Veterans Affairs, VA Capitol Network Acquisition Center, Department of Veterans Affairs Capitol Network Acquisition Center, Department of Veterans Affairs;VAMC(688);50 Irving Street NW;Washington DC 20422
- ZIP Code
- 20422
- Solicitation Number
- VA-245-09-RP-0008
- Response Due
- 10/24/2008
- Archive Date
- 11/23/2008
- Point of Contact
- DENISE Q. WILLIAMSCONTRACT SPECIALIST<br />
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Responses reflecting availability of the service as described are requested in the form of a written technical and price proposal. This solicitation is being issued as a request for proposal (RFP). The NAICS code is 923130 (Administration of Human Resource Programs) with no established small business size standard. Statement of Work: (As a result of character limitations, only an excerpt of the Statement of Work (SOW) has been provided. Interested Offerors shall contact Denise Q. Williams via email for copies of the SOW. Telephone requests will NOT be accepted.) The Washington DC Veterans Affairs Medical Center (DC VAMC) has need for services to place uninsured and difficult to place Veterans in skilled nursing facilities through Medicaid eligibility and long-term care planning. All contract work shall be in accordance with the DC Government Department of Health, Code of Maryland Regulations (COMAR), and all other local, state and federal regulations. The Contractor shall assume responsibility for the placement of the Veteran in a nursing home by assisting the Veterans family in applying for Medicaid Assistance. Medicaid Consulting shall, at a minimum, meet the following requirements: 1.) Within 48 hours of receipt of the Social Work Service face sheet, the Contractor shall contact the Veteran, next of kin, or the designated person that is knowledgeable and authorized to act on behalf of the Veteran; 2.) The Contractor shall advise the DC VAMC staff person making the referral that contact has been made or of any difficulties experienced in making contact with the Veteran, next of kin, or the designated person that is knowledgeable and authorized to act on behalf of the Veteran; 3.) Bedside interviews shall be conducted with the Veteran, next of kin, or the designated person that is knowledgeable and authorized to act on behalf of the Veteran in order to establish written consent authorizing the Contractors service; 4.) The Contractor shall expedite the placement of the Veteran in a nursing home and may include home visits when necessary to meet with the next of kin or the designated person that is knowledgeable and authorized to act on behalf of the Veteran and to retrieve documents needed to complete the Medical Assistance application; 5.) The Contractor shall assist with discharge planning and shall coordinate placements with VA contracted nursing homes as well as non-VA contracted facilities; 6.) The Contractor shall complete the initial consultation assessment after which they shall make an appointment with the appropriate Medical Assistance Office; 7.) The Contractor shall prepare the Medical Assistance application, and if needed, shall escort the Veteran, next of kin, or the designated person that is knowledgeable and authorized to act on behalf of the Veteran to the Department of Social Services for a face to face interview; 8.) The Contractor shall provide routine updates on the cases referred. The updates may be verbal or written; 9.) The Contractor shall adhere to all time frames established by the local Departments of Social Services and shall notify the VAMC of any delays resulting in cases pending over Thirty (30) days; 10.) Denied applications or applications not decided on within Thirty (30) days shall be appealed with the Office of Administrative Hearings, with the approval of Social Work Service; 11.) The Contractor shall secure the approval of the Social Work Service prior to working on any guardianship cases. State Reporting/Compliance Requirements: A case is considered closed when the Veteran is discharged from DC VAMC to a skilled nursing facility with a guaranteed funding source secured by the Contractor. At that time, the Contractor may issue an invoice for services rendered. Instructions: In order to be considered responsive, the Offeror's proposal must provide sufficient information to demonstrate the Offeror's corporate capabilities and the approach that will be utilized to fulfill the requirements of Medicaid Assistance. The Offeror shall also address its corporate experience and that of any subcontractor and consultants, emphasizing the extent of their experience relevant to the operation. The Offeror shall identify three (3) contracts/task orders with the Federal Government and/or commercial customers that demonstrate recent and relevant past performance. Recent is defined as within the last three years. Relevant is defined as work similar in complexity and magnitude of the work described in the SOW. Include the following information: Project title, Description of the project, Contract number, Contract amount, Government Agency/Organization and Point of Contact, and phone number/email address. Each reference shall include information that evidences customer satisfaction with products and services provided and demonstrate an Offeror's compliance with a fulfillment of the requirements of previous contracts on both a technical and budgetary basis. The Government may also consider information obtained through other sources. Past performance information will be utilized to determine the quality of the contractor's past performance as it relates to the probability of success of the required effort. Offerors shall submit a Firm Fixed Price per each of the following tasks: 1.) Case Work; and 2.) Complex Cases (includes guardianship and appeals). This shall follow the structure identified in the SOW. Terms and Conditions: This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. FAR 52.212-1, Instructions to Offerors-Commercial (JUN 2008), applies to this acquisition. The following clauses are included as an addendum to FAR 52.212-1: VAAR 852.270-1 Representatives of Contracting Officers (JUN 2008) The contracting officer reserves the right to designate representatives to act for him/her in furnishing technical guidance and advice or generally monitor the work to be performed under this contract. Such designation will be in writing and will define the scope and limitation of the designee's authority. A copy of the designation shall be furnished to the contractor. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications--Commercial Items (JUN 2008). FAR 52.212-4, Contract Terms and Conditions--Commercial Items (FEB 2007), applies to this acquisition. The following clauses are included as an addendum to FAR 52.212-4: FAR 52.204-9 Personal Identity Verification of Contractor Personnel (SEPT 2007), FAR 52.217-8 Option to Extend Services (NOV 1999), FAR 52.227-17 Rights in Data--Special Works (DEC 2007), VAAR 852.203-70 Commercial Advertising (JAN 2008) The bidder or offeror agrees that if a contract is awarded to him/her, as a result of this solicitation, he/she will not advertise the award of the contract in his/her commercial advertising in such a manner as to state or imply that the Department of Veterans Affairs endorses a product, project or commercial line of endeavor; VAAR 852.237-70 Contractor Responsibilities (APR 1984) The contractor shall obtain all necessary licenses and/or permits required to perform this work. He/she shall take all reasonable precautions necessary to protect persons and property from injury or damage during the performance of this contract. He/she shall be responsible for any injury to himself/herself, his/her employees, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by his/her employees fault or negligence, and shall maintain personal liability and property damage insurance having coverage for a limit as required by the laws of the State of [ ]. Further, it is agreed that any negligence of the Government, its officers, agents, servants and employees, shall not be the responsibility of the contractor hereunder with the regard to any claims, loss, damage, injury, and liability resulting there from. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (JUN 2008), applies to this acquisition. Of the additional FAR clauses cited in this clause, the following are applicable: 52.219-6 Notice of Total Small Business Set-Aside (JUNE 2003), 52.219-14 Limitations on Subcontracting (DEC 1996), 52.219.28 Post Award Small Business Program Representation (JUNE 2007), 52.222-19 Child Labor--Cooperation with Authorities and Remedies (AUG 2007), 52.222-21 Prohibition of Segregated Facilities (FEB 1999), 52.222-26 Equal Opportunity (MAR 2007), 52.222-36 Affirmative Action for Workers with Disabilities (JUNE 1998), 52.222-50 Combating Trafficking in Persons (AUG 2007), 52.225-3 Buy American Act--Free Trade Agreements--Israeli Trade Act (AUG 2007), 52.225-13 Restrictions on Certain Foreign Purchases (JUNE 2008), and 52.232-34 Payment by Electronic Funds Transfer--Other than Central Contractor Registration (MAY 1999). To be awarded this contract, the Offeror must be registered in the CCR. CCR information may be found at http://www.ccr.gov. All responsible sources may submit a proposal that, if timely received, shall be considered by the agency. The due date for proposals is October 24, 2008 @ 2:00 PM Local Time. No telephone inquiries will be accepted. The solicitation title AND reference number shall be included in the subject line of ALL correspondence. The mailing address for the Contracting Officer is Veterans Affairs Medical Center, VISN 5 Contract Satellite Office (90C), 50 Irving Street NW, Room 3D-233, Washington, DC 20422, Attn: Denise Q. Williams.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=12a1aa1b1f8fb361ef837b0d4b873d23&tab=core&_cview=1)
- Record
- SN01690545-W 20081011/081009214722-12a1aa1b1f8fb361ef837b0d4b873d23 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |