SOLICITATION NOTICE
B -- Revenue Analyst
- Notice Date
- 9/22/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- Department of Veterans Affairs;VA Boston Healthcare System;Contracting Officer (90C);940 Belmont Street;Brockton MA 02301
- ZIP Code
- 02301
- Solicitation Number
- VA24110RQ0728
- Response Due
- 9/27/2010
- Archive Date
- 10/7/2010
- Point of Contact
- Craig Toland
- E-Mail Address
-
on,
- Small Business Set-Aside
- N/A
- Description
- Solicitation Number: VA-241-10-RQ-0728 Notice Type: Combined Synopsis/Solicitation Synopsis: This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in subpart 12.6, in conjunction with the policies and procedures for solicitation, evaluation, and award as prescribed under FAR 13.1, and 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. (ii) The solicitation number is VA-241-10-RQ-0728 and is issued as a Request For Quotation (RFQ) (iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-43, August 2, 2010. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at http://www.arnet.gov/far (FAR) and http://vaww.appc1.va.gov/oamm/vaar (VAAR) (iv) This solicitation is issued as other than full and open competition in accordance with 6.302-1, only one responsible source, Julie Lister. The North American Industry Classification System (NAICS) code is 541611, and the size standard is $7.0 million annual revenue. (v) This requirement consists of two (2) line items: CLIN (1) Estimated 480 hours for performance of work detailed in the Statement of Work for 10/1/2010-12/31/10 CLIN (2) Travel reimbursement as detailed in the Statement of Work, NTE $2000 (vi) The following STATEMENT OF WORK is a detailed description of the requirements for this solicitation: Perform a complete revenue analysis. This will encompass reviewing the following: Review the charge master charges findings and compare our current revenue goals to our actual potential. Review our losses from the charge master decreases that occurred in fiscal year 10 in comparison to fiscal year 09 Develop reporting capabilities to address issues promptly in the revenue cycle. Investigate linkage issues between coding and billing especially with regards to how codes are placed on the bill. Develop clearly defined processes in denials management. Develop a process improvement to address documentation issues to address inadequate physician documentation. Develop a reporting system to identify issues with quality and compliance with third party payers-track and trend these results. E ngage a lean value mapping strategy for the complete revenue cycle to address waste and future potential for recovery. Review and analyze our reimbursement from third party payers to determine if it is equal to what other medical centers receive in the same zip codes as our facility. Review and analyze our current reimbursement from third party payers to determine if it is in compliance with our current agreements. Drill down into our percentage of collections over billings. Determine the cause as to why our percentage is so low. Develop an action plan to increase our percentage. Develop a reimbursement agreement with Blue Cross Blue Shield and other payers that will provide the VA with better reimbursement for services rendered. Additionally, travel costs Which are estimated to be as follows: airfare; room with government rate is $94 per night and car rental is $30 per day. Estimated two trips per three month period for one week (vii) Delivery FOB Destination to VA Medical Center, White River Junction, VT (viii) 52.212-1 Instructions to Offerors - commercial Items, apply to this solicitation with the following addenda, VAAR 852.237-70 Contractor Responsibilities; VAAR 852.270-1 Representatives of Contracting Officers. (ix) 52.212-2, Evaluation - Commercial Items: FAR provision 52.212-2 applies to this solicitation. The Government will award a contract resulting from this solicitation to the responsible offeror 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: (i)Technical capability, knowledge, and experience to meet the Government requirement (ii)Price (iii)Past Performance All evaluation factors other than cost or price, when combined, are significantly more important than cost or price (x) 52.212-3 Offeror Representations and Certifications - Commercial Items- Offeror's are to include a COMPLETED COPY OF PROVISION 52.212-3 WITH THE QUOTE, a copy of the provision may be attained from http://www.arnet.gov/far; (xi) 52.212-4 Contract Terms and Conditions - Commercial Items: apply to this solicitation with the following addenda; FAR 52.217-8 Option to Extend Services; FAR 52.217-9, Option to Extend the Term of the Contract; FAR 52.232-18, Availability of Funds; FAR 52.232-19 Availability of Funds for the Next Fiscal Year, VAAR 852.203-70 Commercial Advertising; VAAR 852.237-70, Contractor Responsibilities; VAAR 852.237-76 Electronic Invoice Submission. (xii) 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; The following FAR clauses identified at paragraph b of FAR 52.212.5 are considered checked and are applicable to this acquisition: 52.219-4, 52.219-8,52.219-28, 52.219-3, 52.222-19, 52.222.21, 52.222-26, 52.222.35, 52.222-36,52.222-37, 52.222-39, 52.222-41, 52.225-1, 52.232-34, 52.222-44 (xiii) Quality Assurance Plan and Quality Assurance Worksheet shall be attached to the awarded contract. (xiv) The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition (xv) RESPONSES ARE DUE MONDAY, September 27, 2010, by 12:00 p.m. eastern standard time (est). (xvi) Electronic offers will be accepted; submit quotation to “ Craig Toland, VA Boston Contracting Office, 940 Belmont Street, Brockton, Ma 02301, FAX 774-826-3347, or e-mail craig.toland@VA.Gov (xvii) Contact information Contracting Office Address: Department of Veterans Affairs VA Boston Healthcare System 940 Belmont Street Brockton, Ma 02301 Place of Performance: VAMC Jamaica Plain 150 S. Huntington Ave Boston, MA 02130
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BoVAMC/VAMCCO80220/VA24110RQ0728/listing.html)
- Place of Performance
- Address: VAMC Boston;150 S. Huntington Ave;Boston, MA
- Zip Code: 02130
- Zip Code: 02130
- Record
- SN02293205-W 20100924/100923000114-c042e710daa9a85f486a0df0fda6adfe (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 |