Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 19, 2015 FBO #5109
SOURCES SOUGHT

Q -- National Managed Care Contract for United States Marshals Service - Final PWS for RFI

Notice Date
11/17/2015
 
Notice Type
Sources Sought
 
NAICS
524114 — Direct Health and Medical Insurance Carriers
 
Contracting Office
Department of Justice, Office of the Federal Detention Trustee, Headquarters Office, 4601 N. Fairfax Drive, Suite 910, Washington, District of Columbia, 20530
 
ZIP Code
20530
 
Solicitation Number
DJM-16-SS-0001
 
Point of Contact
Deborah M Johnson, Phone: 202-353-9475
 
E-Mail Address
deborah.johnson3@usdoj.gov
(deborah.johnson3@usdoj.gov)
 
Small Business Set-Aside
N/A
 
Description
IT Security Requirements Attachment E Attachment D Attachment C Attachment B-1 (Pub100) Attachment B ePMR form Attachment A PWS for RFI National Managed Care Contract (NMCC) for the United States Marshals Service (USMS) The (USMS) is preparing to re-compete its NMCC. This is a market survey/sources sought for informational purposes only, and shall not be construed as a Request for Proposal. The DRAFT Performance Work Statement (PWS) for this requirement and the associated attachments are included herein. No contract will be awarded based on this announcement; no reimbursement will be made for costs associated with responding to this announcement; and no telephone calls about this announcement will be accepted or acknowledged. It is anticipated that small businesses are able to submit comprehensive capability packages. Interested small businesses that are certified and qualified as a small business concerns under NAICS code 524114 with a size standard of $38.5M are encouraged to submit their capability packages outlining their experience in providing the requested services. A draft PWS is attached. The capability package should be thorough enough to determine whether the vendor is capable of providing the services. USMS is seeking vendors who can provide and bid all services. The USMS has the following questions concerning this requirement and would appreciate an industry response. The questions are as follows: NMCC Services •Is there a database or source of information that can identify hospitals that have locked prisoner medical wards? Electronic Prisoner Medical Request (ePMR) Approval Task: •The prisoner medical services enumerated in Attachment B1 are proposed for pre-approval by the contractor using the USMS's ePMR system. What type of employee (ie. Registered nurse, licensed professional nurse, or other) would industry propose to fulfill this function and why? Claims Payment Task •What process does industry recommend or have in place to ensure that the government receives the services that it paid for? Is there an industry process for offsetting prisoner medical payments to a provider made by a contractor acting on behalf of the USMS in cases where a provider was improperly paid or paid an amount in excess of amounts owed? •What evidence should the Government require to ensure the contractor has an adequate line of credit as required in the PWS? Pricing/CLIN Structure What type of CLIN structure does industry recommend given the following structure? The USMS proposes to reimburse the Contractor for processing and repricing claims on a per claim basis. The Contractor would be re-imbursed for each valid claim, exception claim, duplicate claim, adjustment claim and rejected claim that it processes. The Government will not reimburse the contractor for processing revision claims. Duplicate claims and rejected claims do not require any re-pricing. The Contractor should consider that exception claims require a lower level of processing and no re-pricing (see Attachment C). During the formal source selection phase it is anticipated that the Contractor will propose one fixed price per claim processed. The price will be the same for every type of claim processed whether the claim is re-priced or not. The Government estimates that the contractor will be required to process approximately the following number of claims on an annual basis (based on FY 2014 and 2015): 2015/2014 •Valid Claims - 68,393/71,888 •Exception Claims - 2,200/2,200 •Duplicate Claims - 1,634/1,442 •Adjusted Claims -1,454/2,254 •Rejected Claims - 519/1,416 •The Government seeks industry input on this re-imbursement proposal. Is there a more optimal way to compensate contractors for processing and re-pricing prisoner medical claims, and if so why? •The Government seeks industry input on the best way for the Government to reimburse the Contractor for making payments to medical providers on behalf of the Government after claims have been processed and re-priced. The Contractor will be required to bundle claims from the same provider together and make one payment to the provider wherever possible avoiding duplicate payments solely for the purpose of reimbursement. In 2015, the incumbent Contractor made 17,217 payments to medical providers on behalf of the Government. •What is the industry standard for terms of payment of invoices to the contractor and frequency of billings for the types of services outlined in this Request for Information? Transition In/Out •Does industry have any recommendations concerning the approach and time frames needed to ensure a smooth transition from one contractor to another when a follow-on award is made? General •Does the contractor have a GSA Schedule for satisfying the requirements of the PWS? •Are there any requirements in the PWS that are contrary to best practices for this type of service? •What is the recommended period of performance for this requirement? A ten year contract has been proposed. Is there a contract term that would provide more favorable pricing to the Government? How should the base and option years of this contract be structured? The incumbent contract incorporated a four year base period with two three year options. What suggestions does industry have concerning the contract term? What are the best evaluation criteria for ensuring awardee is capable of performing all elements? •What USMS historical data would be beneficial to the offerors? •What incentives/disincentives would be motivational for Contractor performance? If at least two responsible small business concerns are determined by the Government to be capable of performing this requirement based on an evaluation of the capability packages submitted by 2:00 pm EST, December 8, 2015, the requirement will be solicited as a 100% set-aside for small business concerns. If capability packages are not received from at least two responsible small business concerns by the response date, or if the Government determines that no small businesses are capable of performing this requirement based upon an evaluation of the capability packages submitted, this requirement will be solicited under full and open procedures. All prospective responders must be registered in the System for Award Management (SAM) at https://www.sam.gov/portal/SAM. Attachments: 1.PWS with Referenced Attachments (A-E) 2.Department of Justice Procurement Guidance Document 15-03, Security of Information and Information Systems Contracting Office Address: United States Marshals Service 5th Floor, CS3, POD 2604 Jefferson Davis Highway Alexandria, Virginia 22301-1025 United States Primary Point of Contact.: Deborah M. Johnson deborah.johnson3@usdoj.gov Phone: 202/353-9475
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/15-2-0136/15-01-0004/DJM-16-SS-0001/listing.html)
 
Place of Performance
Address: Nationwide, United States
 
Record
SN03948162-W 20151119/151117234853-de58a14fc2adbd36dc5f54ea44d427d0 (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.