|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 29,1999 PSA#2484Dept. of Veterans Affairs Medical Center, 10000 Brecksville Road,
Brecksville, OH 44141 D -- ELECTRONIC BILLING SOL 541-024-00 DUE 121799 POC Jeanelle Wright,
Contract Specialist This is a combined synopsis/solicitation procedure
for commercial items prepared in accordance with the format in subpart
12.6 as supplemented with additional information included in this
notice. Award shall be made under the Simplified Acquisition Procedures
(FAR 13.5). This announcement constitutes the only solicitation;
therefore, bids are being requested and a written solicitation will not
be issued. This (Invitation For Bids (IFB)) solicitation document and
incorporated provisions and clauses are those in effect through Federal
Acquisition Circular 97-13. This solicitation is 100% set-aside for
small business. The Standard Industrial Classification Code is 3579 and
small business size standard is 500. The Louis Stokes Cleveland,
Department of Veterans Affairs Medical Center intends to procure
electronic billing services. It is the intent of this solicitation to
procure services from January 1, 2000 through September 30, 2000 with
one (1) option year renewal from October 1, 2000 through September 30,
2001. The Department of Veterans Affairs Medical Center is required to
bill private health insurance carriers (Tricare & Bureau of Workmen's
Compensation) for the cost of non-service-connected medical care
provided at their medical centers. Previously, insurance bills were
generated within the Decentralized Hospital Computer Program
(DHCP-VISTA). The claims were either filed electronically through a
third party or printed and mailed as required. The claims utilize
standard billing format required by private sector firms, UB-92 and
HCFA 1500. Claims that are currently being processed from the
Cleveland, VAMC are for the Cleveland, Cincinnati and Columbus VA
facilities. Each site initially generates billings and electronically
transmits them to Cleveland, where they are processed either
electronically or mailed. The contractor will also be required to
provide electronic VAMC eligibility verification. Access will be
available at all sites within the scope of the contract. The contractor
shall install and support an electronic system capable of transferring
claims generated on Digital Equipment Corporation system using the
VA's DHCP software. The contractor shall receive an unmodified (as is)
data stream electronically from the Department of Veterans Affairs
Medical Center in Cleveland. The VA shall provide the contractor with
a description of the format of the data stream. The contractor shall
then perform all work required to convert the data into an electronic
bill acceptable to insurance carriers (third party payers) and forward
these bills electronically to insurance carriers. The contractor shall
guarantee that only valid bills will be forwarded to the insurance
carriers. The contractor will do all work necessary to update software,
forms and formats in order to assure valid bills are forwarded to the
insurance carriers. The contractor shall provide and maintain any
intermediate device and associated software necessary to accomplish the
electronic transfer of data on a daily basis. The contractor must
maintain system updates to coincide with any VA changes to its
integrated billing package. The VA will not modify it's billing package
to meet the contractor's needs. The contractors system must provide
immediate feedback to the VA on any erroneous claims and allow access
at each remote site for correction of claims. The system must be
password protected with data held in strictest confidence. Disclosure
will not be made to any third party without the written consent of the
Cleveland, VAMC. This agreement will not be assignable. Remote sites
includes all locations listed above. Each of the sites may require
multiple workstations capable of simultaneously access and updating the
contractor's database. Claims processing will include UB-92 and HCFA
1500 claims. Contractor shall be responsible for errors and/or
omissions due to machine or employee error. Such errors shall be
corrected at no additional charge to the VA. Contractor must provide
electronic billing to Medical Mutual, Tricare, Anthem, Central
Benefits, Workers Compensation, and National Electronic Information
Corporation (NEIC) affiliated carriers. All electronic claims are to be
processed through the contractor and it's edit system and not directly
to the carrier. Turn around time from the VA transmission to the
carrier receipt shall be less than twenty-four (24) hours.
Transmissions must be accepted daily. VA shall have access to all new
services provided by the contractor. Contractor shall provide
availability for telephone contact and response to problems. Pricing
for services will be billed on a monthly basis. Invoices shall document
daily bill transmission information and be provided to the VA no later
than the 10th workday after the beginning of the following month. No
charge will be included for claims that reject from the vendor. Any
ancillary items and costs such as dedicated phone lines, diskettes for
downloading, consultation fees, programming charges or technical
support will be clearly identified on each invoice. Specific
requirements for eligibility verifications will include electronic
access to insurance database, allowing each site to quickly access
coverage information by patient identifier. No additional equipment
should be required for this option. Training shall be required at all
locations and will include at a minimum, how to log onto the system,
use of the software, minimal roubleshooting of the system and how to
obtain assistance with questions and problems. Daily reports are
required for any billing error and for all transmitted accepted claims.
These reports must be available at all locations. Monthly reports must
include overall claims processing statistics, errors by type, by bill
number or tax identification number of each station to assure
identification of each station activity. A list of carriers and
transmission frequency will be provided to the VA. The software
requirements include processing of approximately 20,000 claims
annually. Training must be accomplished at each remote site immediately
after contract award. After contract award, contractor will be required
to submit within ten (10) calendar days, a detailed work schedule
including timetable for software development and a outline for the
final live transmission of claims, training and installation schedule.
After contract award, a weekly status report shall be provided to the
Cleveland, VAMC and must address any problems encountered during the
previous week and steps taken to correct each problem; updated schedule
of work accomplished and work yet to be completed with appropriate
explanations; a summary of significant work to be completed in the
current week. Contractor's bid response shall be in the following
format: Per Claim Charge for an estimated quantity of 20,000 annually
to include unit pricing. Start -Up Fee (Install & Initiate Program).
Monthly Software Maintenance (per month). Access Fees for Additional
Stations, (Cost for two (2) additional stations) National Electronic
Information Corporation (NEIC) Participation Fee (per month).
Electronic Benefits Verification (for an estimated quantity of 4,000
annually). Total Cost for Base Year (January 1, 2000 to September 30,
2000) and Option Year Renewal (October 1, 2000 to September 30, 2001).
This procurement shall be awarded on an all or none basis. Provisions
in effect for this solicitation are FAR 52.212-1, Instructions to
Offerors Commercial Items; FAR 52.212-3, Offeror Representations and
Certification-Commercial Items; FAR 52.212-4, Terms and
Conditions-Commercial Items and 52.212-5, Contract Terms and Conditions
Required to Implement Statutes or Executive Orders-Commercial Items.
Other clauses in effect and can be obtained off the Internet @
www.arnet.gov./far. or by calling the Contract Specialist listed above
are FAR 52.232-33-Payment by Electronic Funds Transfer (May 1999); FAR
52.217-8 -- Option to Extend Services (AUG 1989); FAR 52.217-9 --
Option to Extend the Term of the Contract (MAR 1989);FAR
52.232-18-Availability of Funds (APR 1984); FAR 52.232-19 -Availability
of Funds for the Next Fiscal Year; FAR 52.233-2-Service of Protest; FAR
52.242-13- Bankruptcy; VAAR 852.233-70 -- Protest Content (JAN 1998).
All equipment required for this proposed contract must be Year 2000
compliant. Pre-Bid Conference will be held on Friday, December 10, 1999
at 9:00 a.m. local time at the Louis Stokes Cleveland, Department of
Veterans Affairs Medical Center, 10000 Brecksville Road, Brecksville,
Ohio 44141 in Building 1, Conference Room -A104. Questions may be faxed
to the attention of Jeanelle Wright @ (440) 838-6052 prior to the
pre-bid conference. Posted 11/24/99 (W-SN403456). (0328) Loren Data Corp. http://www.ld.com (SYN# 0028 19991129\D-0003.SOL)
D - Automatic Data Processing and Telecommunication Services Index Page
|
|