Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 11, 2018 FBO #6105
SPECIAL NOTICE

R -- Post-Acute Care Quality Reporting Program Support - Statement of Work

Notice Date
8/9/2018
 
Notice Type
Special Notice
 
NAICS
541990 — All Other Professional, Scientific, and Technical 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
CCSQ-393-2018-0292
 
Archive Date
9/8/2018
 
Point of Contact
Phillip Harrell, Phone: 410-786-8635, Jaime E. Galvez, Phone: 410-786-3558
 
E-Mail Address
phillip.harrell@cms.hhs.gov, jaime.galvez1@cms.hhs.gov
(phillip.harrell@cms.hhs.gov, jaime.galvez1@cms.hhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work for Post-Acute Care Quality Reporting Program Support INTENT TO AWARD SOLE SOURCE: The Centers for Medicare and Medicaid Services (CMS) intends to negotiate and award a sole source purchase order to ABT Associates, Inc. 55 Wheeler Street, Cambridge, MA 02138-1192 to provide a Subject Matter Expert for support for the Improving Medicare Post-Acute Care Transformation Act of 2014 (IMPACT Act) and fulfill the stipulations and mandates as set forth in section 1899B of Title XVIII of the Social Security Act (SSA), as added by Section 2(a) of the IMPACT Act. Specifically, the SME will support the standardized patient/resident assessment data requirements under subsection 2(a) that must be submitted by LTCHs IRFs, SNFs and HHAS. The sole source award will be made under the authority of 41 U.S.C. 235 ( C ) ( 1 ) as implemented by FAR6.302-1, Only One Responsible Source and No Other Supplies and Services Will Satisfy Agency Requirements. A justification and approval is currently being processed for this requirement. CMS REQUIREMENTS: The purpose of this requirement is to obtain services that can develop to recognize, and improve, performance gaps and opportunities that will improve the quality of care provided to post-acute care (PAC) beneficiaries. The purpose of this work is also to integrate the various reports, data and findings produced in satisfaction of the Act so as to equip CMS with tools, e.g., software-based business intelligence tools, that can reliability predict the influence of both intrinsic and extrinsic on cost and quality so CMS can appropriately take such information into account in its payment and quality models. NAICS CODES: The North American Industry Classification System (NAICS) is 541990 (All Other Scientific technical Services). INTERESTED PARTIES: All responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency. In order to qualify as a potential contractor for this procurement, the organization must provide valid, reliable and standardized health care performance measures to support and advance public accountability, quality improvement efforts, increased patient safety, and value based purchasing. The organization must be able to serve as a national dissemination and implementation conference for health disparities researchers. To be considered, interested vendors must submit technical literature describing their capability to effectively satisfy this requirement, as well as terms and conditions and a complete price quote within 5 days of this notice, to the following electronic mail address: phillip.harrell@cms.hhs.gov. DISCLAIMER: This notice is not a Request for Proposals or a Solicitation, nor does it restrict the Government as to the ultimate acquisition approach. This notice is not a commitment from the Government. The Government will not reimburse any bid or proposal costs as a result of this notice. No solicitation exists and requests for a copy of the solicitation will be disregarded. However, any future solicitation that will be open to competition will be subsequently issued on FedBizOpps in order to permit firms to respond.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/HCFA/AGG/CCSQ-393-2018-0292/listing.html)
 
Place of Performance
Address: 7500 Security Blvd., Baltimore, Maryland, 21244, United States
Zip Code: 21244
 
Record
SN05030565-W 20180811/180809231747-690945f6ded3b454e4d776839feea941 (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.