Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 11, 2010 FBO #3182
SOLICITATION NOTICE

R -- Third party insurance claims processing service for Indian Health Service Oklahoma CIty Area office - 3rd Party Billing

Notice Date
8/9/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541219 — Other Accounting 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
246-10-P-0044
 
Archive Date
9/1/2010
 
Point of Contact
Larry K. Park, Phone: 4059513975
 
E-Mail Address
Larry.Park@ihs.gov
(Larry.Park@ihs.gov)
 
Small Business Set-Aside
N/A
 
Description
Exhibit 7 HIPAA Exhibit 6 Interconnection Security Agreement Exhibit 5 Quality Assurance Surveilance Plan Performance Based Statement of Work Third Party Billing Services Proposal Pricing Schedule This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the FAR 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. The solicitation number is 246-10-P-0044 and issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-29. This requirement is a performance based work statement for non-personal services contract for third party insurance claims processing for the Oklahoma City Area Office of the Indian Health Service. The Government anticipates making multiple awards for firm fixed price Indefinite Deliveries Requirements contract with a one year base period plus four option years. See attachment Performance Base Statement of Work and attachment Schedule for the specific requirements and the contract items numbers and estimated quantities, and units of measure. The government intends to evaluate proposals and make awards without discussions. This procurement is being conducted under Simplified Acquisition procedures pursuant to the authority of FAR Subpart 13.5, Test Program for Certain Commercial Items (10 U.S.C. 2304(g) and 2305 and 41 U.S.C. 253(g) and 253a and 253b), FAR Part 12, Acquisition of Commercial Items (Title VIII of the Federal Acquisition Streamlining Act of 1994 (Public Law 103-355)), FAR 37.104, Personal Services Contracts (Public Law 103-332, Department of the Interior and Related Agencies Appropriation Act, Title II, September 30, 1994, 108 Stat. 2530 as implemented by 25 U.S.C. 1638c) and FAR Subpart 37.6, Performance-Based Contracting. PROVISIONS AND CLAUSES: The following provisions and clauses apply to this acquisition. The FAR provision 52.212-1 Instructions to Offerors Commercial Items. and 52.212-3 Offeror Representations and Certifications Commercial Items are incorporated by reference. Offerors must include a completed copy of provision 52.213-3 Offeror Representations and Certifications Commercial Items. In addition to the information required in 52.212-3 contractors shall provide the following, (1) completed "Temporary Waiver of Character Investigation" and "Declaration for Federal Employment" forms; (2) verification of indemnification. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -Commercial Items (Feb 2008) applies to this acquisition. The following clauses apply 52.203-6, Restriction on Subcontractor Sales to the Government (Sept 2006); 52.219-6, 52.222-3, Convict Labor (June 2003) ; 52.219-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-3, 52.222-50 Combating Trafficking in Persons (Aug 2007) ; 52.232-33, Payment by Electronic Funds transfer-Central Contractor Registration (Oct 2003). The provision at 52.212-2 applies to this acquisition and is provided in full text. FAR 52.212-2 EVALUATION-COMMERCIAL ITEMS (JAN 1999): (a) The Government will award a contract resulting from this solicitation to the responsible offerors whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: price, technical capability and past performance. Technical and past performances, when combined, are equal when compared to price. Technical capability will be evaluated on how well the proposal meets the Government requirements set for in this Request for Proposals. A brief description of technical capability shall be submitted with the proposal. A written plan for continuous quality assurance/improvement process, personnel qualifications, demonstration of capability to meet billing and claims processing, detailed listing of equipment and software that will be used, and written statement of policies/procedures describing confidentiality/privacy/security of protected health information will be submitted with the proposal. Exhibit 6 ISA and Exhibit 7 HIPAA shall be filled out and subitted with the proposal.Past performance shall be evaluated in accordance with the procedures in FAR part 13.106. The proposal shall include the contact name, telephone number and contract number of past or current contracts with Federal, State, local government and private efforts similar to this requirement awarded within the last three years. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The following HHSAR clauses are incorporated by Reference: HHSAR 352.270-13 Tobacco-Free Facilities (Jan 2006), HHSAR 352.270-17 Crime control act of 1990 Reporting Child Abuse (Jan 2006), HHSAR352.270-18 Crime control act of 1990- Requirement for Background Checks (JAN 2006), Business Associate Agreement Clause. An Indian Health Services Interconnection Security Agreement Form and HIPPA Business Associates Agreement Form will be completed by the successful offeror at the time of awards. Contractors must be registered in Central Contractor Registration (CCR) prior to award. If not already registered in CCR, go to WWW.CCR.GOV to register prior to submitting proposal. Proposals are due by 4:00 CST, August 17, 2010, and must be delivered via Federal Express or UPS to the Indian Health Service, Division of Acquisition Management, 701 Market Drive, Oklahoma City, OK 73114 Attn: Larry Park. All responsible sources may submit a proposal which shall be considered by the agency.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-Oklahoma/246-10-P-0044/listing.html)
 
Place of Performance
Address: Indian Health Service, Oklahoma City Aera Office, 701 Market Drive, oklahoma city, Oklahoma, 73114, United States
Zip Code: 73114
 
Record
SN02234180-W 20100811/100809235608-246177b3f49e127c3a4d64a8cb866b6a (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.