SOURCES SOUGHT
R -- Physician Quality Measures Management
- Notice Date
- 1/31/2013
- Notice Type
- Sources Sought
- NAICS
- 541614
— Process, Physical Distribution, and Logistics Consulting Services
- 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
- RFP-CMS-PQMM-2013-0001
- Archive Date
- 3/6/2013
- Point of Contact
- Irina Perl, Phone: 4107862240, Kimberly Belli Tatum, Phone: 4107867440
- E-Mail Address
-
irina.perl@cms.hhs.gov, Kimberly.Tatum@cms.hhs.gov
(irina.perl@cms.hhs.gov, Kimberly.Tatum@cms.hhs.gov)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- CMS is issuing this SOURCES SOUGHT NOTICE to determine the availability of potential 8(a) small businesses capable of providing Services related to Physician Quality Measures Management. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. There is no solicitation at this time. The North American Industry Classification (NAICS) Code assigned to this requirement is 541614 (Process, Physical Distribution, and Logistics Consulting Services), with an associated Size Standard of $14 M. The purpose of this SOW is to provide analytical support to the Physician Quality Reporting System (PQRS) to include maintenance and support of the measures, analytic services (including but not limited to trending performance rates etc.) and implementation support. This includes all measures within PQRS to include but not limited to CMS owned measures and those remaining within the inventory for reporting and performance within PQRS and other quality reporting programs to include but not limited to Accountable Care Organizations (ACO), Meaningful Use (MU), or Value Based Modifier (VBM). Furthermore, the Contractor will conduct business through partnerships within CMS, across other Federal and state agencies and non-government entities to promote health information technology. The Contractor shall implement the Health and Human Services (HHS) and CMS quality measurement strategic approach, aligning with the over-arching three aims of the National Quality Strategy (NQS). In order to respond to this notice, contractors must be able to perform (demonstrate their experience and or an ability to provide) all of the following capabilities: (1) Similar experience or the ability to provide the experience with clinical quality measures. The contractor should specifically have knowledge and a SME level understanding of the PQRS measures (either the PQRS version of the measure and/or the National Quality Forum (NQF) endorsed version of the measure). The contractor should also have experience with the NQF endorsement process. (2) Similar experience or the ability to provide the experience with providing communications and educational materials to stakeholders across the United States with differing levels of familiarity with CMS quality programs. The Contractor should describe their experience with providing help desk support to over 1000 inquirers a month. (3) Similar experience with developing, administering and analyzing environmental scans and surveys to 100 stakeholders per year. (4) Knowledge or the ability to provide the understanding of the various CMS Physician Quality Initiatives and the complexities associated with the differing programs and its frequently changing nature. The Contractor should be able to provide Subject Matter Expert (SME) knowledge on the legislation and history of these programs including: PQRS, eRx, Accountable Care Organizations (ACO), Physician Value Based Modifier (VBM), Electronic Health Record (EHR) Incentive Program. (5) Knowledge of Medicare claims data and an understanding of the necessary CMS programs and data systems including, but not limited to, the National Claims History (NCH), the Integrated Data Repository (IDR), Provider Enrollment Chain & Ownership System (PECOS), National Plan & Provider Enumeration System (NPPES), other provider enrollment databases, the Physician Quality Reporting System and eRx Incentive Program systems, Medicare payment systems. (6) The contractor will need to have the necessary infrastructure support to be able to interface with other applicable PQRS/eRx contractors. (7) Knowledge and experience with the underlying technical codes sets that are used in the PQRS/eRx measures (e.g., Logical Observation Identifiers, Names and Codes (LOINC), Current Procedural Terminology I & II (CPT), RxNorm, International Classification of Diseases (ICD), Systematized Nomenclature of Medicine-Clinical Terms (SNOMED), G-codes, etc.) (8) Similar experience or the ability to communicate complex, technical information in plain language. (9) Project management experience on nation-wide government projects that follow the Investment Life Cycle (ILC) and that deal with a large number (350,000+) of participants. (10) Knowledge and SME with the standards that are used in the PQRS/eRx program including: Clinical Document Architecture (CDA), Clinical Care Documents (CCD), Quality Reporting Document Architecture (QRDA) and Health Quality Measure Format (HQMF) technical specifications. Interested parties having the capabilities necessary to perform the stated requirements may submit capability statements via email to Contract Specialist Irina Perl at Irina.Perl@cms.hhs.gov. CAPABILITY STATEMENTS MUST DEMONSTRATE THE MINIMUM REQUIREMENTS OUTLINED ABOVE. Please address each in the order listed above. If you organization has the potential capacity to perform these contract services, please provide the following information: 1. DUNS Number 2. Company Name 3. Company Address 4. Company Point of Contact, phone number and email address 5. Type of company under NAICS, as validated via the Central Contractor Registration (CCR). Additional information on NAICS codes can be found at www.sba.gov. Any potential government contract must be registered on the CCR located at http://www.ccr.gov/index.asp. 6. Corporate structure (corporation, LLC, sole proprietorship, partnership, limited liability partnership, professional corporation, etc.) 7. Name of subcontractor(s), if any 8. Current GSA Schedules appropriate to this Sources Sought 9. Current Government Wide Agency Contracts (GWACs) 10. Point of Contact, phone number and email address of individuals who can verify the demonstrated capabilities identified in the responses. 11. Responders should also include a statement about whether or not they have an approved Federal audited accounting system. If the responder has an approved accounting system, please provide the certification in which the accounting system was deemed adequate (e.g. the name of the audit agency and audit number). You may submit as an attachment, which will not count towards the overall page limit. From the initial start of the contract award, the potential winning bidder will accommodate transition activities from the incumbent Contractor, within an agreed upon time period established by CMS. All capability statements can be submitted via e-mail to the point of contact listed below. Responses shall be limited to 14 total pages. Responses must be submitted no later than February 19, 2013. Respondents will not be notified of the results of this evaluation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/HCFA/AGG/RFP-CMS-PQMM-2013-0001/listing.html)
- Record
- SN02977402-W 20130202/130131235050-b39c2291263b6925adc1c92e8bf86b8a (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 |