|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 10,1998 PSA#21557th Contracting Squadron, 381 Third Street, Dyess AFB, TX 79607-1581 R -- THIRD PARTY COLLECTIONS FOR HOSPITAL SOL F41652-98-Q5556 DUE
082098 POC A1C Bryan P. Ewing, Contracting Administrator, 915 696 2362;
Mr. Peter F. Eckdahl, Contracting Officer, 9156962353 E-MAIL: Bryan P.
Ewing, Bryan.Ewing@dyess.af.mil. I. Description: This is a combined
synopsis/solicitation for commercial items 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; bids are being requested and a written solicitation
will not be issued. II. Request for quotation, solicitation #
F41652-98-Q5556. III. This solicitation document and incorporated
provisions and clauses are those in effect through Federal Acquisition
Circular 97-014. IV. This is a small business set-aside procurement
under SIC 6411 Insurance Agents, Brokers, and Services. V. There are
five contract line items (CLIN). Bids are to be provided in the
following format in accordance with (IAW) the Statement of Work (SOW).
CLIN 0001 IAW SOW, FY 01 Oct 98 to 30 Sep 99 (Base Year) Total Amount
for Collection Services for entire year ________. CLIN 1001 IAW SOW,
FY 01 Oct 99 to 30 Sep 2000 (Option Year One) Total Amount for
Collection Services for entire year _______. CLIN 1002 IAW SOW, FY 01
Oct 2000 to 30 Sep 2001(Option Year Two) Total Amount for Collection
Services for entire year ______. CLIN 1003 IAW SOW, FY 01 Oct 2001 to
30 Sep 2002 (Option Year Three) Total Amount for Collection Services
for entire year _______. CLIN 1004 IAW SOW, FY 01 Oct 2002 to 30 Sep
2003 (Option Year Four) Total Amount for Collection Services for entire
year _______. Total Amount for Base Year and all Options ______. Bids
shall be received by 3:00 p.m. CDT, August 19, 1998. Award will be made
based on lowest bid. VI. Description: 1. GENERAL: This Statement of
Work (SOW) defines the procurement requirements for a vendor to provide
Third Party Collection Services for Dyess AFB Hospital in the vicinity
of Abilene Texas. 2. PROCUREMENT DESCRIPTION: The SOW for all five
CLIN numbers is the same. The estimated amount of claims to be
processed for FY99 (the base year) will be: Outpatient Claims-4,300
($375,00 billable and $250,000 collectable), and Inpatient Claims 50
($125,000 billable and $250,000 collectable). The estimated amount of
claims to be processed for FY00, FY01, FY02, and FY03 will be:
Outpatient Claims-4,300 ($375,000 billable and $250,000 collectable),
and Inpatient Claims will be $0. 3.SCOPE: The contractor will provide
all labor services necessary to effect timely and efficient TPCs.
Services are to be provided Monday through Friday with operating hours
of 7:30 AM to 4:30 PM. Federal holidays will be observed. 1.0 Claims
Clerk: (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, and Automated Data
Sheet (ADS) processing. (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 and follow-up, posting payments and adjustments, closing
accounts, and reporting. (c) Train and update staff and work center
personnel on billing and collection procedures of various individual
insurance companies, as well as federal, state, and local insurance
regulations. (d) Maintain public relations and working relationships in
each clinic to facilitate the TPCP and ensure continuity and continued
success of the existing collection program. 2.0 Contract
Manager/Supervisor: (a) Must be proficient in CHCS, Ambulatory Data
System (ADS) and TPOCS-NG date 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. (c) Must be proficient in
medical terminology, anatomy and physiology, current diagnosis and
procedure coding (to include International Classification of Disease
9th Revision (ICD-9), Common Procedural Terminology (CPT), and
Ambulatory Procedure Group. (d) Review annual projection and maintain
the optimal collection rate of the third party accounts. (e) Ensure
100% claim processing rate of all billable, coded patient encounters.
This should be verified using monthly audits. (f) Ensure proficiency of
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 training programs for the
following clinics and providers/support staff: Family Practice -- 33,
Pediatrics -- 9, Extended Care Clinic -- 12, Mental Health Clinic -- 6,
Physical Therapy Clinic -- 4, OB/GYN Clinic -- 10, Internal Medicine
Clinic -- 4, Flight Medicine -- 20, Optometry -- 4, and Immunizations
-- 2. (h) The contract manager/supervisor will coordinate with the
established military/civilian supervisor of the Medical Resource
Management office of which the Third Party Collection Program is part
of. (i) Must ensure adequate follow-up on all claims considered
delinquent and their proper referral to the Staff Judge Advocate (SJA)
7BW/JA as required. 3.0 Contractor: (a) The contractor shall ensure
all applicable Joint Commission on Accreditation of Healthcare
Organizations (JCAHO) and Health Services Inspection (HSI) standards
shall be met during the performance of this contract. (b) The
contractor will ensure sufficient contractor claims clerks are
available for workload involved. 4.0 Government Furnished Property: (a)
Office space and furniture will be provided by the government. (b) All
office supplies to perform billing tasks, including computer supplies
and reference materials (ICD-9 and CPT-4). (c) 2 Composite Health Care
System computers, 2 Third Party Outpatient Collection System computers,
and 1 PC with Office 97 and Internet capability. (d) Voice and FAX
telephones with DSN and civilian lines will be made available. (e)
Postage will be provided by using the government mail system. (f) Name
badges will be provided by the 7th Medical Group/Dyess AFB for
security purposes. 5.0 Dress and Appearance: The Third Party Collection
office is in a professional setting and dress will be clean,
professional clothing. 6.0 Safety: All civilian employees working in
the hospital must follow OSHA, EPA, and JCAHO requirements (i.e..
immunizations and basic life support training -- government furnished).
VII. Required date of performance begins on 01 Oct 98 or date of award
whichever is later. Place of performance is stated in SOW above. VIII.
Solicitation provision at FAR 52.212-1, Instructions to Offerors --
Commercial Items (Oct 1995) is hereby incorporated by reference.
Offerors are reminded to submit bid proposals as five separate line
items, number 1 as the base year and numbers 2 through 5 as options.
IX. Solicitation provision at FAR 52.212-2, Evaluation -- Commercial
Items (Oct 1995) is hereby incorporated by reference. X. Offerors are
reminded to include a completed copy of the provision at 52.212-3,
offeror Representations and Certifications -- Commercial Items (JAN
1997 and 252.212-7000, offeror Representations and Certifications --
Commercial Items (NOV 1995) with its offer. Contact our point of
contact for full text if necessary. Offerors are also reminded to
comply with 252.204-7004 Required Central Contractor Registration Mar
1998. Lack of registration in the CCR database will make an offeror
ineligible for award. Offerors may register by calling 1-888-227-2423,
or via the Internet at http://ccr.edi.disa.mil. XI. Clause 52.212-4,
Contract terms and conditions -- Commercial Items (MAY 1997), is hereby
incorporated by reference. XII. Clause 52.212-5, Contract Terms and
Conditions Required to Implement Statutes or Executive Orders --
Commercial Items (AUG 1996), is hereby incorporated by reference. The
following paragraphs apply to this solicitation and any resultant
contract, 52.222-41 Service Contract Act, 52.222-43 Fair Labor
Standards Act Service Contract Act-Price Adjustment, 52.217-8 Option to
Extend Services Aug 1998, 52.217-9 Option to Extend the Term of the
Contract Mar 1998, 52.246-4 Inspection of Services, 252.232-7009
Payment by Electronic Funds Transfer (CCR) Jun 1998, DFAR 252.204-7004
Required Central Contractor Registration. (Mar. 1998) XIII. Additional
Contract Terms and Conditions applicable to this procurement are:
Clause 252.212-7001, Contract Terms and Conditions required to
Implement Statutes or Executive Orders applicable to Defense
Acquisitions of Commercial Items (FEB 1997), is hereby incorporated by
reference. The following paragraph apply to this solicitation and any
resultant contract 252.247-7023, 252.219-7006, 252.225-7001,
252.225-7012, 252.227-7015, 252.227-7037,252.247-7024, 252.242-7003,
and 252.243-7001. Additional Defense Federal Acquisition Regulation
Supplement (DFARS) Clauses 252.225-7002, Qualifying Country Sources as
Subcontractors (DEC 1991) and 252.225-7003, Information for Duty Free
Evaluation (AUG 1992). XIV. The Defense Priorities and Allocations
Systems (DPAS) assigned rating for this procurement is unrated. XV.
Commerce Business Daily note number 1 applies. XVI. Signed and
datedoffers shall be submitted to 7th Contracting Squadron, 381Third
Street, Dyess AFB 79607-1581, ATTN: Bryan P. Ewing not later then 3:00
p.m. CDT 13 Aug 1998. XVII. Contact A1C Bryan P. Ewing at 915 696-2362
email Bryan.Ewing@dyess.af.mil or Mr. Peter Eckdahl at 915 696-2353
email Peter.Eckdahl@dyess.af.mil for additional information. CITE:
(W-209 SN229513) Posted 08/06/98 (W-SN233739). (0218) Loren Data Corp. http://www.ld.com (SYN# 0095 19980810\R-0011.SOL)
R - Professional, Administrative and Management Support Services Index Page
|
|