SOURCES SOUGHT
D -- World Trade Center Payment Contractor
- Notice Date
- 6/17/2011
- Notice Type
- Sources Sought
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- Department of Health and Human Services, Centers for Medicare & Medicaid Services, Office of Acquisition and Grants Management, 7500 Security Blvd., C2-21-15, Baltimore, Maryland, 21244-1850
- ZIP Code
- 21244-1850
- Solicitation Number
- WTCPC120071
- Archive Date
- 7/16/2011
- Point of Contact
- Edward M. Rutherford, Phone: 4107866648, Theresa - Schultz, Phone: 410-786-8496
- E-Mail Address
-
edward.rutherford@cms.hhs.gov, theresa.schultz@cms.hhs.gov
(edward.rutherford@cms.hhs.gov, theresa.schultz@cms.hhs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Scope: Under the James Zadroga 9/11 Health Compensation Act of 2010 (Pub.L.111-347), hereinafter referred to the World Trade Center (WTC) Act, the Center for Disease Control (CDC) has been authorized to establish Clinical Centers of Excellence (CCEs) to provide health care for first responders to the September 11, 2001 terrorist attacks. The WTC Act requires the CDC to pay claims associated with medical treatment for first responders for a period of five years. The WTC Act also requires that an OPDIV other than CDC process the payments for these services; the Centers for Medicare and Medicaid Services (CMS) has established an interagency agreement with CDC to pay these claims and is seeking a WTC Payment Contractor to effectuate that arrangement. CMS intends to award a four year contract beginning 3/15/12 to a WTC Payment Contractor in order to provide payments to providers for medical services for first responders in accordance with the WTC Act. Due to the urgent and compelling need to begin making payments by July 2011, CMS awarded a one year Justification for Other than Full and Open Competition (JOFOC) contract to a WTC Payment Contractor 5/5/11. CMS is now seeking sources capable of issuing payments to WTC providers beginning May 2012 using an established, tested and approved payment system that complies with CMS IT security and architecture requirements. The WTC Payment Contractor must have established Gentran connectivity with the CMS data center to exchange EFT and check files with the Medicare bank (US Bank) used for this project. The WTC Payment Contractor must have an established point of presence on the CMSnet in order to exchange payment files with the CDC designated contractor using Connect.Direct. The WTC Payment Contractor must also be FISMA and 508 compliant and meet all the security compliance and financial management and liability requirements that are identified in the Medicare Administrative Contractor (MAC) contracts at the time of award. Requirements: The services required under the WTC Payment Contractor SOW are to be provided by a contractor with experience developing/modifying and supporting software, connecting and exchanging files with the CDC contractor through CMSnet, interfacing with the CMS data center, preparing files for payment, sending NACHA standard EFT 820 payment files to the Medicare bank through Gentran or other CMS approved secure network, developing positive pay payment files to make paper check payments to providers, maintaining a Medicare bank account and ensuring proper funds control, accounting for both overpayments and underpayments, reporting to CMS and CDC on payment and funds status, providing customer service to resolve payment problems, and updating recipient payment information. Specifically: • The WTC Payment Contractor shall have an established payment system that is capable of issuing EFT and paper check payments in accordance with the WTC Act on a three payment cycle per month basis to WTC providers beginning May 2012; the payment system shall be a fully tested and approved system that complies with CMS IT security and architecture requirements. • The WTC Payment Contractor shall have a point of presence of CMSnet in order to exchange payment files with the CDC designated contractor using Connect.Direct. • The WTC Payment Contractor shall exchange payment files with the CDC designated contractor using an established XML format. • The WTC Payment Contractor shall exchange Federal Payment Levy Program (FPLP) files with the US Treasury for each of the three payment cycles and withhold tax or non tax debt from payments to affected providers in accordance with Treasury policy and return the withholding to the Treasury at the conclusion of each payment cycle. • The WTC Payment Contractor shall have established Gentran or other CMS approved connectivity with the CMS data center to exchange EFT and check files with the Medicare bank (US Bank) used for this project. • The WTC Payment Contractor shall have established payment relations or other access to payment/banking information for providers in the New York City area. • The WTC Payment Contractor shall have established customer service procedures for resolving payment related problems with health care providers. • The WTC Payment Contractor shall also be FISMA and 508 compliant and meet all the security compliance and financial management and liability requirements that are identified in the MAC contracts at the time of award. • The WTC Payment Contractor shall have experience making payments to health care providers in excess of $1B (the WTC Payment Contractor is expected to make 4 billion dollars in payments over the project period). • The WTC Payment Contractor shall have the ability to obtain a surety bond in an amount up to $10 million. • The WTC Payment Contractor shall have a Government approved accounting system. Interested parties having the capabilities necessary to perform the stated requirements may submit capability statements via email to Edward.Rutherford@cms.hhs.gov. CAPABILITY STATEMENTS MUST DEMONSTRATE THE MINIMUM REQUIREMENTS OUTLINED ABOVE. Please address each in order listed above. Capability Statements shall be limited to 10 pages and shall include any/all teaming arrangements. Capability statements shall also include the following information: a. DUNS # b. Company Name c. Company Address d. Type of Company (i.e., small business, 8(a), woman owned, veteran owned, etc.) as validated via the Central Contractor Registration (CCR). All offerors must register on the CCR located at http://www.ccr.gov/index.asp. e. Company Point of Contact, Phone and Email address f. Point of Contact, Phone and Email address of individuals who can verify the demonstrated capabilities identified in the responses. Responses must be submitted no later than 12:00 PM EST 07/01/2011. They should clearly reflect the respondent's ability to meet the requirements included in this notice. Capability statements will not be returned and will not be accepted after the due date. Respondents will not be notified of the results of the review of their submissions. Information received will be considered solely to make informed decisions regarding a potential small business set-aside.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/HCFA/AGG/WTCPC120071/listing.html)
- Place of Performance
- Address: Contractor's Facility, United States
- Record
- SN02475927-W 20110619/110617234626-b9f208984a7c16e3739b7000344da8b8 (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 |