|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 19,1998 PSA#2203509th Contracting Squadron, 850 Arnold Ave, Site 2, Whiteman AFB, MO
65305-5054 R -- THIRD PARTY COLLECTIONS SOL F23606 98R0166 DUE 111798 POC Contact
Angie Wilde, 660-687-5425/George Cromer, 660-687-5399 E-MAIL: Click
here to contact the contract administrator., sollgcv@whiteman.af.mil.
This is a combined synopsis and solicitation for commercial items
(non-personal services), prepared in accordance with the format in FAR
Subpart 12.6 as supplemented with additional information included in
this notice. This announcement constitutes the only solicitation;
proposals are being requested and a written solicitation will not be
issued. This solicitation is being issued as a Request for Proposal
(RFP). Submit written offers (no oral ones), on RFP F23606 98R0166. All
Statement of Work and Evaluation Factor requirements must be met as
they appear in this notice. This procurement is set-aside for small
business. This solicitation document and incorporated provisions and
clauses are those in effect through Federal Acquisition Circular 97-08.
Standard Industrial Code 6411 applies to this procurement. Period of
performance is a base year to run from date of award to 30 September
1999, and two option years, if exercised, to run from 01 October 1999
to 30 September 2000 and 01 October 2000 to 30 September 2001. FOB
Destination for delivery to Whiteman Clinic, 331 Sijan Avenue, Whiteman
AFB, MO 65305-5054. Statement of Work (SOW) for THIRD PARTY COLLECTION
(TPC) SERVICES. The contractor will provide all labor services
necessary to effect timely and efficient TPCs as well as provide
on-the-spot training for Government employees as the needs arise.
Services are to be provided Monday through Friday with normal duty
hours of 7:30 AM to 4:30 PM (CST). Normal Federal Holidays will be
observed. 1.0 Contractor Personnel (a) Must be proficient in Composite
Health Care System (CHCS) and Third Party Outpatient Collection System
New Generation (TPOCS-NG) data entry and insurance processing
requirements; act as consultants to clinics on appropriateness of
Automated Data Sheet (ADS) "bubble sheet" coding templates and
processing. (b) Perform outpatient claims processing to include all
aspects of information gathering, clinic-specific diagnosis and
procedure coding, data entry, claim editing and follow-up, posting
payments and adjustments, closing accounts, and reporting. (c) Must
have knowledge regarding billing and collection procedures of various
individual insurance companies, as well as federal, state, and local
insurance regulations. (d) Maintain an effective working relationship
with each clinic to facilitate the Third Party Collection Program
(TPCP) and ensure continued success of the collection program. (e) Must
have knowledge of medical terminology, anatomy, and physiology, current
diagnosis and procedure coding (to include International Classification
of Disease 9th Revision (ICD 9), Common Procedural Terminology (CPT),
and Ambulatory Procedure Group). (f) Review annual projection and
maintain the optimal collection rate of the third party accounts. (g)
Ensure 100% claim processing rate of all billable, coded patient
encounters. This should be verified using monthly audits. (h) Conduct
on-the-spot third party collection education and training for Whiteman
Clinic providers and support staff as needed. (i) Contractpersonnel
will provide TPOCS-NG reports and statistical information, as required
by the Contracting Officer's Technical Representative. (j) Contract
personnel must ensure adequate follow-up on all claims considered
delinquent and their proper referral to the Staff Judge Advocate (SJA)
as required. (k) For internal management control to avoid possible
fraud, waste, or abuse, one person is not allowed to perform both the
posting and collecting of payments. Proper separation of duties
protects assets, helps preclude manipulation of records, and provides
a cross-check promoting accuracy and protection of funds from
misappropriation or theft. 2.0 Contractor: (a) The contractor shall
ensure all applicable Joint Commission on Accreditation of Healthcare
Organizations (JCAHO) and Health Services Inspection standards shall be
met during the performance of this contract. (b) The contractor will
ensure sufficient contractor personnel are available for workload
involved. The Government will provide computers and any required
software. If the company selected for the contract chooses to use their
own software, they will be responsible for its purchase and all
updates. However, if a private program is used, it must follow
established Department of Defense (DoD) guidelines, and provide all
required DoD reports. As of 01 October 1998 we will have 21 providers
of care in areas including but not limited to Family Practice, Internal
Medicine, Pediatrics, GYN, Optometry, Mental Health, and Physical
Therapy. The average monthly insurance claims filed for FY98 June 1998
are 218. The average monthly outpatient visits for FY98 June 1998 was
6,167. Approximately 13% of claims filed have required follow-up or
collection attempts in the past. The provisions at FAR 52.212-1,
Instructions to Offerors Commercial Items, apply to this acquisition.
The provisions at FAR 52.212-2, Evaluation Commercial Items, apply to
this acquisition. Award will be made on the basis of the lowest price
technically acceptable offer. Proposed costs will be evaluated to
determine if any costs are unrealistically high or low in relation to
the government independent cost estimate and the offeror's
technical/management approach. The following four (4) technical
evaluation factors will be used to evaluate proposals received; they
are of equal importance. FACTOR 1: ACKNOWLDEGEMENT AND UNDERSTANDING OF
THE STATEMENT OF WORK (SOW). Required: (a) Explain in detail how the
requirements of the SOW will be satisfied. Description should include
the offeror's understanding of the SOW and management/executive
approach to the application: (i) Projected capability to provide TPOCS
operations and training for TPC clerks; (ii) Phase-in procedures to
include identifying and disposing of existing backlog; (iii) Rendering
required reports and audits; and (iv) Understanding the overall
mission of the TPC program. Required: (b) A functional quality control
plan explaining practices that will assure services and training
required by the SOW are performed and provided in a manner which
satisfies the SOW requirements. Required: (c) The offeror shall provide
a detailed contingency plan along with explanations as to how coverage
can be provided during emergencies or during labor problems. FACTOR 2:
CAPACITY TO MEET SOW REQUIREMENTS. Required: (a) The offeror shall
provide evidence of the ability to obtain necessary personnel,
supervision, and training needed. Required: (b) The offeror shall
submit a well-defined manning chart with explanations of how daily
coverage will be provided. FACTOR 3: CONTRACTOR'S PROFESSIONAL
EXPERIENCE. Required: (a) The offeror shall provide evidence outlining
experience in the services as described in this solicitation. This
experience can be both commercial and/or government. The outline is to
list past and present contracts (for the last ten (10) years) by
contract number, address and point of contact, number of year's
experience, and dollar value of each contract. FACTOR 4: ORGANIZATIONAL
AND PERSONNEL QUALIFICATIONS. Required: (a) The offeror shall provide
a well-defined organization structure chart reflecting lines of
management, and supervisory responsibilities, functions and labor
categories (position titles). Required: (b) The offeror shall employ
only qualified personnel by submission of resumes and copies of
credentials. The offeror shall provide evidence showing a contract
manager possessing administrative knowledge and experience as a
supervisor in a same or similar type requirement. Required: (c) The
offeror shall state the extent of authority and role of the contract
manager and any other position of authority. Required: (d) The offeror
shall describe the methods and provide examples of how the firm
documents the experience and competence of TPC personnel. Required: (e)
The offeror shall provide evidence of ability to plan, control, and
integrate personnel necessary for successful contract performance.
Offeror's are cautioned that their technical proposal must not exceed
30 typed (12-pitch) pages. There is no special format for the technical
proposal; however,it should be assembled in an orderly manner, which
can be easily followed. Addendum to 52.212-2. The offeror agrees to
hold the prices in its offer firm for 90 calendar days from the date
specified for receipt of offers. The clause at 52.212-3, Offeror
Representations and Certifications Commercial Items, applies to this
solicitation and the offeror must include a completed copy of this
provision with their proposal. The clause at 52.212-5, Contract Terms
and Conditions Required to Implement Statutes or Executive Orders
Commercial Items, applies to this solicitation. Specifically, the
following clauses cited are applicable to this solicitation: (b)(6) FAR
52.222-26, Equal Opportunity; (b)(7) FAR 52.222-35, Affirmative Action
for Disabled Veterans and Veterans of the Vietnam Era; (b)(8) FAR
52.222-36, Affirmative Action for Workers with Disabilities; (b)(9) FAR
52.222-37, Employment Reports on Disabled Veterans and Veterans of the
Vietnam Era; (c)(1) FAR 52.222-41, Service Contract Act of 1965, as
amended. U.S. Department of Labor Wage Determination 94-2307 revision
11 (06-30-97) Is applicable to this requirement; (c)(2) FAR 52.222-42,
Statement of Equivalent Rates for Federal Hires. Equivalent positions
would be as follows: Third Party Collection Clerks ($10.09/hr). The
clause at DFARS 252.212-7001, Contract Terms and Conditions Required to
Implement Statutes or Executive Orders applicable to Defense
Acquisition of Commercial Items, applies to this solicitation.
Specifically the following clauses cited are applicable to this
solicitation: DFARS 252.225-7001, Buy American Act and Balance of
Payment Program. FAR 52.212-4, Contract Terms and Conditions, applies
to this solicitation. Addenda to FAR 52.212-4: The following additional
clauses apply to this solicitation: 52.224-2, Privacy Act; 52.217-8,
Option to Extend Services; 52.217-9, Option to Extend the Term of the
Contract, for the purposes of this clause the blanks are completed as
follows: (a) within 30 days, (c) not to exceed 3 years, 6 months;
52.225-11, Restrictions on Certain Foreign Purchases; 52.232-18,
Availability of Funds, 52.228-5, Insurance Work on a Government
Installation; 52.237-2, Protection of Government Buildings, Equipment,
and Vegetation, 52.245-4, Government-Furnished Property (Short Form);
and 252.223-7006, Prohibition on Storage and Disposal of Toxic and
Hazardous Materials. The following provisions apply to this
solicitation: 52.252-5, Authorized Deviations in Provisions;
252.204-7001, Commercial and Government Entity (cage) Code Reporting,
52.252-1, Solicitation Provision Incorporated by reference; 52.237-1,
Site Visit; 252.225-7000, Buy American Act Balance of Payments Program
Certificate; 252.204-7004, Required Central Contractor Registration;
and 252.232-7009, Payment by Electronic Funds Transfer (CCR). The above
Provisions and Clauses may be obtained via the Internet at
http://farsite.hill.af.mil. All proposals must be mailed to POC Angie
Wilde at 509 CONS/LGCV, 850 Arnold Avenue, Site 2, Whiteman AFB MO
65305-5054. Award will be made on a percentage of collections basis.
Offeror's shall submit percentages for the following ranges for the
base year as well as each option year: $1 -- $50____(total annual
estimated amount $29,468.40), $51 -- $100 ___ (total annual estimated
amount $18,706.32), $101 -- $150___ (total annual estimated amount
$8208.92), and $151 + ___(total annual estimated amount $0.00).
Proposals are required not later than 4:00 PM CST, 17 November 1998.
Posted 10/15/98 (W-SN262557). (0288) Loren Data Corp. http://www.ld.com (SYN# 0067 19981019\R-0011.SOL)
R - Professional, Administrative and Management Support Services Index Page
|
|