|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 30,1998 PSA#2022Dept. of Veterans Affairs Medical Center, 10000 Brecksville Road,
Brecksville, OH 44141 D -- MANAGEMENT INFORMATION SYSTEM (MIS) SOL RFQ 541-117-98 DUE 021398
POC Danny O. Freeman, Contracting Officer, (440) 838-6091 This is a
combined synopsis/solicitation for commercial items prepared in
accordance with the format in Subpart 12.6, as supplemented with
additional information included in this notice. This announcement
constitutes the only solicitation; quotations are being requested and
a written solicitation will not be issued. Solicitation 541-85-98 is
issued as a Request For Quotation (RFQ). The solicitation document and
incorporated provisions and clauses are those in effect through
Federal Acquisition Circular 97-02. This is a competitive procurement
under the Standard Industrial Classification (SIC) Code 7379 and Small
Business Size Standard of $18.0 Million per annum. This is a 100%
Small Business Set-Aside. The VA Medical Center, Cleveland, Ohio,
intends to solicit for the services of development of a Management
Information System (MIS), for the Network Mental Health Service Line.
The Contractor shall be required to develop the first element of a
management information system for the Network Mental Health Service
Line. Contractor shall meet the following requirements: Contractor
shall create a micro-based data base, using a standard relational
database such as MS-Access, or SQL which shall permit the tracking and
reporting of information for each mental health provider in VISN 10.
The initial applications from such a relational data base shall be
capable of production of provider report cards, and have relative
performance on measures of : A. Productivity; B. Access; C. Quality;
and D. Customer Satisfaction. The data base shall include the following
data tables: A. Provider profiling data; B. Outpatient encounter data;
C. Inpatient workload data; D. Patient satisfaction questionnaire
data; E. Medicare weights and rates for procedures and inpatient DRG's.
Each table shall provide, as a minimum, the following data: Table A:
Provider Profiling Data -- This table shall include entries for each
mental health service line provider in VISN 10, which shall include the
following for each provider: 1. Social Security Number (or any other
unique identifier in the VA centralized computer, like provider
number); 2. Job category (selected from a menu of finite choices (e.g.
psychiatrist, clinical nurse specialist); 3. Site/facility; 4. Percent
of time in each "program" (selected from a menu of programs available
at the site, or each program possible could be a separate variable with
percentage of time for this provider placed into it); 5. Salary. Data
shall be capable of entry into this table and updating using a form
designed for key entry. Table B: Outpatient Encounter Data -- This
table shall also be keyed to the providers, and shall be interactive
with tables A, C, and D. Data elements shall include the following
items extracted from each outpatient encounter form submitted by the
provider: 1. Number of each type of encounter for the provider for a
set period of time (e.g. a quarter); 2. Unduplicated number of uniques
seen by the provider for outpatient care for the set period of time;
3. Number of visits seen by the provider for a set period of time; 4.
Number of patients with each of a set number of diagnoses for the
period of time. Data shall be obtainable from the VA centralized
computer system. The data shall be capable of transfer over to the
relational data base, and then consolidated in the relational data
base. Table C: Inpatient workload data -- This table shall also be
keyed to provider, and shall be interactive with tables A, B, and D.
Data elements shall include the following items extracted from the
centralized VA computer. 1. Number of each type of DRG by provider for
a set period of time; 2. Number of days of care for the discharges
comprising the DRG's above. Data, as in table B shall be capable of
transfer over to the relational data base in unprocessed form. Table D:
Patient Satisfaction Questionnaire Data -- This table shall also be
keyed to provider, and shall be interactive with tables A, B, and C.
Data elements shall include the following items extracted from
individual patient satisfaction questionnaires administered to
patients. 1. Response score for each form for each question Subscale
score for Communication; 2. Subscale score for Access; 3. Subscale
score for Perceived Quality Subscale score for Subjective Rating of
Improvement. A single page questionnaire form would be scanned to
retrieve the score for each item. A separate task force is working on
extracting items for the questionnaire from other national
questionnaires. These item scores would be read into the database.
These scores would then be compressed into subscale scores in the
relational database. Table E: Medicare weights and rates for procedures
and inpatient DRG's -- This table shall include a data variable for
outpatient procedures that overlapped with Table B and for inpatient
DRG's that overlapped with Table C, so that it could be used with those
tables. An ASCI file is available with the weight and rate data for all
codes. A relatively small subset (about 25 outpatient codes and 15
inpatient DRG'S) would need to be transferred over to the table. This
could be done electronically or manually with a form designed for key
entry. Once the tables are created macros shall be created to produce
a number of reports including: a. For the set time period, the sum of
the product of outpatient procedures times rate, times the percentage
of time of the provider spent in the program, for each provider. (this
would provide a dollar value to the work produced by the provider,
weighted for the time they spend in the program); b. For the set time
period, the sum of the product of outpatient procedures times weight,
times, the percentage of time of the provider spent in the program for
each provider. (this would provide a weighted value to the work
produced by the provider, weighted for the time they spend in the
program); c. For the set time period, the sum of the product of
outpatient uniques, times the percentage of time of the provider spent
in the program for each provider. c. For the set time period, the sum
of the product of outpatient visits, times the percentage of time of
the provider spent in the program for each provider. d. The VISN, Site
and Program average for each of the above reports (used to benchmark
individual providers and compare sites and programs across the VISN).
Reports shall provide valuable outpatient productivity data for each
provider, and serve as the core of the outpatient productivity portion
of the report card. Generating these reports shall be the top priority
for the project. These reports require tables A, B and E. Initial
development efforts shall therefore be directed at the development of
these tables. The second priority shall be development of macros to
produce a report for each provider on the four subscales of the patient
satisfaction data (Table D.), again including averages for each of the
subscales for Site, Program and VISN. The third priority shall be to
complete the productivity section by adding the inpatient data. This
would include macros to produce the following reports: a. For the set
time period, the sum of the product of inpatient DRG's times rate,
times the percentage of time of the provider spent in the program for
each provider; and b. The VISN, Site and Program average for the above
report. Work shall include development of a format for individual
provider reports so they provide a graphic portrayal of the provider
against the averages for productivity and patient satisfaction. Future
tasks shall include developing more quality and access reports, and
using other data elements to enhance the reports. The micro-data base
must be capable of being exported to each of the five Network
facilities and shall be capable of integrating the data from all five
facilities. The provisions at FAR 52.212-1, Instructions to
Offerors-Commercial items applies to this acquisition with the
following changes, items (e) and (h) of the standard clause are
deleted. Offerors shall include a completed copy of the provision at
FAR 52.212-3, Offeror Representations and Certifications-Commercial
items, with their offer. The clause at FAR 52.212-4, Contract Terms and
Conditions-Commercial Items, applies to this acquisition. The clause at
52.212-5, Contract Terms and Conditions Required to Implement Statutes
or Executive Orders-Commercial Items, applies to this acquisition
which shall include the following clauses: 52.203-6, 52.203-10,
52.219-8, 52.219-14, 52.222-26, 52.222-35, 52.222-36, 52.222-37, and
52.225-3. The following standard FAR and VAAR clauses are incorporated
and apply to this acquisition: 52.215-18, 52.217-8, 52.232-19 (which
provides that funds are not authorized past September 30 of any fiscal
year, unless written authorization is received from the Contracting
Officer), VAAR 852.219-70 and VAAR 852.270-1. Interested offerors may
submit their proposals along with a completed copy of the provision at
52.212-3 Offeror Representations and Certifications-Commercial Items,
on or before 4:30 p.m., February 13, 1998. Offeror's may request a
copy of the provision at 52.212-3 in writing at the number below.
Quotations may be provided to the Contracting Officer at the address
above or by Fax at (440) 838-6052. (0028) Loren Data Corp. http://www.ld.com (SYN# 0033 19980130\D-0006.SOL)
D - Automatic Data Processing and Telecommunication Services Index Page
|
|