Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 15, 2015 FBO #4800
SOURCES SOUGHT

R -- Inpatient Rehabilitation Facility (IRF), Long Term Care Facility (LTCH), and Hospice Quality Reporting Programs Support

Notice Date
1/13/2015
 
Notice Type
Sources Sought
 
NAICS
541618 — Other Management 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
HHSM-500-2015-RFP-0106
 
Point of Contact
Jonathan R. Chattler, Phone: 4107860352, Christina F Heller, Phone: 410-786-1896
 
E-Mail Address
Jonathan.Chattler@cms.hhs.gov, christina.heller@cms.hhs.gov
(Jonathan.Chattler@cms.hhs.gov, christina.heller@cms.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Centers for Medicare & Medicaid Services (CMS) Inpatient Rehabilitation Facility (IRF), Long Term Care Facility (LTCH), and Hospice Quality Reporting Programs Support Sources Sought Notice Solicitation Number: HHSM-500-2015-RFP-0106 NAICS Code(s): 541618 THIS IS NOT A REQUEST FOR PROPOSAL (RFP) OR SOLICITATION AND NO SOLICITATION EXISTS AT THIS TIME. Purpose: This Sources Sought Notice is to obtain information regarding the availability and capability of qualified 8(a) small business, veteran-owned small businesses, service-disabled veteran-owned small businesses and/or HUBZone small businesses capable of serving the needs of the Centers for Medicare & Medicaid Services (CMS). CMS is conducting a market survey to determine the availability and technical capability of qualified 8(a) program participants to the Inpatient Rehabilitation Facility (IRF), Long Term Care Facility (LTCH) and Hospice Quality Reporting Programs Support, Outreach and Program Support. Teaming arrangements are encouraged. This notice is for informational and planning purposes only and shall not be construed as a solicitation or as an obligation or commitment by the Government. This notice is intended strictly for Market Research is NOT a solicitation for proposals, proposal abstracts, or quotations. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. PLEASE NOTE THAT THIS IS NOT A REQUEST FOR PROPOSAL, NO SOLICITATION EXISTS AT THIS TIME. A. BACKGROUND INFORMATION The Centers for Medicare & Medicaid Services (CMS) is the federal agency that administers the Medicare, Medicaid and Children's Health Insurance Program (CHIP) programs. CMS seeks to promote higher quality and more efficient health care for Medicare beneficiaries, and our efforts are furthered by quality reporting programs coupled with public reporting of that information. Quality reporting programs already exist for various settings such as hospital inpatient services via the Hospital Inpatient Quality Reporting (IQR) Program, hospital outpatient services via the Hospital Outpatient Quality Data Reporting Program, and physicians and other eligible professionals' services via the Physician Quality Reporting System (PQRS). The work under this contract aligns with the work and mission under Section 3004 of Health Care Reform H.R. 3590, Quality Reporting for Long-Term Care Hospitals, Inpatient Rehabilitation Hospitals, and Hospice Programs amending Sections 1886(j)(m) and 1814(i) of the Social Security Act (42 U.S.C. 1395). Quality reporting programs have been established for Long Term Care Hospitals (LTCH), Inpatient Rehabilitation Facilities (IRF), and hospice programs. Under the new quality reporting programs (QRP) for hospices, IRFs, LTCHs, providers began data collection on October 1, 2012 for payment determination in fiscal year 2014. CMS implemented these new programs with a very small number of quality measures for the first year. CMS has been expanding these QRPs and will continue to do so over the next several years. Primary functions of this work include data analysis, support data validation methodologies, implement program evaluation activities, support public reporting of quality data, quality assurance, policy support, annual payment update determination, and technical assistance, and provide education and outreach to providers in support of the LTCH, IRF, and Hospice quality reporting programs. Additionally this support contract shall support stakeholders including, but not limited to providers, CMS, and other Federal Partners, to achieve success in the public reporting of quality measures and the direct improvement of quality of care. A support contractor for these programs is necessary so that CMS can continue performance measurement and quality improvement at the national level. B. GENERAL TASKS 1. Task Management: Manage program tasks in support of 3 to 6 quality reporting programs and provide the Government necessary feedback regarding progress. This includes: project work plan weekly contract management call. 2. Program Education and Communication: Ensures providers have the necessary information to successfully and accurately report data such as developing provider communications; facilitating national conference calls/webinars; and maintaining the program specific websites for 3-6 programs. 3. Determining Payment Status for Quality Reporting Programs: Make arrangements to access data or to receive a copy of the data in order to perform detailed analysis to support annual payment decisions, reconsiderations, outreach and monitoring. Additionally, the contractor will provide the necessary outreach to ensure provider success. This work could range from 5,000-30,000 providers. 4. Program Help Desk Support of Program: Maintain a help desk for questions that require knowledge of how the quality report program compliance programs. The inquiries are provider-specific and often are related to calculation of the quality measures. The help desk would be staffed with program subject matter experts, able to assistance with program compliance issues. Work closely with other help desks that may also support different aspects of the programs such as quality measure support or data collection systems support. 5. Support for Validation of Facilities Quality Data: Provide a plan to randomly selected records/providers for validation from all records submitted. Processes all validation appeals and requests for educational feedback from providers. Assist with the development documentation and implementation of the validation sampling methodology, and verification of data completeness. 6. Internal and External Communications: Keep CMS informed of any external activities by State and National organizations as well as legislative initiatives that may impact quality reporting programs. Work in a close and coordinated manner with other Contractors and personnel at the Centers for Disease Control supporting the NHSN. 7. Assist with Data Support for Public Reporting: Assist with ongoing development and implementation of public reporting; developing business requirements for reports and final data files for all quarterly and annual public reporting releases. Perform quality assurance testing of data prior to initial publication. 8. Administrative Tasks: Assist the COR and GTL in program Management with; weekly teleconference calls with CMS staff; provide a brief weekly summary of key issues/milestones in MS Project; and prepare agendas, minutes and attachments. 9. Business Requirements and Business Process Modeling: Provide technical support and provide recommendations to CMS in the development and implementation of business requirements and related Business Enterprise Investment Life Cycle processes. Participate in all business requirement elicitation and assist in developing and updating of IT business process models for the Quality Reporting for each systems release. 10. Analyses: Develop templates and data analytic methodologies necessary to produce reports to identify each provider's compliance with CMS' quality reporting requirements including reporting compliance with different measure sets for future payment years of each program perform data analysis and create options papers to support future policy decisions on implementation of thresholds for quality reporting. And provide ad hoc data analyses in support of Quality Reporting as requested by the COR and GTL. 11. Monitoring and Evaluation: Conduct meetings with CMS to discuss the strategy and reconcile any questions regarding evaluation scope, data availability, and other considerations before developing a program evaluation plan. Develop a program evaluation plan and perform monitoring and evaluation activities. C. INSTRUCTIONS FOR RESPONDING Responses shall be submitted in the form of a Capability Statement and address all of the following: 1. Program Requirements: Demonstrate capability, experience, and ability to provide all of the requirements in the order outlined above. Ensure that the same information is provided for any other parties included in the response; i.e., teaming arrangements, subcontractors, consultants, etc. 2. Healthcare Program Monitoring and Evaluation: Demonstrate experience in monitoring and evaluating the impact of healthcare program(s); include methodology and description of process. 3. Surveys and Analyses: Demonstrate experience conducting healthcare data analyses using large data sets; include data processing techniques used for analysis. 4. Partners/Subcontractors: If an interested party submits a response with a partner company or subcontractor, please provide an explanation of how your company as the prime will meet the requirements of FAR 52.219-14 Limitations on Subcontracting, including division of relevant requirements and contract oversight. Please explain any experience working with and managing multiple (2 or more) subcontractors for large/specialized tasks as defined above. 5. Government Contract Experience: Note any previous Government contract experience, including experience managing work on Cost Plus Fixed Fee and Time and Materials contracts. Responses must be submitted no later than 12:00 PM (noon) Eastern Standard Time (EST) on February 4, 2015. Capability statements will not be returned and will not be accepted after the due date. D. PERIOD OF PERFORMANCE 12 month base year, plus 2 one year options, upon contract award E. CONFIDENTIALITY OF INFORMATION In accordance with FAR 52.227-14(b), the Contractor shall guarantee strict confidentiality of the information/data that it is provided by the Government during the performance of the contract. The Government has determined that the information/data that the Contractor will be provided during the performance of the contract is of a sensitive nature and cannot be disclosed in any manner. The Contractor, in whole or in part, can only make disclosure of the information/data, after the Contractor receives prior written approval from the Contracting Officer. Whenever the Contractor is uncertain with regard to the proper handling of information/data under the contract, the Contractor shall obtain a written determination from the Contracting Officer. Interested firms responding to this sources sought notice must adhere to the following: a. Provide a capability statement demonstrating relevant experience, skills, and ability to fulfill the Government's requirements for the above. The capability statement should contain enough sufficient detail for the Government to make an informed decision regarding your capabilities; however, the statement should not exceed 5 pages. b. The capability statement must identify the responder's business type and size. c. The capability statement must provide company name and address, point of contact, phone/fax/email and NAICS Code(s). d. All capability statements must be submitted electronically no later than 12:00 PM (noon) Eastern Standard Time (EST) on February 4, 2015 to Jonathan Chattler at Jonathan.Chattler@cms.hhs.gov. THIS NOTICE IS NOT A REQUEST FOR PROPOSALS. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s). A determination by the Government to proceed with the acquisition as a set-aside is within the discretion of the Government. If capability statements are not received from at least two responsible businesses by the response date or if the Government determines that no small business concerns are capable of performing this requirement based upon an evaluation of the capability statements submitted, the Government may proceed with a full and open competition. NO TELEPHONE REQUESTS WILL BE ACCEPTED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/HCFA/AGG/HHSM-500-2015-RFP-0106/listing.html)
 
Record
SN03614976-W 20150115/150113234658-6e653ec0d42afaaf2b58c129ce28312c (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.