Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 04, 2010 FBO #3297
SOURCES SOUGHT

R -- MSPRC - Section J - Attachments

Notice Date
12/2/2010
 
Notice Type
Sources Sought
 
NAICS
524291 — Claims Adjusting
 
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
SS-CMS-2011--A110218
 
Archive Date
1/12/2011
 
Point of Contact
Joanne K. Day, Phone: 410-786-5166, Pam W Collins, Phone: 410-786-4871
 
E-Mail Address
jday@cms.hhs.gov, pcollins@cms.hhs.gov
(jday@cms.hhs.gov, pcollins@cms.hhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
J-8 Draft Statement of Work J-7 Workloads J-6 Performance Standard J-5 IT Deliverables J-4 Non IT deliverables J-3 Contractor Furnished Products (CFP) J-2 Government Furnished Products (GFP) J1.7 MSP Recovery and Response Letters Attachments (comprised of J.1.1 through J.1.6) A list of all attachments supporting the SS/RFI No. SS-CMS-2011--A110218 Sources Sought No. SS-CMS-2011--A110218 Office of Acquisition and Grants Management 7500 Security Blvd., C2-21-15 Baltimore, MD. 21244-1850 SOURCES SOUGHT/REQUEST FOR INFORMATION The Centers for Medicare and Medicaid Services (CMS) is issuing this Sources Sought Notice to determine the availability of potential small business (e.g., 8(a), service-disabled veteran owned small business, HUBZone small business, small disadvantaged business, veteran-owned small business, and women-owned small business) with capabilities or prior relevant experience for potential award of a contract to provide the complete spectrum of Medicare Secondary Payer (MSP) recovery (overpayment) activity services. CMS is also seeking comments and feedback on the MSPRC draft Statement of Work (SOW) through a Request for Information (RFI). The work solicited includes the identification of specific MSP recovery claims, all associated recovery activities including litigation/negotiation support, related Debt collection Improvement Act of 1996 (DCIA) activities, and financial reporting. Organizations primarily engaged in investigating, appraising, and settling insurance claims, activities under NAICS code 524291- "Insurance claims investigation services", having a size standard of $7 million under SIC code 6411, should find this notice of interest. MSP recovery activities are set forth pursuant to Section 1862(b) of the Social Security Act (the Act) and fall under the Medicare Integrity Program (MIP) under Section 1893. Due to the nature of MSP recovery efforts, the CMS believes it will gain further efficiencies by consolidating this function nationally. These efforts will not duplicate those inherent MSP activities performed by the Coordination of Benefits Contractor (COBC) or the Medicare Administrative Contractor(s) (MACs). The intent of this Sources Sought/RFI is to identify potential sources that are capable of performing the MSP recovery work and to obtain feedback on the draft SOW. Background: Please see attached draft Statement of Work (SOW) entitled, "Medicare Secondary Payer Recovery Contractor (MSPRC) - Statement of Work (December 1, 2010)". Type of Procurement: CMS anticipates issuance of a Cost Reimbursement-type contract under the forthcoming solicitation. However, CMS does reserve the option to use any other procurement instrument as deemed appropriate at the time of the official solicitation. It is also anticipated that this award will be issued as one (1) base period and four (4) option periods, with a total effort of five (5) years. Instructions/Requirements for Submitting Sources Sought and/or RFI Responses to CMS: Interested 8(a) and small business contractors have the option to provide capability information only and not provide feedback or comments on the SOW. CMS requests responses from, and encourages Small and Disadvantaged Small Businesses, having experience performing the same or similar work identified in the Statement of Work to provide a capability response to this Sources Sought/RFI. In addition to any comments provided on the SOW, your Sources Sought responses should include the following: 1. Business Information and Identification: a. DUNS No. b. Company Name & address c. Type of Company (i.e.: 8(a), Small business, woman-owned, veteran-owned, etc) as validated via the CCR. (All offerors must be registered on the Central Contractor Registration system, located at http://www.ccr.gov/index.asp d. Company point of contact name/title, phone number, and Email address e. Names, phone numbers, Emails of individuals who can verify the capabilities/experience identified in the responses. 2. Please see attachment J.7.- FY2012 Anticipated Workloads, for CMS estimates of nationwide annual workload for this effort. (NonGHP-650K cases pre-Demand/200K cases post-Demand and GHP-60K cases). Please provide a brief capability statement for your organization, tailored to demonstrate your relevant experience and/or ability to provide requirements of this magnitude. Please note that if individual capability information does not provide sufficient information for CMS to determine: (1) if the contractor has the potential to successfully perform the work described or (2) has the ability to handle the volume indicated, the evaluation of the information will reflect that the offeror did not provide sufficient information to make a determination and CMS will not include the contractor for further consideration. 3. Given the eventual procurement notice to be issued, offerors must be mindful of the following: a. As a Small Disadvantaged Business set-aside action, the small disadvantaged business prime must be responsible for performing no less than 51% of the work (direct labor dollars) requirements with its own employees/staff. b. With a cost-type procurement action, the prime must have an approved accounting system which has been reviewed by the Government and found adequate to identify, segregate, accumulate, and invoice costs. If the accounting system has not yet been reviewed by the Government, the prime must possess an accounting system which can be audited by the Government and be found adequate to perform cost-type contracting, prior to due date of proposal submission(s) under the forthcoming solicitation. c. All offeror firms will be required to certify to a complete absence of any Conflict of Interest, on an organizational basis, as well as principal management and Officers of the entity. d. All offeror firms will be asked to demonstrate responsibility IAW FAR 9.104. 4. In providing a capability package, respondees should be mindful of the requirements found within Attachment J.8. Statement of work, as well as addressing the following: a. Ability to administer a Medicare-provided network infrastructure according to CMS Technical Reference Architecture (TRA), and CMS Enterprise Messaging Infrastructure, including, but not limited to Architecture, Standards, and Implementation Requirements, thereby meeting all security, compliance, and liability requirements that are identified by CMS. b. Ability to manage a complex computer-based system(ReMAS) involving telephone customer service, beneficiary medical case investigation and management, financial recovery applications, workflow management tools(RSC-Recovery Service Ctr), and Medicare beneficiary accounting (SMART, MARTI, and/or HIGLAS). c. Experience and /or knowledge of inventory management processes and case management systems, consistent with CMS information security requirements, acceptable risk safeguards, HIPAA, and Federal Information System Controls Audit Manual (FISCAM). d. Experience with referring and recalling debt(s) to/from the Department of Treasury. e. Knowledge of governmental accounting and funds control procedures, FISMA, and must demonstrate that they comply with Section 508 requirements. f. Experience dealing and interacting with large insurers, the attorney community, employers, and Third-Party Plan/Claim Administrators. g. Knowledge or experience with SOW Section C.1.3 subject matter, which is the Medicare Secondary Payer (MSP) establishing and defining legislation. Submission of Information: 1. Sources Sought/Capability response: Contractors should submit capability information which addresses the above specific requirements by e-mail to Joanne.Day@cms.hhs.gov with a copy to Pamela.Collins@cms.hhs.gov and MSPRC@cms.hhs,gov on or before 12:00 PM (noon) local time, Baltimore, MD., Tuesday, December 28, 2010. The subject line should read: MSPRC Sources Sought No. SS-CMS-2011--A110218. Please be advised that email-transmitted files over 5 megabytes may not be delivered during standard working hours, but may only be released from the CMS mail server after 5:00PM EST, and may therefore affect the timeliness of your response. In this regard, please limit your electronic document to the following: Microsoft Word (or PDF) document with page size 8.5x 11 inches. Font shall be Times New Roman, Size 10-12, with no less than single spacing between lines. The number of pages for capability response information shall be limited to twelve (12) pages total, with the exception of the SOW comments. Please - no video, animation, or other elaborate features such as indexing, tables, columns, etc. 2. RFI/Comments response: No page limitation. SOW comment format: shall be a separate submission (separate from any sources sought response) electronic file attachment using Microsoft Word for Windows 7. The font shall be Times New Roman, size 10-12, using only standard tabs and indent features. Please identify what SOW page, section, paragraph, line, you are commenting upon or questioning. RFI responses should be sent to the same e-mail address specified in paragraph (1). 3. Proprietary documentation: All transmitted information marked "Proprietary", shall be treated as such. Therefore, businesses should identify any proprietary information within their SS/RFI response. Proprietary materials will neither be distributed to, nor discussed with, any other organization. Information submitted in response to this SS/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 SOW, or solicitation. 4. General Information: This notice is not a request for proposal (RFP). Respondents should be aware that this SS/RFI is for marketing purposes only, and any responses thereto, or lack thereof, will not constitute a commitment by CMS to treat any 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 information in response to this SS/RFI. The information received will be used solely to make an informed decision with regard to setting aside a procurement for a Small Disadvantaged, 8(a) Business or as a Small business set aside. CMS will first determine if a qualified 8(a) contractor is identified, if a qualified 8(a) contractor is not identified, CMS will review responses to determine if one or more qualified small businesses are identified and to address SOW issues that need clarification or revision. Disclaimer: Responses to this SS/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 SS/RFI, or to otherwise pay for the information solicited. On behalf of the Centers for Medicare and Medicaid Services (CMS), we thank you for your interest. Should you have any questions, or problems with the resource Outlook mailbox regarding this SS/RFI, please email Joanne.Day@cms.hhs.gov with a copy to Pamela.Collins@cms.hhs.gov. -End of Text-
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/HCFA/AGG/SS-CMS-2011--A110218/listing.html)
 
Place of Performance
Address: To be Determined, United States
 
Record
SN02336864-W 20101204/101202233907-b7cfc669219b154773acb638da4f5f3c (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.