DOCUMENT
R -- International Classification of Diseases, 10th Edition, (ICD 10) Transition Services - Attachment
- Notice Date
- 7/15/2011
- Notice Type
- Attachment
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- Department of Veterans Affairs;Program Contract Activity Central;4141 Rockside Rd, Suite 110;Seven Hills OH 44131
- ZIP Code
- 44131
- Solicitation Number
- VA70111RI0379
- Response Due
- 8/1/2011
- Archive Date
- 8/21/2011
- Point of Contact
- Stefanie R Perry
- E-Mail Address
-
6-3030
- Small Business Set-Aside
- N/A
- Description
- International Classification of Diseases (ICD-10) Transition Services Request for Information VA-701-11-RI- 0379 I. Introduction: This sources sought notice is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs (VA). The VA is currently conducting market research to locate qualified, experienced and interested potential sources. Responses will not be considered as proposals, nor will any award be incurred by interested parties in responding to this sources sought announcement. The Veterans Health Administration (VHA) is seeking interested sources (contractors) for a near-future solicitation and procurement for International Classification of Diseases, 10th Edition, (ICD-10) Procedure Coding System/Clinical Modification (PCS/CM) implementation support services. At this time, no solicitation exists. Therefore, DO NOT REQUEST A COPY OF THE SOLICITATION. This nationwide effort will include provisions at 153 medical centers, seven (7) CPACs, and other offices providing centralized services. II. Background: The compliance date for implementation for ICD-10 is October 1, 2013. ICD-10 will replace the ICD-9-CM diagnosis code set in all health care settings for diagnosis reporting with dates of service, or dates of discharge for inpatients, that occur on or after October 1, 2013. VHA utilizes ICD-10 codes for a variety of purposes, such as: clinical studies, performance measurement, workload capture, cost determination, Veterans Equitable Resource Allocation (VERA), classifying morbidity and mortality, indexing of hospital records by disease and operations, data storage and retrieval, and reimbursement. III. Requirements: The VA, potentially in conjunction with other Federal agencies, seeks support for the implementation of ICD-10 for all modes of operations, including but not limited to recording clinical diagnosis and procedures, reporting, reimbursement, and statistical analysis. Depending on the results of Market Research there may be multiple contract actions to meet the objectives identified in this request. The contractor shall address their ability to provide the location and credentials of staff, resources, support an increased volume in work resulting from ICD-10 implementation, and workload backlogs, create and support a functional help desk identified during the transition from ICD-9 to ICD-10 in the following categories: "Coding - analyze and abstract health record data and assign codes used in clinical classification systems based on health record documentation and official coding guidelines. "Revenue - billing and collection process with third-party payers "Claims adjudication - non-VA purchased care processing of payments to community providers "Help Desk for code assignment support - provide guidance based on information provided, written or verbal, for the assignment of codes used in clinical classification systems and official coding guidelines. IV. Submittal Information: Contractors having the skills and capabilities necessary to perform the stated requirements should submit a response of no more than 15 pages in length, single spaced, 12 point font minimum. The Government will not review any other data or attachments that are in excess of the 15 pages. Companies should provide clear and unambiguous evidence to substantiate their capability to fulfill these requirements. Interested parties shall furnish the following minimum information: 1.Company name and address 2.Company point of contact name, telephone number and email address 3.Company business size and status (i.e., Large Business, Small Business, Service-Disabled Veteran Owned Small Business, Women-Owned Small Business, etc.), the number of years in business, affiliate information: parent company, joint venture partners, potential teaming partners 4.If the company holds a Federal Supply Schedule (FSS) Contract, list the GSA Contract Number and relevant SINS 5.Capabilities/Qualifications: A written response providing clear and unambiguous evidence to substantiate the capacity to fulfill this requirement. Description of the capabilities/qualifications/skills your company possesses to perform services described in the scope of work. 6.Past Experience: Brief summary of the company history relative to similar requirements. Offer may provide the following information on a maximum of three similar projects for which the responder was a prime or subcontractor. a.The name, address, and value of each project. b.The Prime Contract Type, Firm Fixed-Price, or Time and Material. c.The name, telephone and address of the owner of each project. d.A description of each project and why it is relevant to this requirement. Include difficulties and successes. e.Your company's role and services provided for each project. 7.What kinds of performance assessment methods are commonly used? 8.What are the common qualifications of the people who are providing these services? It is requested that the above information be provided no later than 8/1/2011 at 1:00PM EST. Responses should be emailed to Stefanie Perry at Stefanie.Perry@va.gov. All email correspondence for this project must reference the RFI Number, Project Identifier and Project Title in the subject line of the email. Example: RFI VA-701-11-RI-0348, ICD-10 Transition Services. DISCLAIMER This notice is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this notice that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ISC/OISC/VA70111RI0379/listing.html)
- Document(s)
- Attachment
- File Name: VA-701-11-RI-0379 VA-701-11-RI-0379.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=219161&FileName=VA-701-11-RI-0379-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=219161&FileName=VA-701-11-RI-0379-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA-701-11-RI-0379 VA-701-11-RI-0379.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=219161&FileName=VA-701-11-RI-0379-000.docx)
- Record
- SN02501120-W 20110717/110716000055-8ad5523193cec2c045364f3a1dc58737 (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 |