Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 16, 2016 FBO #5411
DOCUMENT

R -- Healthcare Clearinghouse Support for Paper-based Health Claims and Associated Medical Documentation - Attachment

Notice Date
9/14/2016
 
Notice Type
Attachment
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office;NCO 19;3773 Cherry Creek Drive North;Denver, CO 80209-3804
 
ZIP Code
80209-3804
 
Solicitation Number
VA25916N0533
 
Response Due
9/30/2016
 
Archive Date
10/30/2016
 
Point of Contact
Tim Myers
 
Small Business Set-Aside
N/A
 
Description
THIS IS A REQUEST FOR INFORMATION ONLY AGENCY: Department of Veterans Affairs (VA) OFFICE: Chief Business Office (CBO) NOTICE TYPE: Sources Sought POST DATE: September 14, 2016 RESPONSE NLT DATE: September 30, 2016 @ 3:30 PM EST ORIGINAL SET ASIDE: Not as yet determined NAICS CODE: 518210 - Data Processing, Hosting, and Related Services SYNOPSIS THIS IS NOT A SOLICITATION: This is a Sources Sought notice issued in accordance with FAR 15.201(e) to conduct market research. This Sources Sought is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) - or a promise to issue a RFP in the future. This request for information does not commit the Government to contract for any supply or services whatsoever. The Department of Veterans Affairs (VA) is not, at this time, seeking proposals and will not accept unsolicited costs incurred in response to this Sources Sought; all costs associated with responding to this Sources Sought will be solely at the interested vendor's expense. Not responding to this Sources Sought does not preclude participation in any future RFP, if any is issued. Any information submitted by respondents to this Sources Sought is strictly voluntary. All submissions become Government property and will NOT be returned. This announcement is based upon the best information available and is subject to future modification. CONTRACTING OFFICE ADDRESS: Department of Veterans Affairs (VA), Veterans Health Administration (VHA), Network Contracting Office 19 3773 Cherry Creek Drive North Denver, CO 80209-3828 POINT OF CONTACT: Tim Myers Contracting Officer Timothy.Myers5@va.gov OVERVIEW Title of Project: Healthcare Clearinghouse Support for paper-based Health claims and associated medical documentation The Veterans Health Administration (VHA) is performing market research for a potential requirement for a Clearinghouse to support Health Care Electronic Data Interchange (EDI) services with regards to healthcare claims (837I,P and D) and medical attachments (275) across the United States. Primary duties include, but are not limited to the following: 1.Provide a centralized location to receive paper-based claims and supporting medical documentation. 2.Convert paper forms to HIPAA-compliant EDI transactions 3.Transmit EDI transactions to VHA's current Clearinghouse, Change Healthcare 4.Retain received paper documents for six calendar weeks 5.Return to sender, all "inappropriate" paper, e.g. not an identified paper claim or medical documentation. Please respond to this Sources Sought if your company can perform this requirement in accordance with FAR Part 52.219-14 - Limitations on Sub-Contracting (Nov 2011) As prescribed in 19.508(e) or 19.811-3(e), insert the following clause: Limitations on Subcontracting (Nov 2011) (a) This clause does not apply to the unrestricted portion of a partial set-aside. (b) Applicability. This clause applies only to- (1) Contracts that have been set aside or reserved for small business concerns or eight ((8(a)) a concerns; (2) Part or parts of a multiple-award contract that have been set aside for small business concerns or 8(a) concerns; and (3) Orders set aside for small business or eight ((8(a)) concerns under multiple-award contracts as described in 8.405-5 and 16.505(b)(2)(i)(F). (c) By submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract in the case of a contract for- (1) Services (except construction). At least fifty (50) percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. (2) Supplies (other than procurement from a non-manufacturer of such supplies). The concern shall perform work for at least fifty (50) percent of the cost of manufacturing the supplies, not including the cost of materials. (3) General construction. The concern will perform at least fifteen (15) percent of the cost of the contract, not including the cost of materials, with its own employees. (4) Construction by special trade Contractors. The concern will perform at least twenty (25) percent of the cost of the contract, not including the cost of materials, with its own employees. (End of clause) SPECIFIC RESPONSE INSTRUCTIONS Submit your Sources Sought response in accordance with the following: a.Do not provide more than ten (10) pages, including attachments, excluding transmittal page; b.Include the name, email address, and phone number of the appropriate representative of your company; c.Submit your response via email to Timothy.Myers5@va.gov d.Submit your response NLT September 23, 2016 @ 3:30 PM EST e.Mark your response as "Proprietary Information" if the information is considered business sensitive; f.DO NOT PROVIDE MARKETING MATERIALS INFORMATION REQUESTED FROM INDUSTRY In response to the Sources Sought, interested Contractor's shall submit the following information: 1. COMPANY INFORMATION/SOCIO-ECONOMIC STATUS: a.Provide the company size, DUNS #, TIN#, Cage Code, and POC information (name, e-mail, address, telephone, and fax numbers), and state if your company is registered in the System for Award Management SAMS. All prospective offerors must be registered. VA has identified the appropriate North American Industry Classification System (NAICS) Code 518210 - Data Processing, Hosting, and Related Services, which has a size standard of 25 Million for this Sources Sought. Please identify and explain any other NAICS codes your company believes would better represent the predominated work included in the attached PWS; and b.Indicate whether your company, Sub-Contractor's, teaming partners, joint ventures has a Federal Socio-Economic Status, e.g., Small Business, Service-Disabled Veteran Owned Small Business, Veteran Owned Small business, Women-Owned Small Business, Disadvantaged Small business, and Hub Zone. If Service Disabled or Veteran Owned Small business, is your company and or partners registered in VA's Vet-Biz repository? 2. BACKGROUND/PAST EXPERIENCE: Provide the following information on three (3) Insurance Identification and Validation projects in a healthcare environment of similar scale completed within the last three (3) years for which the responder was a prime or Sub-Contractor. a.The name, address, and value of each project; b.The Prime Contract Type, Firm Fixed-Price, Cost Reimbursement or Time and Material; c.The name, telephone and address of the owner of each project; d.A description of each project, including difficulties and successes; and e.Your company's role and services provided for each project. 3. CAPABILITIES/QUALIFICATIONS - OVERVIEW OF PROPOSED SOLUTION(S): Include a description of the capabilities/qualifications/skills your company possesses to perform all the requirements noted in the draft PWS. Contractors are encouraged to make comments to improve the overall Performance Work Statement to comply more closely with industry standards. 4. TEAMING ARRANGEMENTS: Description of Teaming Partners, Joint Ventures that your company would consider to perform work. 5. PRICING: Provide your commercial price history and rough order of magnitude for the same or similar products/solutions. 6. OTHER MARKET INFORMATION: Provide any other relative information. This information must be included within the ten (10) page limitation. 7. OTHER FEDERAL EXPERIENCE: Identify the federal contract vehicles. List applicable GSA Contract Number and expiration date and applicable SIN. A draft copy of the PWS is attached for review and industry feedback. Respondents are therefore encouraged to make recommendations for enhancements. Offerors are cautioned that the draft PWS may not be identical to the actual content of the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/VA25916N0533/listing.html)
 
Document(s)
Attachment
 
File Name: VA259-16-N-0533 VA259-16-N-0533.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3003340&FileName=VA259-16-N-0533-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3003340&FileName=VA259-16-N-0533-000.docx

 
File Name: VA259-16-N-0533 EDI PWS 08-16-2016 DRAFT.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3003341&FileName=VA259-16-N-0533-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3003341&FileName=VA259-16-N-0533-001.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Department of Veterans Affairs;Health Administration Center;3773 Cherry Creek Drive North;Denver, CO
Zip Code: 80209-3804
 
Record
SN04271698-W 20160916/160914235433-d1b4f1908f5e9b3ea9012e0b1b648991 (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.