SOURCES SOUGHT
B -- Workers' Compensation Recovery Process Study - Workers Compensation Set Aside Study-Statement of Work
- Notice Date
- 6/3/2010
- Notice Type
- Sources Sought
- NAICS
- 524298
— All Other Insurance Related Activities
- Contracting Office
- Department of Health and Human Services, Centers for Medicare & Medicaid Services, Office of Acquisition and Grants Management, 7500 Security Blvd., C2-21-15, Baltimore, Maryland, 21244-1850
- ZIP Code
- 21244-1850
- Solicitation Number
- CMS-2010-8a-A100828
- Point of Contact
- Alan F Fredericks, Phone: 410-786-8622, Mark W Werder, Phone: 410-786-7839
- E-Mail Address
-
Alan.Fredericks@cms.hhs.gov, mark.werder@cms.hhs.gov
(Alan.Fredericks@cms.hhs.gov, mark.werder@cms.hhs.gov)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- Statement of Work describing extent and nature of independent study required by CMS to evaluate and improve existing processes and services to Workers' Comp community. Centers for Medicare & Medicaid Services Office of Acquisition and Grants Management 7500 Security Blvd., C2-21-15 Baltimore, MD 21244-1850 SOURCES SOUGHT/REQUEST FOR INFORMATION (RFI) RFI# : CMS-2010-8a-A100828 A. General Information: The Centers for Medicare and Medicaid Services (CMS) is seeking to identify small disadvantaged businesses [Small Disadvantaged, Woman-owned, Service Disabled Veteran-owned, HubZone, 8(a)] with capabilities or prior experience that can provide services as described within the draft statement of work (SOW), entitled, "Workers' Compensation Medicare Setside Study". Additionally, we seek comments from all industry, relative to our DRAFT SOW. The Office of Financial Management-Financial Services Group (OFM-FSG), within CMS, in conjunction with its network of contractors, is responsible for ensuring that a complete and comprehensive evaluation and review of Workers' Compensation Case Settlements takes place and that a review of potential Medicare (medical & pharmaceutical) Set-aside arrangements (WCMSA) is performed to determine if the proposed settlement adequately protects Medicare's interests from future payments for Medicare covered services related to the work injury. CMS is seeking: 1. A Contractor which is capable of making independent study, assessment, and analysis of the existing processes by which Medicare accomplishes, through the employment of outside contractors, the required WCMSAs. 2. A Contractor who has experience in business process study and reinvention. 3. Utilize the existing CMS-provided distributed and web-based WCCCS which is currently used to track individual case progress toward ultimate determination and closure; and recommend improvements in hardware, software, firmware, inherent logic, and management. 4. Study our established and standardized processes and procedures for orderly flow of information and decision making from submitters, through the WCRC, to the CMS Regional Offices, and back to the submitters, under the auspices of the CMS FSG Program Office, and make recommendations for improvement. 5. Assist in the formulation and modification of policies and procedures for performance of the work. Suggest changes and improvements to the WCCCS, a national web-based distributed data system, built, hosted and maintained remotely. 6. Support and assist CMS in determining feasibility of implementing recommendations and assist in estimates of time and cost requirements(the building of Independent Government Cost Estimates-IGCEs). 7. The contractor should have some knowledge and experience with medical case review, coding, and medical procedure/diagnosis cost estimation. The intent of this RFI is to: 1. Identify DISADVANTAGED SMALL BUSINESSES (e.g., SBA Certified 8(a), Service-Disabled Veteran Owned, HUBZone, Small Disadvantaged, Veteran-Owned, and Women-Owned) who can demonstrate having the necessary technical capabilities and expertise to perform the requirements of the attached Draft Statement of Work (SOW); and 2. Solicit and receive comments and questions from all industry on the attached Draft SOW. Comments and questions are encouraged from all business concerns (e.g. Small and Other than Small/Large). In addition to submitting a response to the RFI, the CMS encourages vendors to utilize the Federal Business Opportunities website (www.fedbizopps.gov) and register on the "Interested Vendors List" in order to promote teaming and/or prime and subcontractor relationships. B. Project Background: See attached DRAFT SOW C. Procurement/Contract Strategy: This RFI notice is not a Request for Proposal (RFP). CMS is considering a Firm -Fixed -Price type contractual arrangement under a forthcoming solicitation to be issued sometime in mid/late Summer 2010. It is anticipated that the period of performance issued under a solicitation will be for no more than a six-month period, (though the period of performance may be extended to allow the contractor to pursue a particularly interesting recommendation). D. Capability Statement Requirements: CMS requests that respondents specifically address each of the areas identified below. This RFI is not a request for a technical proposal; however respondents should provide enough information for CMS to make an informed determination of a Respondent's capability to perform the same or similar work as identified in the attached DRAFT SOW. RFI Responses should include, at a minimum, the information identified in each of the following areas: 1. Respondents should describe their corporate capabilities as it relates to the same or similar work, as identified within the draft SOW. For example, ability to understand technical Program requirements and effectively communicate and question lawyers, employers, insurers, providers, suppliers, and beneficiaries is an integral part of the SOW. 2. Respondents should demonstrate a working technical knowledge of the CMS Medicare Program and the Workmans' Compensation community (audience). Document knowledge, experience, and familiarity with the Workmans' Compensation and/or Medicare Fee-For-Service Programs and Medicare claims and payment systems, Medicare Administrative Contractors, Intermediaries, Carriers, Providers, and the legal-liability determination community. 3. Respondents should demonstrate some corporate knowledge of medical and pharmaceutical review, and actuarial life/cost determinations. 4. Respondents should have knowledge of developing/deploying and/or utilizing case control and/or content management systems. Systems must have ability to track, recall, and manage the content of a variety of independent cases being developed and evaluated simultaneously. 5. Demonstrate capability to provide key/essential personnel who are highly qualified and are available to begin work immediately with short notice, in order to meet short timelines. 6. Demonstrate familiarity with current, state-of-the-art, and best practices in the insurance and information management/control industries. E. Instructions for Submitting a Responses to CMS: 1. Business Information -(on Page 1) a. DUNS No: b. Company Name c. Company Address d. Type of Company (i.e., small business, 8(a), woman owned, veteran owned, etc.) as validated via the CCR. All Offeror's must register on the Central Contractor Registration located at http://www.ccr.gov/index.asp. e. Company Point of Contact, Name, Phone and Email address f. GSA Schedule Contract Number (if applicable) 2. Deliver ONE (1) hard copy of your capability response and FOUR (4) ea compact discs to the front desk of CMS, located at 7500 Security Blvd., Baltimore, MD., 21244, to the attention of the cognizant Contract Specialist, Alan Fredericks, on or before 3:00 PM (EDT) local time Baltimore, MD., Monday, June 21, 2010. You must deliver a total of 4 sets of electronic material, and one hard copy. CMS is a guarded facility - please allow ample time to pass thru security check point(s). 3. Please limit your capability documentation to the following Page Size, Font Type and Size, Spacing and Page Numbering. Responses shall be submitted using a Microsoft Word document with page size 8.5 by 11 inches. Font type shall be Times New Roman, size 10-12 using standard tabs and indent software features with no less than single spacing between lines. Responses are limited to two (2) page answers for each of the individual areas stated in Section D (above) with a total of no more than fifteen (15) pages for the entire capability statement (not including descriptive/informative cover page, one-page resumes, and one page summations of each pertinent corporate experience). 4. DRAFT SOW COMMENTS shall be submitted separately from capability packages, using a Microsoft Word document. Email is permissible. ( Should Comments-only be sent via email -Please be advised that email transmitted files over 5 megabytes are not delivered during standard working hours, and are only released from the CMS server after 5:00 PM EST, and which may affect the timeliness of your response. Contracting Specialist email: alan.fredericks@cms.hhs.gov ) The font type should be Times New Roman, size 10-12 using only standard tabs and indent software features with no less than single spacing between lines. DRAFT SOW comments shall be submitted using the following format: "DRAFT SOW Section II.A.1, entitled..." Comment: "State comment, question, clarification." 5. All transmitted information marked proprietary shall be treated as such. Therefore, businesses should identify any proprietary information in their RFI response. Proprietary materials will neither be distributed, nor discussed with, any other organization. Information submitted in response to this RFI will be used at the discretion of the Government. Further, the information submitted will remain confidential insofar as permitted by law, including the Freedom of Information and Privacy Acts. CMS does reserve the right to utilize any non-proprietary technical information in the anticipated DRAFT SOW or solicitation. 6. Respondents should be aware that this RFI is for marketing purposes only and any responses thereto, or lack thereof, will not constitute a commitment by CMS to treat any potential offeror more or less favorably in the anticipated forthcoming solicitation and/or ultimate award. Please be advised that CMS will not respond directly to organizations submitting capability statements, in response to this RFI. 7. The information received from this RFI will be used solely to make an informed decision with regard to setting aside the procurement for Disadvantaged Small Business under the 8(A) program and to address DRAFT SOW issues that need clarification or revision. Disclaimer: Responses to this RFI are not offers and cannot be accepted by CMS to form a binding contract. CMS does not intend to award a contract on the basis of this RFI or to otherwise pay for the information solicited. On behalf of the Centers for Medicare and Medicaid Service, we thank you for your interest. Attachments: Draft Statement of Work (SOW)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/HCFA/AGG/CMS-2010-8a-A100828/listing.html)
- Place of Performance
- Address: Contractor site, at CMS Central Office, and in field conducting factfinding., United States
- Record
- SN02168296-W 20100605/100603235859-71952dd20d9116f80ebcaa209c46c6ca (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |