SOURCES SOUGHT
R -- US Air Force Headquarters Pilot Pharmacy Benefits Management Program - DRAFT AF Pilot PBM PWS
- Notice Date
- 4/11/2014
- Notice Type
- Sources Sought
- NAICS
- 524292
— Third Party Administration of Insurance and Pension Funds
- Contracting Office
- Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, Acquisition Division, AFDW/PK, 1500 W. Perimeter RD. Suite 5750, Joint Base Andrews, Maryland, 20762, United States
- ZIP Code
- 20762
- Solicitation Number
- FA7014-14-T-3011
- Archive Date
- 5/10/2014
- Point of Contact
- Challaine Moore, Phone: 2406126137, Sharon M Novak, Phone: 240-612-6204
- E-Mail Address
-
challaine.d.moore.civ@mail.mil, sharon.m.novak.civ@mail.mil
(challaine.d.moore.civ@mail.mil, sharon.m.novak.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- DRAFT AF Pilot PBM PWS 1. This is a Sources Sought for market research purposes only, and is not a Request for Proposal (RFP). A solicitation is not being issued at this time and this notice shall be not be construed as a commitment by the Government to issue a solicitation, nor does it restrict the Government to a particular acquisition approach. 2. The Air Force (AF) is implementing its first AF wide Pilot Pharmacy Benefits Management ( PBM ) Program for Workers' Compensation. This program is supported in principle by the Office of Workers' Compensation Programs, U.S. Department of Labor,(OWCP). 3. The contractor shall be expert, experienced and specialized in federal workers compensation, to support the AF Pilot PBM Program. The pilot PBM Program will be supported in principle by the Office of Workers' Compensation Programs (OWCP), Department of Labor (DOL). The pilot PBM Program will be an AF wide program for AF employees who are injured on the job, require prescription medications, durable medical equipment (DME) (walkers, crutches, canes, splints, muscle stimulators, etc) and ancillary services (Magnetic Resonance Imaging (MRI), Computerized Tomography Scans (CT), X-Rays, Electromyogram (EMG), Nerve Conduction Velocity (NCV), and other related tests. The function of the PBM is to provide a more efficient way for employees who are injured on the job to obtain the services they need, eliminate any out-of-pocket expenses and the need to save receipts or file reimbursement forms, and provide a convenient mail order option. There are two groups of AF employees eligible for coverage under this program. Group 1: comprised of those who have an existing claim under the Federal Employees Compensation Act (FECA). These employees have fully adjudicated workers' compensation claims and have coverage for all prescriptions that meet the OWCP formulary requirement for their accepted injury. Group 2: comprised of new FECA claimants. These employees are newly injured on the job and/or have filed a new FECA claim requiring adjudication by OWCP. 4. The North American Industry Classification Systems (NAICS) Code proposed for the requirement is 524292 Employee Benefit plans, third party administrative processing services. The size standard for NAICS 524292 is $30M. Comments on this NAICS and suggestions for an alternative NAICS code must include supporting rationale. 5. This potential requirement will be a competitive acquisition. All interested parties shall submit a capability briefing to identify your business size (large or small) in relation to this NAICS code and business status. In the event the potential vendor is a small business, the government is interested in businesses certified by the U.S. Small Business Administration (SBA) as an 8(a), Historically Underutilized Business Zone, Small Business, Woman-Owned Small Business or Service-Disabled Veteran-Owned Small Businesses capable of performing work outlined on this sources sought. Small businesses are advised that FAR 52.219-14, Limitations on Subcontracting, would apply wherein at least 50 percent of the work must be performed by a small business prime contractor alone. 6. Interested parties are requested to submit a statement of capability outlining past work that is related to this requirement as stated in draft PWS. The capability briefing shall include: a) Company name, mailing address, e-mail address, telephone and FAX numbers, website address (if available), and the name, telephone number, and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives. b) Name, title, telephone number, and e-mail addresses of individuals who can verify the demonstrated capabilities identified in the responses. c) DUNS number, CAGE Code, Tax Identification Number, and company structure (Corporation, LLC, partnership, joint venture, etc.). Companies also must be registered in the System for Award Management (SAM, at www.sam.gov) to be considered as potential sources. d) The capability briefing shall be UNCLASSIFIED. 7. Any information provided by industry to the Government as a result of this sources sought is strictly voluntary. Responses will not be returned. No entitlements to payment of direct or indirect costs or charges to the Government will arise as a result of contractor submission of responses, or the Government's use of such information. The information obtained from industries' responses to this notice may be used in the development of an acquisition strategy and a future RFP (if applicable). The company's standard format is acceptable; however, the limit for all responses is not to exceed fifteen (15) single-sided, at least 12 font size, 8 ½ x 11-inch pages. 8. All interested parties shall submit a capability briefing via e-mail to Contract Specialists Ms. Challaine' Moore at challaine.d.moore.civ@mail.mil and Ms. Sharon Novak at sharon.m.novak.civ@mail.mil. Electronic submissions are required. 9. All questions shall be received no later than Friday, 18 Apr 2014, 4:00pm Eastern Time Zone. All responses shall be received not later than Friday, 25 April 2014, 4:00pm Eastern Time Zone. 10. E-mail submissions are subject to size and type restrictions (typically limited to less than 2 megabyte in size and only non-executable attachments such as.doc or.pdf files) as well as any other appropriate network security measures. It is the respondent's responsibility to verify the e-mail was received and can be viewed. All responses must address each of the above stated requirements.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/11CONS/FA7014-14-T-3011/listing.html)
- Place of Performance
- Address: Air Force Wide, United States
- Record
- SN03336341-W 20140413/140411234409-5e1cfb793e5a8935dff7f7c69191c2a0 (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 |