|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 25,1998 PSA#205937th Contracting Squadron, 1655 Selfridge Avenue, Lackland AFB, TX
78236-5253 R -- COMPOSITE HEALTH CARE SYSTEMS (CHCS) AND THIRD PARTY OUTPATIENT
COLLECTION (TPC) SYSTEM -- NEW GENERATION (TPOCS-NG) DATA ENTRY AND
INSURANCE PROCESSING REQUIREMENTS SOL F41636-98-R0042 DUE 040698 POC
Johnie Johnson, Voice (210)671-1762, Fax (210)671-1199 E-MAIL: Click
here to contact the Contracting Officer by E-mail.,
johnsonjo@lakgate1.lak.aetc.af.mil. This is a combined synopsis and
solicitation for commercial items (non-personal services), prepared in
accordance with the format in FAR Subpart 12.6 as supplemented with
additional information included in this notice. This announcement
constitutes the only solicitation; proposals are being requested and a
written solicitation will not be issued. This solicitation is issued
as a request for proposal (RFP). Submit written offers (no oral ones),
on RFP F41636-98-R0042. All Statement of Need and Evaluation Factor
requirements must be meet as they appear in this notice. This
procurement is being issued as UNRESTRICTED. This solicitation document
and incorporated provisions and clauses are those in effect through
Federal Acquisition Circular 97-04 and Defense Acquisition Circular
91-13. Standard Industrial Code 6411 applies to this procurement. The
provisions at FAR 52.222-41, "Service Contract Act of 1965," as amended
applies to this solicitation. The employee classes are 01117 General
Clerk III and 01118 General Clerk IV. U.S. Department of Labor, Wage
Determination Number 94-2521 revision 15 (11/26/1997) is applicable to
this requirement. Period of performance is five and one-half (5 1/2)
months to run from 16 April 1998 through 30 Sept 98. FOB: Destination
for delivery to Wilford Hall Medical Center (WHMC), 2000 Berquist
Drive, Lackland AFB, TX 78236. The provisions at FAR 52.212-1,
Instructions to Offerors -- Commercial Items, applies to this
acquisition. The provisions at FAR 52.212-2, Evaluation -- Commercial
Items, applies to this solicitation. The clause at FAR 52.212-3,
Offeror Representations and Certifications -- Commercial Items, applies
to this solicitation and the offeror must include a completed copy of
this provision with their proposal. The clause at FAR 52.212-5,
Contract Terms and Conditions Required To Implement Statutes or
Executive Orders -- Commercial Items, applies to this solicitation.
Specifically, the following clauses, cited are applicable to this
solicitation: FAR 52.222-26, Equal Opportunity; FAR 52.222-35,
Affirmative Action for Disabled Veterans and Veterans of the Vietnam
Era; FAR 52.222-36, Affirmative Action for Handicapped Workers; FAR
52.222-37, Employment Reports on Disabled Veterans and Veterans of the
Vietnam Era; FAR 52.222-42, Statement of Equivalent Rates for Federal
Hires. The clause at DFARS 252.212-7001, Contract Terms and Conditions
Required to Implement Statues or Executive Orders applicable to Defense
Acquisition of Commercial Items, applies to this solicitation.
Specifically, the following clauses, cited are applicable to this
solicitation: DFARS 252.225-7001, Buy American Act and Balance of
Payment Program. The clause at FAR 52.212-4, Contract Terms and
Conditions -- Commercial Items, applies to this solicitation. The
clause at FAR 52.224-1, Privacy Act Notification and FAR 52.224-2,
Privacy Act applies to this solicitation. The clause at FAR 52.215-1,
Instructions to Offerors -- Competitive Acquisitions applies to this
solicitation. Award will be based on technical capability and past
performance equal to lowest price, responsible offer. The Government
intends to evaluate and award without discussions on this procurement.
All proposals must be mailed to POC Johnie Johnson at 37 CONS/LGCX,
1655 Selfridge Avenue, Room 204, Lackland AFB, TX 78236-5253. Proposals
must be on a per month basis for the services to be provided. Proposals
are required to be received no later than 4:00 PM CST, 6 April 98, a
period of acceptance must be indicated on the proposal and must be good
for 30 days. Award will be made on or about 13 April 98. STATEMENT OF
NEED (SON) for THIRD PARTY COLLECTION SERVICES. The contractor will
provide all labor services necessary to effect timely and efficient
TPCs as well as train onsite Government employees. Services are to be
provided Monday thru Friday with normal duty hours of 7:30 AM -- 4:30
PM. Normal Federal Holidays will be observed. 1.0 Claims Clerk
Trainers: (a) Must be proficient in Composite Health Care System (CHCS)
and Third Party Outpatient Collection System New Generation (TPOCS-NG)
data entry and insurance processing requirements. (b) Provide hands-on
training for outpatient claims processing to include all aspects of
information gathering, clinic-specific diagnosis and procedure coding,
data entry, claim editing, electronic billing, posting payments and
adjustments, closing accounts, and reporting. (c) Train government
staff (6 each) on the billing and collection procedures of various
individual insurance companies, as well as federal, state, and local
insurance regulations. (d) Training of government staff (6 each) on
outpatient claims and individual insurance billing processes shall be
completed no later than 30 September 1998. (e) Continue public
relations activities in each clinic to facilitate the transition from
contract to government support and to ensure the continued success of
the collection program. 2.0 Contract Manager/Supervisor: (a) Must be
proficient in CHCS, Ambulatory Data System (ADS) and TPOCS-NG data
entry, insurance processing, and reporting requirements: fulfill role
of TPOCS-NG system administrator and act as consultant to clinics on
appropriateness of ADS "bubble sheet" coding templates. (b) Must be
proficient in current federal, state, and local insurance regulations,
to include Medicare and Medicaid. (c) Must be proficient in medical
terminology, anatomy and physiology, current diagnosis and procedure
coding (to include International Classification of Disease, Common
Procedural Terminology, Ambulatory Procedure Group, Diagnosis Related
Group, and Resource Based Relative Value Scale coding requirements).
(d) Review annual projections and maintain the optimal collection rate
of all third party accounts. (e) Ensure a 100% claim processing rate
of all billable, coded patient encounters. (f) Ensure proficiency of
all government claims clerks is achieved through a thorough training
program that includes each of the skills listed above. (g) Continue
established third party collection education and trainingprograms for
WHMC provider and support staff. 3.0 Contractor: (a) The Contractor
shall ensure that all applicable Joint Commissions on Accreditation of
Health Care Organizations standards shall be met during the
performance of this contract. (b) The Contractor will ensure that
sufficient contractor claims clerk trainers are available for workload
involved. The following four (4) Technical Evaluation Factors will be
used to evaluate proposals received; they are of equal importance.
FACTOR 1: ACKNOWLEDGMENT AND UNDERSTANDING OF THE STATEMENT OF NEED
(SON). Required: (a) Explain in detail how the requirements of the SON
will be satisfied. Description should include the offeror's
understanding of the following management approach to the
execution/application of that understanding: (i) Projected capability
to provide TPOCS operations and training for TPC clerks; (ii) Phase-in
procedure to include identifying and disposing of existing backlog;
(iii) Rendering required reports; and (iv) Understanding the overall
mission of the TPC Department. Required (b): A Functional Quality
Control Plan explaining practices that will assure all services and
training required by the SON, are performed and provided in a manner
that satisfies the SON requirements. Required: (c) The offeror shall
provide a detailed contingency plan along with explanations as to how
coverage can be provided during emergencies or during labor problems.
FACTOR 2: CAPACITY TO MEET SON REQUIREMENTS. Required: (a) The offeror
shall provide evidence of the ability to obtain necessary personnel,
supervision, and a training program. Required: (b) The offeror shall
submit a well-defined manning chart with explanations of how daily
coverage will be provided. FACTOR 3: CONTRACTOR'S PROFESSIONAL
EXPERIENCE. Required: The offeror shall provide evidence outlining
experience in the services as described in this solicitation. This
experience can be both commercial and/or government. The outline is to
list past and present contracts (for the last ten years) by contract
number, address and point of contact, number of year's experience, and
dollar value of each contract. FACTOR 4: ORGANIZATIONAL AND PERSONNEL
QUALIFICATIONS. Required: (a) The offeror shall provide a well-defined
organizational structure chart reflecting lines of management, and
supervisory responsibilities, functions and labor categories (position
titles). Required: (b) The offeror shall employ only qualified
personnel by submission of resumes and copies of credentials. The
offeror shall provide evidence showing a contract manager possessing
administrative knowledge and experience as a supervisor in a same or
similar type requirement. Required (c) The offeror shall state the
extent of authority and role of the contract manager and any other
positions of authority. Required: (d) The offeror shall describe the
methods and provide examples of how the firm documents the experience
and competence of TPC clerks. Required: (e) The offeror shall provide
evidence of ability to plan, control, and integrate personnel necessary
for successful contract performance. Offerors are cautioned that their
technical proposal must not exceed 30 typed (12 pitch) pages. There is
no special format for the technical proposal; however, it should be
assembled in an orderly manner that can be easily followed. (0082) Loren Data Corp. http://www.ld.com (SYN# 0087 19980325\R-0005.SOL)
R - Professional, Administrative and Management Support Services Index Page
|
|