SOURCES SOUGHT
R -- HHS CPI Channeling/Non-Channeling Services - Package #1
- Notice Date
- 10/26/2012
- Notice Type
- Sources Sought
- NAICS
- 561611
— Investigation 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
- 10262012
- Archive Date
- 11/17/2012
- Point of Contact
- Nathaniel M Dean, Phone: 4107869417
- E-Mail Address
-
Nathaniel.Dean@CMS.hhs.gov
(Nathaniel.Dean@CMS.hhs.gov)
- Small Business Set-Aside
- N/A
- Description
- Draft SOW SOURCES SOUGHT Notice - HHS CPI Channeling/Non-Channeling Services THIS SOURCES SOUGHT NOTICE IS NOT A REQUEST FOR PROPOSAL Department of Health and Human Services, CMS, Centers for Program Integrity Contracting Office Location 7111 Security Boulevard Baltimore, MD 21244 Project Title: Fingerprint-Based Background Checks for Medicare Provider/Supplier Fraud Prevention Contract Performance Location: TBD This is a market research tool being used to determine potential and eligible business firms that are capable of providing services the same or similar to the requirement described herein prior to determining the method of acquisition and issuance of a Request for Proposal. The PSC for this requirement is R499. The NAICS for this requirement is 561611 Investigation Services with a size standard of 12.5 million. All interested businesses are encouraged to respond. The results of this Sources Sought will be utilized to determine if any Small Business Set-aside opportunities exist. All Small Business Set-aside categories will be considered. In addition, this market research tool is being used to identify potential and eligible firms, of all sizes, prior to determining the method of acquisition and issuance of a solicitation. The Government retains the right to procure these services through any means which is in its best interest of the Government to include GSA orders. It is the responsibility of the potential offerors to monitor appropriate internet sites to include FBO, GSA, etc for additional information pertaining to this requirement. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. INTRODUCTION Requirement Overview: The contractor will be required to assist: With the management and collection of fingerprint records on a nationwide basis, to submit fingerprints for background check, to receive criminal history record information (CHRI) furnished by the Federal Bureau of Investigation (FBI) and to store and review the CHRI for CMS. ANTICIPATED PERIOD OF PERFORMANCE One (1) Base Year with four (4) one (1) Year Options REQUIREMENTS See attached Draft (SOW). The anticipated contract type for this effort shall be to the greatest extent possible Firm Fixed Price; however, the Government reserves the right to purchase a portion or the entire requirement via a Cost Reimbursement type contract. The CLIN structure and complete acquisition strategy is still being formed. Labor requirements: As stated in the attached Draft SOW. SUBMITTAL INFORMATION It is requested that interested businesses submit to the contracting office a brief capabilities statement package (no more than 20 pages in length, 12 point font minimum, 1.5 spaced, Times New Roman) demonstrating ability to perform the services listed in the attached Draft SOW. Additionally, in your response include a company profile to include: a. DUNS: b. Company Name c. Company Address d. Current GSA Schedules appropriate to this Sources Sought e. Do you have a Government approved accounting system? If so, please identify the agency that approved the system. f. 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 g. Company Point of Contact, Phone and Email address Teaming Arrangements: All teaming arrangements should also include the above-cited information and certifications for each entity on the proposed team. Teaming arrangements are encouraged. (This profile does not count against "the not to exceed page limit") This documentation must address, at a minimum, the following: (1) Provide the type of work your company has performed in the past in support of same/similar requirement(s). Include information such as contract number, organization supported, indication of whether a prime or subcontractor, contract value, Government point of contact and current telephone number, and a brief description of how the contract referenced relates to the technical services described herein; a. Describe the specific technical skill and experience which your company possesses which will ensure capability to perform the tasks as outlined in the draft statement of work? It is requested that your response be formatted in the same structure as the SOW so as to simplify the review of the submitted documentation. Please focus responses on the areas provided Areas of Focus. (2) Describe experience and capabilities in regards to your company's ability to manage a task of this nature and size. Additionally, it is requested that your company address its personnel capabilities as described in Factor 5 of the areas of focus. (3) Please note that under a Small Business Set-Aside, the small business prime must perform at least 50% of the work themselves in terms of cost of labor resources. Cost of performance includes direct labor costs, overhead that has only direct labor as its base, and the small business' General & Administrative rate multiplied by the labor cost. Provide an explanation of your company's ability/plan to perform at least 50% of the overall effort. In addition to your capabilities statement, please provide the following: Provide comments and questions regarding any restrictive or confusing aspects of the SOW or proposed areas of focus. Additionally, any aspects of the SOW that could be improved, further defined, or made less restrictive to allow for unique and efficient technical approaches. Note: It is our intention to purchase as much of the requirement as FFP as possible so it is imperative that all aspects of the requirement are adequately defined. In this section, also please recommend any best practices which the Government should consider when developing the process for passing the CHRI from the Channeler to the Authorized Recipient (CMS) and the Non Channeler. Based on guidance from FBI CJIS, CMS understands that the Channeler is required to pass the CHRI through the Authorized Recipient (CMS) before it is accessed and stored by a Non Channeler. How is this FBI requirement generally met? (This portion of your response does not count against the page limit; however, questions and recommendations should be limited to an additional 5 pages maximum) The capability statement package shall be sent to Nathaniel Dean, Contract Specialist, Office of Acquisition and Grants Management (OAGM), Centers for Medicaid & Medicare Services (CMS), via EMAIL at Nathaniel.Dean@cms.hhs.gov. All responses must include the following information: Company Name; Company Address; Company Business Size; and Point-of-Contact (POC) name, phone number, fax number, and e-mail address. THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSALS. THIS IS STRICTLY MARKET RESEARCH. THE CENTERS FOR MEDICARE & MEDICAID SERVICES (CMS). CMS WILL NOT ENTERTAIN QUESTIONS REGARDING THIS MARKET RESEARCH. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. Areas of Focus: Finger Print Collection Contract The Factors are the areas of focus that we would like potential offerors to focus their capability statement towards. 1. Factor 1: An offeror must demonstrate Nationwide Fee-For-Service Finger Print Collection Capability a. To be considered as having nationwide capability an offeror shall provide in each of the 50 states and territories the following options for providers: i. FD-258 Card Processing ii. Mobile Collection iii. At least one permanent Location 2. Factor 2: Approved FBI Channler a. Please describe your capability in regards to being or attaining through teaming arrangements FBI approval to be an official Channeler. 3. Factor 3: Sufficient IT capabilities. a. Please describe your capability in regards to securely passing the CHRI through CMS before it is accessed and stored by the offeror. b. Please describe your capability in regards to storing the CHRI data in a system compliant with the FBI Outsourcing Standards for Non-Channelers. c. Please describe your capability in regards to providing a Web interface for CMS User access to the CHRI for up to 40 - 60 users. d. Please describe your capability in regards to demonstrating the ability to exchange data with CMS data system. 4. Factor 4: Corporate Experience a. Please describe your capability in regards to providing staff with relevant experience in providing CHRI disposition / adjudication recommendations. b. Please describe your capability in regards to linking with Government IT systems, meeting Government IT security Requirements, (if possible CMS IT systems), etc. 5. Factor 5: Staff Minimum Qualifications a. Please describe your capability in regards to providing a staff that has either sufficient experience or training to meet the requirements of the channeler as described in the attached SOW. b. Please describe your capability in regards to providing a staff that has either sufficient experience or training to meet the requirements of the non-channeler / Adjudicator as described in the attached SOW. 6. Factor 6: Key Personnel a. Please describe your capability in regards to meeting the key personnel requirements as stated in the SOW.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/HCFA/AGG/10262012/listing.html)
- Record
- SN02920056-W 20121028/121026233845-7555ea35f343677370d86817c73af890 (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 |