SOLICITATION NOTICE
R -- Health Care Insurance and Plan Administration
- Notice Date
- 4/29/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- 850 Energy Drive (MS-1221) Idaho Falls, ID 83401-1563
- ZIP Code
- 83401-1563
- Solicitation Number
- DE-RP13-02GJ79502
- Response Due
- 5/17/2002
- Archive Date
- 6/16/2002
- Point of Contact
- Eben Greybourne, Contracting Officer, 970-248-6043, Eben.Greybourne@gjo.doe.gov
- Small Business Set-Aside
- N/A
- Description
- NOTICE / SOLICITATION HEALTH CARE INSURANCE AND PLAN ADMINISTRATION 1. INTRODUCTORY BACKGROUND STATEMENT This is a combined synopsis/solicitation for commercial 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 by this announcement. A written solicitation will NOT be issued. These services are being acquired using simplified acquisition procedures in accordance with FAR 13.5 - Test Program for Certain commercial Items. Solicitation Number: DE-RP13-02GJ79502 Solicitation Type: Request for Proposals Provisions and Clauses in Effect: Through Federal Acquisition Circular 01-06 Set-aside: This procurement is not set-aside. NAICS Code: 524114 2. DESCRIPTION OF REQUIREMENT This requirement is for health care insurance and administrative services necessary to manage the health care insurance plan. Unless otherwise stipulated, the Contractor shall provide all personnel, personnel management and supervision, materials, supplies, and equipment, necessary to perform this contract. A. DESCRIPTION OF THE PARTICIPANT GROUP: The DOE has a requirement to provide health care insurance coverage for a closed group of retired employees and/or their spouses. There are 248 participants in the group. The participants of the group range in age from 46 through 82 with sixty percent (60%) being over the age of 65 years. This group has no current employer/employee relationship. This group is restricted to the current participants and all future requests, by any party, for inclusion in this group will be denied. Eighty percent (80%) of the participants of this group reside in Colorado. The remaining twenty percent (20%) reside in one of the other forty-nine United States. Participants are free to change their place of residence at any time, and as often as desired, during the period of contract performance. Insurance coverage is not extended to any members of the group who decide to reside outside the United States. A complete list of participants will be provided to the Contractor at the time of contract award. B. HEALTH CARE INSURANCE COVERAGE: 1. As a minimum, the health care insurance shall include the following coverage. This coverage must be available to all participants. Coverage should be consistent but need not be identical in all geographical locations. a. Major Medical b. Surgical c. In-patient Hospital care d. Out-patient services e. Immunizations f. Office visits for physician's care (preventative, chronic, and acute) g. Prescription Drugs h. Catastrophic insurance i. Ambulance services 2. This health care program should incorporate the appropriate Medicare and Medicaid provisions for those participants that are eligible for those benefits. 3. The health care program may require participants to meet a deductible before receiving benefits and may require a co-pay for services rendered. Note: Participants will receive the coverage authorized under the contract resulting from this solicitation, which is established according to their age and place of residence. Participants may choose whether or not to change their enrollment to a plan that incorporates the use of Medicare Part B when they become so eligible. Participants are not authorized to make any other enrollment changes. C. ADMINISTRATION OF THE HEALTH CARE INSURANCE PROGRAM The Contractor shall administer the Health Care Insurance Program by performing the following services. 1. Perform all functions necessary to set up and establish the Health Care Insurance Program. 2. Perform all functions necessary to insure continuity of Health Care Insurance coverage throughout the life if this contract. This includes negotiating rate adjustments or making changes to health insurance providers. 3. Perform all functions necessary to maintain each participant's enrollment in the Health Care Insurance Program. This includes assisting participants with enrollment changes. 4. Provide participants with benefit, deductible, and co-payment information through the mail and through informational meetings. 5 Notify participants of all changes in benefits, deductibles, and co-payments that are associated with changes to the insurance program made by the insurance provider or that result from changes to a participant's status (age or geographical location of residence). 6. Perform all fiduciary services associated with paying premiums and managing government funded premium accounts (if established). 7. Track participant usage of the insurance program for statistical and reporting purposes. 8. Provide customer services assistance to all participants, to answer questions and provide guidance regarding the Health Care Insurance Program. 9. Prepare and submit reports that are required under this contract. 10. Provide financial and participant information to independent actuaries who are under contract to provide the government with estimated program costs. (This information will be requested no more than once each year.) 11. Insure that all participants adhere to the enrollment requirements of this contract and of the insurance carrier agreements. D. REPORTS The Contractor shall furnish the Government with the following reports. The name of the report, the contract number, the date of the report, and the period covered by the report shall be printed on the face page of each report. 1. Activity Report - (required quarterly) This report shall inform the government of all significant actions taken by the Contractor to manage this Health Care Insurance Program. The government considers the following to be representative of significant actions: notice of a public meeting with the participants, insurance benefit or premium changes, successful renewal of insurance carrier agreements. 2. Enrollment Report - (required annually) This report shall include the names and vital information about each participant. 3. Financial Report - (required quarterly) This report shall provide a summary of the amounts paid under this contract and show how payments have been applied to premium and administrative costs during the reporting period and during the life of the contract. 4 Loss Ratio Report - (required annually) This report shall provide information regarding premiums and co-pay amounts, medical expenses paid, total claims, and the loss ratio. 3. PERIOD OF PERFORMANCE This is a five-year service contract. It contains no options for increased quantities of service or additional periods of performance. This contract is divided and priced into five annual increments. 4. TYPE OF CONTRACT This is a fixed-price contract with economic price adjustment, configured to accommodate fluctuations in insurance premiums in accordance with standard commercial practice. 5. TYPE OF COMMODITY These services are considered to be a commercial item and are being procured under the provisions of FAR Part 12 and Subpart 13.5. 6. APPLICABLE CONTRACT CLAUSES The following clauses will apply, as applicable, to a this solicitation and to the contract resulting from this solicitation: FAR 52.212-1 Instructions to Offerors-Commercial FAR 52.212-3 Offeror Representations and Certifications-Commercial Items FAR 52.212-4 Contract Terms and Conditions-Commercial Items FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes and Executive Orders-Commercial Items (FAR clauses are available on the web at www.arnet.gov) (FAR 52.212-2 Evaluation-Commercial Items is replaced with substantially equivalent provisions in Item 8, below.) A DOE clause establishing economic price adjustment provisions will be included in the contract to accommodate changes in insurance premiums. 7. SUBMISSION OF PROPOSALS A. PROPOSAL DUE DATE Proposals are due on or before 4:30 p.m. Mountain Daylight Time, 17 May 2002. B. METHOD OF SUBMITTING PROPOSALS Proposals may be submitted electronically through the DOE E-Center or may be submitted in hard copy to the Contracting Officer at the address shown in Item 9, below. Published insurance materials that are not available in electronic format may be submitted directly to the Contracting Officer regardless of the method chosen to submit the proposal. Proposals submitted electronically must be in a format that can be read by Microsoft Office Products. C. CONTENT OF PROPOSALS Proposals should be no more than ten (10) pages in length including prices. Proposals must (1) describe offered health care benefits, limitations and exclusions, (2) substantiate the offeror's ability to provide the required administrative services by describing the firm's capabilities and resources, (2) provide at least three past performance references, and (4) provide premium and plan administration prices for each of the five years of the contract. The proposal may be accompanied by pre-printed brochures describing the offered insurance plan(s). There is no page limitation on these brochures. It is requested that offerors notify the Contracting Officer telephonically to verify submission of their proposal. 8. EVALUATION OF PROPOSALS AND CONTRACT AWARD A. EVALUATION OF PROPOSALS Proposals will be evaluated to determine (1) which offered insurance plan provides the maximum number and level of benefits to the participants as a whole, (2) whether and how well the offeror can provide the required administrative services, (3) the extent to which the offeror has an acceptable past performance record, and (4) which offer provides the lowest premiums to the government. Participant payment contributions will be evaluated as part of participant benefits, with low deductible and low co-payments being more advantageous. The insurance, administrative services, and past performance will be evaluated in descending order of importance and when combined will be more important than the over-all premium price. However, the premium price will be given increased weight in making the award decision as the other factors of competing proposals become more nearly equal. B. CONTRACT AWARD The Government will award a contract resulting from this solicitation to the responsible offeror whose offer, conforming to the solicitation, will be most advantageous to the Government, price and other factors considered. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 9. INQUIRIES Inquiries regarding this notice/solicitation should be addressed to the Contracting Officer at the following address. U.S. Department of Energy Grand Junction Office Attn: Mr. Eben Greybourne 2597 B 3/4 Road Grand Junction, CO 81503 Telephone Number: (970) 248-6043 FAX: (970) 248-6023 e-mail: Eben.Greybourne@gjo.doe.gov
- Web Link
-
Click here for further details regarding this notice.
(http://e-center.doe.gov/iips/busopor.nsf/Solicitation+By+Number/DE-RP13-02GJ79502?OpenDocument)
- Record
- SN00067967-W 20020501/020429213203 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |