Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 22, 2020 SAM #6933
SOURCES SOUGHT

R -- NAIHS-SOURCES SOUGHT-REVENUE CYCLE MGMT SERVICES

Notice Date
11/20/2020 7:52:39 AM
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
NAVAJO AREA INDIAN HEALTH SVC WINDOW ROCK AZ 86515 USA
 
ZIP Code
86515
 
Solicitation Number
NAIHS-FY2021-BUSINESS-OFFICE
 
Response Due
1/11/2020 11:00:00 AM
 
Archive Date
01/26/2020
 
Point of Contact
Natasha A Bitsoi, Phone: 9288711399
 
E-Mail Address
natasha.bitsoi@ihs.gov
(natasha.bitsoi@ihs.gov)
 
Description
Introduction: This is a Sources Sought Notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of qualified sources. Your responses to the information requested will assist the Government in determining the appropriate acquisition strategy. Background: The Navajo Area Indian Health Service (NAIHS) is one of 12 regional administrative units of the Indian Health Service (IHS), in the US Department of Health and Human Services. The NAIHS delivers health services to a population of over 244,000 American Indians in five (5) Federal service units on and near the Navajo Nation. The Navajo Nation is one of the largest Indian reservations in the United States. The Navajo Nation consists of more than 25,000 contiguous square miles and three satellite communities, and extends into portions of the states of Arizona, New Mexico, and Utah. NAIHS primarily delivers health services to members of the Navajo Nation and the San Juan Southern Paiute Tribe, and also provides services to other Native Americans, including Zunis, Hopis, and other American Indian beneficiaries. NAIHS provides inpatient, emergency, outpatient, public health, and other services at four hospitals: Chinle Comprehensive Health Care Facility, Crownpoint Health Care Facility, Gallup Indian Medical Center, and Northern Navajo Medical Center (Shiprock, NM). These inpatient facilities comprise a total of 222 hospital beds. The Kayenta Health Center in Kayenta, AZ will transition to begin operating as an Alternative Rural Hospital in mid-2020 by offering ten short stay nursing beds and ambulatory surgery. Navajo Area also has seven full-time health centers providing outpatient, community health, preventive health, and other services. There are also five part-time health stations. General requirements: Purpose: �This requirement is to provide Revenue Cycle Management services for the Navajo Area Indian Health Service Units and Health Centers. Scope: The purpose of this requirement is for the provision of Revenue Cycle Management Services in assisting the Navajo Area IHS facilities in updating the current RPMS PCC Suite, PCPCS/CPT/CDT coding and Chargemaster maintenance to ensure compliance with Medicare guidelines in ambulatory and inpatient services. Duties and Responsibilities: The Contractor shall assist with the following duties and responsibilities: Annual Chargemaster Update, Maintenance and Support and On-going Chargemaster Support Quarterly Chargemaster Report to Management Business Office/Revenue Cycle Support Fee Schedule Analysis HER Tran Code Maintenance Sovereign Technology M-Systems Maintenance Annual/Semi Annual Site Visit/Off Site Training and Audits Inpatient Coding Training Outpatient Coding Training Place of Performance: Contractor shall have remote access to applicable IT systems. Contractor shall conduct a combination of on/off-site training and off-site audits to physicians, nursing and coding staff on regulations, service coverage requirements, use of charge tickets and importance of documentation to support billed charges.� Experience: Contractor shall have a minimum of five (5) years of experience working with private, government, state healthcare facilities in developing revenue enhancement initiatives. Contractor shall be familiar with Indian Health Service Rules and Regulations, Joint Commision, CMS Rules and Regulations of hospitals, clinics, ambulatory/in-patient services and coding standards for federal, states and commercial payers. Contractor shall be familiar with the Resource and Patient Management System (RPMS) and Electronic Health Record (EHR) used throughout Indian Health Service. Response Information: THE CAPABILITLY STATEMENT MUST CLEARLY DEMONSTRATE THE FIRM�S CAPABILITY AND EXPERIENCE IN PROVIDING REVENUE CYCLE MANAGEMENT SERVICES. In particular, the responders SHALL address each of the following information: Contractor�s capability to provide all services as referenced in Duties and Responsibilities. Contractor�s experience, staff qualifications/certifications. Contractor�s past performance information that is of comparable scope and complexity in assisting multiple facilities. Contractor�s quality assurance plan and measures. Instructions to Industry: All capable vendors are encouraged to respond. Responses must directly demonstrate the company�s capability, experience, and ability to effectively and efficiently perform the objectives described above. Generic capability statements are not sufficient and will not be considered compliant with the requirements of this notice. The Government requests interested parties submit a written response to this notice which includes: Company Name. Company DUNS number. Company point of contact, mailing address, e-mail address and telephone number(s), and website address. Point of contact shall have the authority and knowledge to clarify responses with government representatives. Applicable company GSA Schedule number or other available procurement vehicle. Company Size status: Native American, Large, Small, SDVOSB, SDB? System for Award Management (SAM) registration status. All respondents must registered in SAM located at http://www.sam.gov/. Geographic Coverage: Please identify the areas of the United States where your organization provides these services. References: Provide a list of all private industry or government contracts for similar services that you have performed during calendar years 2017 through 2020. Please include the customers� contact names, addresses, telephone number, dollar value of contract, and brief description of the services provided on the contract. Disclaimer and Important Notes: This notice does not obligate the Government to award a contract. Any information provided by industry to the Government as a result of this sources sought synopsis 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 or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization�s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published on a government GPE. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality: No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s). Responses must be submitted via email to the Primary POCs, no later than 12:00pm MST on December 11, 2020. NO QUESTIONS WILL BE ACCEPTED. Capability statements will not be returned and will not be accepted after the due date. The maximum number of pages for this submission is ten (10) pages. Interested parties shall submit their response to this notice to individuals listed below in order to be considered compliant. Primary POC: Natasha Bitsoi Contract Specialist Email: Natasha.Bitsoi@ihs.gov 928-871-1399
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b71ccde58c8d4a198e0d5aed5c3bcad5/view)
 
Place of Performance
Address: Window Rock, AZ 86515, USA
Zip Code: 86515
Country: USA
 
Record
SN05858353-F 20201122/201120230145 (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  © 1994-2020, Loren Data Corp.