Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 08, 2009 FBO #2781
SOLICITATION NOTICE

R -- Contract Health Service Technician OCAO - Wage Determination - SF 1449

Notice Date
7/6/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561110 — Office Administrative Services
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Oklahoma City Area Office, 701 Market Drive, Oklahoma City, Oklahoma, 73114, United States
 
ZIP Code
73114
 
Solicitation Number
246-09-Q-0034
 
Point of Contact
Jennifer Farris, Phone: 405-951-3893
 
E-Mail Address
jennifer.farris@ihs.gov
(jennifer.farris@ihs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
SF 1449 -- use this to submit quote Wage Determination 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; quotes are being requested and a written solicitation will not be issued. The solicitation is issued as Request for Quotes (RFQ) # 246-09-Q-0034. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-33, effective 06/15/2009. This procurement is a 100% Small Business Buy Indian set-aside under NAICS code 561110 with a standard business size of $7.0M. Contractor shall provide a firm, fixed-price hourly rate (all inclusive) for 2080 hours, August 3, 2009 to August 2, 2010, or one year from date of award. This acquisition may be subject to the Service Contract Act (SCA). Wage Determination No. 2005-2431, Revision No. 8 is attached. DESCRIPTION OF REQUIREMENTS: This position is organizationally located in the Contract Health Services (CHS) Branch, Shawnee Service Unit, in the Oklahoma City Area Office of the Indian Health Service. The function of the CHS Branch is to manage the contract health delivery program which provides health care to American Indian/Alaskan Native patients through outside vendors and contract providers. The purpose of this position is to provide technical, administrative and clerical support to the CHS Branch in the provision of Contract Health Service delivery. Major Duties Initiate medical authorizations to include hospitalization and professional fees for eligible Indian patients. Maintain denial correspondence files assuring that appropriate documentation is included in file. Key enters information for automatic document control commitment registers for the health services funds allotted, which requires accurate accountability and a comprehensive knowledge of fiscal coding procedures. Provide the supervisor informal reports on fund status expenditures on a periodic basis. Contact state agencies and other outside organizations to determine medical eligibility within the service unit jurisdiction. Cross compare proposed authorizations with sources prior to obligating funds for contract health services. Provide CHS orientation to health service vendors, and recipients, as well as service unit personnel, to insure that they possess a good understanding of the program methods, policies, procedures and regulation. Conduct on-site patient interviews to establish eligibility and completes and maintains application for medical care. Verify records of residence for applications by addressing inquiries to a variety of sources. Review incoming invoices to determine if authorizations have been issued and if not, incumbent researches and takes appropriate action. Verify contract health eligibility for Indian patients using CHS regulatory criteria and also determine patient eligibility for third-party alternate resources. Review Fl pend lists and follow up on requirements for service unit action. Participate in CHS Review Committee meetings regarding approval for CHS services. Key data into the CHS/MlS data system for issuing purchase orders, participates with the Health System Specialist in the development of local CHS procedures, guides, compiles and interprets various alternate resource references and guides. Provide support in the development and presentation of the local preliminary and supplemental CHS budget. Answer telephone and written inquiries regarding eligibility requirements, payments, outstanding charges, and other questions concerning the CHS Program. Maintain strict confidentiality in responding to inquiries. Prepare routine correspondence and compile information for periodic special reports. Type material from draft form using word processing automation. Maintain appropriate files and performs other office clerical support work as required. Performs other related duties as assigned. 1.Knowledge required by The Position Knowledge of CHS guidelines. Knowledge of CHS Funds Control. Knowledge of Service Unit programs as they interrelate to Contract Health. Knowledge of office automation equipment and procedures. Knowledge of CHS Funding and basic record maintenance. Understanding of lCD-9-CM and ability to do CPT coding work to appropriate documents. 2. Oversight Work is monitored by the Supervisory Health System Specialist who assigns work in a general manner. The employee executes routine assignments with a considerable degree of independence; most work is reviewed periodically for conformance to established policy and procedure. 3. Guidelines Guides include IHS directives and instructions on Contract Health administration. Service Unit CHS procedures are also utilized. These guides are somewhat general in nature and do not address all situations specifically requiring the incumbent to interpret and use individual judgment in adapting these guides to specific situations. 4. Complexity Work consists of numerous related procedural steps in preparing Contract Health Services authorization documents. This includes determining eligibility, availability of services and funds. The incumbent is required to analyze many facets of the operation which increases complexity of the work. 5. Scope and Effect Tile purpose of the Contract Health Services Program is to provide eligible Indian patients with medical care via contracts with outside vendors. Duties such as timely management of CHS authorizations, eligibility determination and funds control have a direct bearing on the ability of the service unit to provide quality patient health care within allocated resources available. 6. Personal Contacts Contacts are with patients, families, service unit staff, Area Office personnel, outside contractors and vendors, and third party alternate resource organizations. 7. Purpose of Contacts Contacts are primarily for exchanging information to determine eligibility for service and for liaison activities with providers and recipients. Contacts are also made for the purpose of orientation and training activities. 8. Physical Demands Work is primarily sedentary with little physical exertion involved. 9. Work Environment Work is normally performed in an office setting. 10. Evaluation Criteria Technical as well as price will be a deciding factor for award of a purchase order. Measurement of possession of the Knowledge, Skills and Abilities (KSA's) will be accomplished through review of the resume; narrative statement related to the KSA's, employment interview and reference check results. An employment interview will be required for the top technical offeror or may be conducted with all quoters. WE WILL NOT CONSIDER YOUR QUOTE FOR AWARD IF YOU FAIL TO RESPOND TO THESE EVALUATION CRITERIA. PLEASE SUBMIT THE FOLLOWING: A. Provide a resume; B. Provide a narrative statement, which fully describes all aspects of your background as they relate to the KSA's outlined below: 1. Skill in the use of office automation software and equipment; 2. Ability to file, organize and retrieve Indian Health Service Contract Health Service information. 3. Ability to communicate both orally and in writing with a variety of individuals to obtain and relay information as it relates to Indian Health Service Contract Health Services; 4. Knowledge of medical terminology. C. Provide 3 letters of reference from past supervisors (phone number and/or address must be current) D. Ability to type 40 wpm. Acceptable Typing Performance Test Results, not more than three years old and in the form of a copy of an Office of Personnel Management Notice of Rating or test certification from any State Employment Office, or Business or Vocation School, American Indian Education Training and Employment Center. Test results without date, signature of official administering test, typing speed, and number of errors cannot be considered, which will result in an ineligible rating. E. Provide a copy of your Buy Indian Certification, Certificate Degree of Indian Blood (CDIB), or Tribal Membership Identification. F. Must be registered in the Central Contractor Registration (CCR) database. CLAUSES INCORPORATED BY FULL TEXT: Please note that due to character limitation in FedBizOpps, full text of the Federal Acquisition Regulation (FAR) and Health and Human Services Acquisition Regulations (HHSAR) can be accessed on the Internet at http://www.farsite.hill.af.mil. The provisions of 52.212-1, Instructions to Offerors-Commercial Items (June 2008), applies to this acquisition. In addition to the information required in FAR 52.212-1, Contractors shall provide the following: (1) resume (2) narrative statement (3) three past performance references to include the contact name and phone number, contract number, company name, brief description of project; (4) Dun and Bradstreet Number (note: Contractors must be registered in the Central Contractor Registration to be eligible for award. This can be done at http://www.ccr.gov) (5) Typing certification (6) Buy Indian Certification, CDIB, or Tribal Membership Identification. The provisions of 52.212-2, Evaluation - Commercial Items (Jan 1999) applies to this acquisition. The Government intends to award five (5) purchase orders resulting from this solicitation to the responsible offerors whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. Companies or individual vendors may submit an offer. The following factors shall be used to evaluate quotes: (1) Price; (2) Qualifications and (3) Past Performance. All factors are equal in importance. Quotes shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items (June 2009) or indicate certifications in ORCA at https://orca.bpn.gov/. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Mar 2009), applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (June 2009) applies to this acquisition. The following FAR and HHSAR clauses apply: 52.204-7 Central Contractor Registration (Apr 2008); 52.204-9 Personal Identity Verification of Contractor Personnel (Sept 2007); 52.219-6 Notice of Total Small Business Set-Aside (June 2003); 52.222-3, Convict Labor (June 2003); 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006); 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006); 52.223-6 Drug-free Workplace (May 2001); 52.224-1 Privacy Act Notification (Apr 1984); 52.224-2 Privacy Act (Apr 1984); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003); 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004); 52.237-1 Site Visit (Apr 1984); 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (Apr 1984); 52.243-1 Changes-Fixed Price Alternative I (Apr 1984); 352.224-70 Confidentiality of Information (January 2006); 352.270-2 Indian Preference (Apr 1984); 352.270-11 Privacy Act (Jan 2006); 352.270-13 Tobacco-free Facilities (Jan 2006). Quotes are due by 4:30 pm CST, July 20, 2009, and must be delivered via Federal Express or UPS to the Indian Health Service, Division of Acquisition Management, 701 Market Drive, Suite 242A, Oklahoma City, OK 73114, Attn: Jennifer Farris. Questions concerning this solicitation may be addressed to Jennifer Farris at 405-951-3893. Contracting Office Address: 701 Market Drive, Suite 242A, Oklahoma City, OK 73114. Place of Performance: Oklahoma City Area Office Oklahoma City, OK 73114 United States Primary Point of Contact: Jennifer Farris, Contract Specialist, jennifer.farris@ihs.gov Phone: (405) 951-3893 Fax: (405) 951-3771.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-Oklahoma/246-09-Q-0034/listing.html)
 
Place of Performance
Address: 701 Market Drive, Oklahoma City, Oklahoma, 73114, United States
Zip Code: 73114
 
Record
SN01866527-W 20090708/090707000528-1882ada852280a84054e2331980e7b4b (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 |
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.