Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 18, 2014 FBO #4619
SOURCES SOUGHT

R -- Audit Reconciliation Services for BHW

Notice Date
7/16/2014
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of Health and Human Services, Health Resources and Services Administration, Office of Acquisitions Management and Policy, 5600 Fisher Ln., Room 13A-19, Rockville, Maryland, 20857, United States
 
ZIP Code
20857
 
Solicitation Number
14-HRSA-TC1
 
Archive Date
8/5/2014
 
Point of Contact
Timothy J Corrigan, Phone: 3014435587
 
E-Mail Address
tcorrigan@hrsa.gov
(tcorrigan@hrsa.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT NOTICE to determine the availability and capability of small businesses (including certified 8(a), Small Disadvantaged, and HUBZone firms; veteran and service-disabled veteran-owned small businesses, and women-owned small businesses) to provide audit services for the HRSA's Bureau of Health Workforce (BHW). This requirement is to audit reconciliation tools submitted by eligible Teaching Health Centers and validate the Full-time Equivalents (FTE) assessments for each academic year. The Contractor will be required to: 1. Conduct the Resident FTE Assessments based on the approved methodology, auditing the resident FTE Reconciliation Tool reported by the Teaching Health Center (THC) Graduate Medical Education (GME) program awardees in their reconciliation tools submitted for each academic year 2. Perform Desk Checks on: (1) Medicare cost reports that have been settled by the Medicare Administrative Contractor (MAC) and is not in the process of being reopened. The number of Desk Checks performed during the option year shall not exceed ten (10) audits. The assessment shall consist of comparing the resident FTE assessment reflected in the Reconciliation Tool OMB No. 0915-0342 to (1) those reflected in the settled hospital Medicare cost report, or (2) the outpatient Medicare cost report as appropriate, or (3) the residency Intern Resident Information System (IRIS) report for the same review period. 3. Conduct a Desk Review on: (1) Medicare cost reports that have been settled by the Medicare Administrative Contractor and are in the process of being reopened; (2) Medicare cost reports that have not been settled by the Medicare Administrative Contractor; (3) Medicare cost report periods that have not been previously assessed; and (4) Medicare cost report periods previously assessed that have unresolved variances (e.g. Desk Check with unresolved variances). 4. Conduct a field review, which is the most intensive of the three levels of review, is a resident FTE assessment conducted on site and focuses primarily on issues that could not be resolved during the desk check and/or desk review 5. Provide a summary of audited IRIS data files from each Teaching Health Center reviewed during the Resident FTE Assessment Assessments to the COR via email within 45 business days of audit completion. 6. Maintain files for each Teaching Health Center explaining the results of the desk checks, desk reviews and/or the field reviews for a given THCGME Program year, and for assessment of data submitted by Teaching Health Center Graduate Medical Education (THCGME) Program applicants in future years Qualified contractors must satisfy the following minimum requirements. Provide a detailed description of your company's experience and demonstrated abilities to deliver each and every one (address each separately) of the following requirements: 1. Knowledge of and experience with the THCs participating in the THCGME Payment Program (PP) and differing Medicare rules for THCs and THC-affiliated hospitals. 2. Experience in auditing unweighted and weighted resident FTE counts is preferred. 3. Knowledge of and experience with the audit of MCR/reimbursement functions for teaching hospitals. 4. Knowledge of and experience related to GME. 5. Knowledge and expertise of GME-related laws and regulations. Contract performance shall primarily be at the contractor's facility. A firm-fixed price contract is anticipated, for one (1) 12 month base period and one (1) 12 month option periods. The previous source for this requirement was Blue Cross Blue Shield Associate. The NAICS Code is 541611, with a small business size standard of $15.0 Million. Interested small business potential offerors are encouraged to respond to this notice. However, be advised that generic capability statements are not sufficient for effective evaluation of respondents' capacity and capability to perform the specific work as required. Responses must directly demonstrate the company's capability, experience, and/or ability to marshal resources to effectively and efficiently perform each of the tasks described above at a sufficient level of detail to allow definitive numerical evaluation; and evidence that the contractor can satisfy the minimum requirements listed above while in compliance with FAR 52.219-14 ("Limitations on Subcontracting"). Failure to definitively address each of these factors will result in a finding that respondent lacks capability to perform the work. Responses to this notice shall be limited to 5 pages, and must include: 1. 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. 2. Name, title, telephone number, and e-mail addresses of individuals who can verify the demonstrated capabilities identified in the responses. 3. Business size for NAICS 541611, $15.0 Million, and status, if qualified as an 8(a) firm (must be certified by SBA), Small Disadvantaged Business (must be certified by SBA), Woman-Owned Small Business, HUBZone firm (must be certified by SBA), and/or Service-Disabled Veteran-Owned Small Business (must be listed in the VetBiz Vendor Information Pages). Additional information on NAICS codes can be found at www.sba.gov 4. 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) database (http://www.sam.gov) in order to be considered as potential sources. 5. Identification of the firm's GSA Schedule contract(s) by Schedule number and contract number and SINs that are applicable to this potential requirement are also requested. 6. If the company has a Government approved accounting system, please identify the agency that approved the system. Please submit copies of any documentation such as letters or certificates to indicate the firm's status (see item #3above). Teaming arrangements are acceptable, and the information required above on the company responding to this announcement, should also be provided for each entity expected to be teammates of the respondent for performance of this work. To the maximum extent possible, please submit non-proprietary information. Any proprietary information submitted should be identified as such and will be properly protected from disclosure. This notice is for planning purposes only, and does not constitute an Invitation for Bids, a Request for Proposals, a Solicitation, a Request for Quotes, or an indication the Government will contract for the items contained in this announcement. This request is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this request. The Government will not reimburse respondents for any cost associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this announcement. Responses to this notice must be received by the Contract Specialist Tim Corrigan at TCorrigan@hrsa.gov below not later than 4:00 PM Eastern Standard time on Wednesday, July 21, 2014 for consideration. All capability statements must be received by e-mail or regular mail. NO QUESTIONS WILL BE ENTERTAINED AT THIS TIME. THIS IS FOR MARKET RESEARCH ONLY. Documentation shall be sent to: HRSA Office of Acquisition Management and Policy ATTN: Timothy Corrigan 5600 Fishers Lane, Room 14W-13D Rockville, MD 20857 tcorrigan@hrsa.gov Responses to this announcement will not be returned, and there will not be any ensuing discussions or debriefings of any responses. However, information obtained as a result of this announcement may be reflected in the subsequent solicitation, and HRSA may contact one or more respondents for clarifications or for information that will enhance the Government's understanding. This announcement is Government market research, and may result in revisions in both its requirements and its acquisition strategy based on industry responses.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f2efde69e17ab9a13023453f466d86df)
 
Place of Performance
Address: Contractor's Facility, United States
 
Record
SN03427397-W 20140718/140716235227-f2efde69e17ab9a13023453f466d86df (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.