SOURCES SOUGHT
R -- Waste, Fraud, and Abuse Detection Services
- Notice Date
- 1/27/2015
- Notice Type
- Sources Sought
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- Center for Health Care Contracting, ATTN: MCAA C BLDG 4197, 2199 Storage Street, Suite 68, Fort Sam Houston, TX 78234-5074
- ZIP Code
- 78234-5074
- Solicitation Number
- W81K04-15-R-0WFA
- Response Due
- 2/10/2015
- Archive Date
- 3/28/2015
- Point of Contact
- maria fidone, 210-221-4226
- E-Mail Address
-
Center for Health Care Contracting
(maria.g.fidone.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- REQUEST FOR INFORMATION: Waste, Fraud and Abuse Detection and Reporting BACKGROUND The existing Army MEDCOM procedures for detecting Waste, Fraud and Abuse (WFA) within the command can be improved. The detection and reporting of waste, fraud and abuse is not organized, directed or controlled by a single MEDCOM entity. DODI 5505.12, Anti-Fraud Program and Military Treatment Facilities (MTFs) addresses the necessity for implementing and managing antiWFA programs within DoD MTFs. GENERAL INFORMATION This RFI is targeted at organizations offering WFA detection programs with a focus on contracted and personnel services. This includes instances of contractor overbilling for: existing services related to systems development or maintenance, personnel services partially provided and services provided outside the scope of a contract. This also includes detection and reporting of government personnel not performing official duties while telecommuting. The program will be implemented MEDCOM wide and include all activities, functions and programs including military treatment facilities, research facilities, laboratories, and business operations worldwide. This market research may assist with the further development and/or refinement of requirements. Information will be reviewed pursuant to consideration for the development of future Requests for Proposals (RFP) or Program Announcements (PA) for development of programs identified in this RFI. Objectives The objectives of this Request for Information are as follows: 1.To identify candidate services and organizations that provide WFA detection programs in patient-centered healthcare and non-patient focused healthcare settings. 2.To identify existing technology solutions in the fields WFA detection. 3.To identify barriers to implementing a WFA detection program. 4.To identify a prototype system including personnel and/or supporting contracted services to both implement and sustain a detection and reporting program. Relevance The information provided must be relevant to a military healthcare system. It applies to inpatient and outpatient activities as well as military organizations focusing on healthcare education and research. DISCLAIMER: THIS IS A REQUEST FOR INFORMATION BEING RELEASED PURSUANT TO FEDERAL ACQUISITION REGULATION (FAR) PART 10: MARKET RESEARCH. This RFI is issued solely for informational, market research, and planning purposes. It does not constitute a proposal solicitation of any kind or a promise to issue a solicitation at any time in the future. This RFI does not commit the Government to contract for any service whatsoever. Further, the Department of Defense is not seeking proposals at this time, and will not accept unsolicited proposals in response to this RFI. Respondents are advised that the United States (U.S.) Government will not pay for any information or administrative cost incurred in response to the RFI. Responses to this notice are not offers and cannot be accepted by the U.S. government to form a binding contract. It is the responsibility of interested parties to monitor this site for additional information pertaining to the RFI. No telephone inquiries will be accepted. All inquiries, questions, or clarifications of any kind must be submitted via e-mail to the Point of Contact (POC) listed below. Regarding this RFI, direct contact or one-on-one meetings with a contracting officer, program manager, or technical parties, is not allowed. INFORMATION REQUESTED Information is requested on product technologies or proposed studies that are consistent with the identified Objectives and Areas of Relevance listed in this RFI and are related to any of the following areas. Responses to this RFI must specifically and clearly address any or all of the topics in the following three sections. Section 1 Information is requested pertaining to the categories listed in Relevance regarding existing, leading-edge products and/or services related to the Objectives of this RFI. Section 2 Information is requested pertaining to the categories listed in Relevance regarding current research and/or prototype development in support of the Objectives of this RFI. Section 3 Information is requested pertaining to the categories listed in Relevance regarding future plans for research, products, and/or services in support of the Objectives of this RFI. RESPONSE AND PROCESS Responses to this RFI should be e-mailed as either an Adobe PDF or MS Word attachment and must include the following components: 1.A cover letter on institution letterhead including the institution name, point of contact, address, phone number, email address, fax number, DUNS number, and CAGE code. 2.A white paper, not to exceed 2 pages in length, consisting of the information outlined above for each section, as appropriate. Responses should be submitted to both POCs listed below no later than4:00 PM CST, 10 Feb 2015. No faxes, courier delivered, or telephone inquiries/submissions will be accepted. Please submit responses via email Center for Health Care Contracting POCs Contract Specialist: Maria Fidone, (210) 221-4226; email: Maria.g.fidone.civ@mail.mil Contracting Officer: Annabel Rivera, (210) 295-4357, email: Annabel.rivera.civ@mail.mil DISCLAIMER In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. This RFI is issued solely for information and planning purposes and does not constitute a solicitation. Neither unsolicited proposals nor any other kind of offers will be considered in response to this RFI. Responses to this notice are not offers and will not be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. All information received in response to this RFI that is marked Proprietary will be handled accordingly. Responses to the RFI will not be returned.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA10/W81K04-15-R-0WFA/listing.html)
- Place of Performance
- Address: Center for Health Care Contracting ATTN: MCAA C BLDG 4197, 2199 Storage Street, Suite 68 Fort Sam Houston TX
- Zip Code: 78234-5074
- Zip Code: 78234-5074
- Record
- SN03625382-W 20150129/150127234152-2226170d240ae183af07d33b6c7f160a (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 |