Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 12, 2020 SAM #6770
MODIFICATION

D -- Healthcare�Clearinghouse (HCCH) to Support Health Care Electronic Data Interchange (EDI)�& paper-based Health claims and associated medical documentation (VA-19-00068629)

Notice Date
6/10/2020 1:26:51 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
STRATEGIC ACQUISITION CENTER FREDERICKSBURG (36C10G) FREDERICKSBURG VA 22408 USA
 
ZIP Code
22408
 
Solicitation Number
36C10G20Q0003
 
Response Due
7/6/2020 11:00:00 AM
 
Archive Date
09/04/2020
 
Point of Contact
James Modlin James.Modlin@va.gov Glenn L. Burton, Jr Glenn.BurtonJr@va.gov
 
E-Mail Address
james.modlin@va.gov
(james.modlin@va.gov)
 
Description
Notice Type: Combined Synopsis/Solicitation Synopsis: COMBINED SYNOPSIS/SOLICITATION This is a combined synopsis/solicitation for to support for the VA Veterans Health Administration (VHA), Office of Community Care (OCC) with Electronic Data Interchange (EDI) transactions and paper-based health claims and associated medical documentation commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number 36C10G20Q0003 is issued for this combined synopsis/solicitation; this solicitation is being issued as a Request for Proposal (RFP). This combined synopsis/solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2020-05 dated February 27, 2010.� The Office of Finance, under the direction of the Deputy Assistant Secretary for Finance, the Department of Veteran�s Affairs (VA�s) Deputy Chief Financial Officer, is comprised of over 1,000 staff located in the Office of Financial Systems and Operations, the Office of Financial Policy, and two field sites - the Financial Services Center (VA-FSC) in Austin, Texas, and the Debt Management Center (DMC) in St. Paul, Minnesota.� It maintains stewardship of Departmental resources and provides financial information, financial statements and reports on VA�s appropriations and general, revolving, special, and deposit funds for cost and obligation accounting.� As a franchise fund organization within the VA Franchise Fund, the VA-FSC must sustain its operations through charges to federal customers on a fee for service basis. In order to support the VA-FSC's customer, the Veterans Health Administration (VHA) and the Veteran Access to Care Act of 2014 (H.R. 4810; 113th Congress) requires the VA-FSC to maintain and support a claim processing capability. The VA-FSC has a considerable vested interest in processing healthcare claims. If the VA-FSC does not maintain services for medical claim processing, it would lose its ability to support its healthcare claims processing services to VHA in accordance with Veteran Access to Care Act of 2014 (H.R. 4810; 113th Congress), which would result in serious financial harm to Veterans. Current VA-FSC customers include, but are not limited to, 18 Veteran Integrated Service Networks (VISNs) throughout the United States (US), Veterans Choice Program, Department of Health and Human Services, dialysis medical claims (Medicare), and compensation claims resulting from Veterans� exposure to contaminated water at Marine Corps Base Camp Lejeune, North Carolina.� Future growth for FSC product lines may include the processing of all medical claims that will not be part of the VA Community Care Network contract. The associated North American Industrial Classification System (NAICS) code for this procurement is 518210 and the associated size standard is $35 Million.� This acquisition is unrestricted and set for full and open competition.� Vendors must be registered and verified at the time of submission of quotes under the NAICS 518210. This acquisition is in accordance with FAR Part 12 Acquisition of Commercial Items, and FAR Part 15 Contracting by Negotiation Simplified Acquisition Procedures for Medical Claims Processing as identified in Attachment A, Cost/Price Schedule.�� All interested companies shall provide a quote for all Contract Line Item Numbers (CLINs) listed in Attachment A, Cost/Price Schedule.� The VA is looking to establish a one-year Requirements contract with three (3), 12-month options.� The FAR provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition including attached addenda to the provision. The FAR provision at 52.212-2, Evaluation -- Commercial Items, and the specific evaluation criteria as attached addenda also applies to this acquisition.� The Government will award a contract resulting from this solicitation to the responsible vendor that provides a best value proposal that conforms to the solicitation and which is determined to be the most beneficial (i.e., best value) to the government, considering technical capability, past performance, Socio-Economic status, and price. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer, if not available in SAM All interested Offerors must be registered in the System for Award Management (SAM) prior to receiving an award. You may access SAM at https://www.sam.gov/portal/public/SAM/ . The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition.� The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition and the additional FAR clauses cited in the clause are applicable to the acquisition All questions should be submitted no later than June 17, 2020 at 2:00PM (EDT) Quotes are due July 6, 2020 at 2:00 PM (EDT) to James Modlin at James.Modlin@va.gov and Glenn Burton at glenn.burtonjr@va.gov
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/4fec9ca745f341dcb93d9dd114e978a9/view)
 
Record
SN05685481-F 20200612/200610230151 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.