SOURCES SOUGHT
R -- Medical Services
- Notice Date
- 11/10/2004
- Notice Type
- Sources Sought
- NAICS
- 621111
— Offices of Physicians (except Mental Health Specialists)
- Contracting Office
- Department of the Treasury, Bureau of the Public Debt (BPD), Division of Procurement, UNB 4th Floor 200 Third Street, Parkersburg, WV, 26101-5312
- ZIP Code
- 26101-5312
- Solicitation Number
- BPD-05-CI-0018
- Response Due
- 11/22/2004
- Archive Date
- 12/7/2004
- Description
- This announcement is issued for informational and planning purposes only. This Request for Information (RFI) is not a Request for Proposals (RFP) and is not to be construed as a commitment by the Government to issue a solicitation or ultimately to award a contract on the basis of this RFI or otherwise pay for the information solicited. Responses to the RFI will not serve as proposals, bids, or offers, which could be accepted by the Government to form a binding contract. The Department of the Treasury?s Bureau of the Public Debt (BPD) is conducting market research to determine the feasibility of a set-aside competition for the Armed Forces Retirement Home (AFRH) in Washington, DC. The Contractor shall provide to the residents of the Armed Forces Retirement Home ? Washington, DC (AFRH?W) medical care and ancillary services required to abide by the Joint Commission on the Accreditation on Healthcare Organizations (JCAHO) standards and AFRH-W policies and operational instructions. The Contractor shall serve as a Physician in the care of a geriatric population in both Inpatient and Ambulatory Care. The critical element of this contract is the ability of the Contractor to provide third party billing services and accept their reimbursement as payment in full. Details are listed below: RESIDENTS? Insurance and Billing AFRH-W residents have Medicare, TRICARE FOR LIFE or TRICARE PRIME and some have supplemental medical insurance. At the present time, TRICARE requires that services be requested through the Primary Care Physician in order for TRICARE to be billed for services. The Contractor shall submit bills in accordance with procedures prescribed by the TRICARE Operations Manual. Contractor physicians shall bill TRICARE for only those services that are a covered benefit and shall accept the negotiated reimbursement rate for the services rendered. The Contractor is responsible for obtaining insurance information and Informed Consent from the residents. Insurance information and Informed Consent will be provided to the Contractor by the residents of the AFRH-W at the time services are rendered. The Contractor shall ensure the residents fully understand that their private insurance will be billed for services. In the case of a resident who does not have coverage, the AFRH-W will pay for services at the Tricare rate of reimbursement. THIRD PARTY BILLING The Contractor shall bill the residents? insurance company directly for reimbursement of physician services. Residents and/or their insurance companies will be responsible for payment of all services including co-payments. The Government is not responsible for payment, and the Contractor shall not bill the Government for these services. The Government will pay for co-payments for those residents who do not have insurance or are unable to obtain insurance. The Government will pay the contractor for services at the TRICARE rate of reimbursement for residents without insurance. Other requirements are as follows: Contractor physicians shall have the following medical qualifications: A minimum of an M.D. degree from a nationally accredited college or university covering such degree. A current, unrestricted license to practice medicine in Washington, DC. The Contractor shall obtain privileges at one or more local community hospital. Experience working with a geriatric population and the Wellness Model. Effective oral and written communication skills in the English language. Contractor physicians shall possess a current Federal Drug Enforcement Agency (DEA) registration. Contractor physicians shall have a special clearance background check performed which will then enable them to use Walter Reed Army Medical Center Composite Health Care System (CHCS) computer system to input medication orders and gather medication profiles on residents; utilize other services directly, and potentially enter laboratory requests. The Government shall furnish all expendable/consumable medical supplies (e.g. bandages, disposable items, laboratory supplies, etc.) necessary for the treatment of residents? medical conditions. HOURS OF OPERATION - Normal Service Hours are 7:00 a.m. ? 4:00 p.m. The Contractor shall operate the Ambulatory Care Outpatient Clinic for a minimum of 30 hours per week and shall also provide a minimum of 10 hours per week for rounds and reviews in the in-patient areas. The Contractor shall also meet required time lines related to JCAHO regulations. The Contractor shall be available to provide services Monday through Friday, pursuant to mutually agreed schedules. Services will not normally be required on holidays, unless dictated by emergency. The Contractor shall provide backup coverage for the absences of all regularly scheduled Contractor employees. The Contractor shall provide on-call consultation services, after hours (24 hours per day/7 days per week), related to the health and safety of residents. This service shall be provided by the same physicians group that provides the clinics. In order to set this solicitation aside, Public Debt needs to ensure that the set aside community is capable of fulfilling the above requirements. Please provide us with the following information within 10 days of this request: 1. The name and location of your company, contact information, and identify the company as one or more of the followings: 1) small business; 2) 8(a) business; 3) HUBZone small business; 4) small disadvantaged business; 5) woman-owned small business; (6) veteran-owned small business; (7) service-disabled veteran-owned small business, or (8) large business. 2. Provide information that clearly indicates your capability to meet the above requirements. The name and contact information for customers, current or previous, for which you have provided services similar to the ones that we require. 3. Provide information that clearly indicates your capability to meet the requirements, if planning to use subcontractors. Refer to FAR 52.219-14 Limitations on Subcontracting?. ?By submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract in the case of a contract for- (1) Services (except construction). At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern.?. Interested parties are requested to submit responses electronically to Lisa Wells at ntprocurement@bpd.treas.gov. Or, responses may be addressed to: Lisa Wells, Bureau of the Public Debt, Division of Procurement, 200 Third Street, UNB 4, Parkersburg, WV 26101. E-mail responses requiring more than 5 megabytes of memory must be sent as separate files. No other information regarding this requirement will be provided at this time. Your response, while appreciated, is completely voluntary. If you have any questions, please contact Lisa Wells at 304-480-7026. Interested offerors may register at http://www.fedbizopps.gov to receive notification when the solicitation and any amendments are issued and available for downloading. Please note that the General Services Administration provides the notification service as a convenience and does not guarantee that notifications will be received by all persons on the mailing list. Therefore, we recommend that you monitor the FedBizOpps site for all information relevant to desired acquisitions. If the Internet option is not available to you, you may receive a hard copy of the solicitation and any amendments (via U.S. Mail) by faxing your request to (304) 480-7203 or e-mailing your request to ntprocurement@bpd.treas.gov.
- Place of Performance
- Address: Washington, D.C.
- Country: USA
- Country: USA
- Record
- SN00707226-W 20041112/041110212425 (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 |