|
COMMERCE BUSINESS DAILY ISSUE OF MAY 20,1999 PSA#2350Department of Veterans Affairs Medical Center, A&MMS 90C, 3200 Vine
Street, Cincinnati, OH 45220 B -- ANALYSIS OF NURSING HOME POPULATION SOL 539-29-99 DUE 061099 POC
Betty Jo Dessauer (513)475-6340 or Judith L. Blasingame (513)475-6336
Request For Proposal # 539-29-99 is a combined synopsis/solicitation
for commercial items for The Department of Veterans Affairs Medical
Center, 3200 Vine Street, Cincinnati, OH 45220. This
synopsis/solicitation is prepared in accordance with the format in FAR
Subparts 12, 13, and 15, as supplemented with additional information
in this notice, for Analysis of Nursing Home Population. SIC Code is
8732, Commercial Economic, Sociological, and Educational Research, and
the small business size standard is $5.0 million. This is an
unrestricted synopsis/solicitation and this announcement constitutes
the only solicitation. Proposals are being requested and a written
solicitation WILL NOT BE ISSUED. Contract award is subject to the
availability of funds. Contractor shall provide a price schedule for
the whole job. All work shall be completed and reports provided by
9/30/99. 1. Contractor shall perform an analysis of the current
Department of Veterans Affairs (VA) nursing facility population housed
in VA facilities using three "sample facilities" to collect data. The
analysis shall show the Governments projected 1999 cost to care for
the entire current Veterans Affairs nursing facility population housed
in VA Facilities if it were to be reimbursed under a fully prospective
Medicare payment methodology. The analysis shall be based upon the
following three "VA sample facilities": Ft. Thomas, Kentucky,
Milwaukee, Wisconsin, and Albuquerque, New Mexico. Work includes: a.
The calculation of estimated Medicare Prospective Payment Rates for all
Resource Utilization Groups (RUGS) III groups for each of the VA Sample
Facilities. b. The performance of a comprehensive assessment for each
patient of the current VA nursing facility population housed at the VA
Sample Facilities (approximately 370 patients), utilizing the Minimum
Data Set version 2.0 (MDS 2.0) Resident Assessment Instrument (RAI).
c. The determination of a Medicare RUGs III classification for each
patient of the current VA nursing facility population housed at theVA
Sample Facilities utilizing the MDS 2.0 (completed in Section 1.b
above). d. The determination of an average RUGS III acuity profile
("case-mix") of the current VA nursing facility population housed at
the VA Sample Facilities. e. The calculation of the average Medicare
Prospective Payment Rate for the current VA nursing facility population
housed at the VA Sample Facilities. f. The calculation of the projected
annual Medicare Prospective Payment for the current VA nursing facility
population housed at the VA Sample Facilities based upon section 1.e.
above and projected 1999 census for the current VA nursing facility
population housed at the VA Sample Facilities. 2. The calculation of
the Government's estimated 1999 cost to care for the entire current VA
nursing facility population housed in VA facilities if the private
sector were to be contracted at current rates adjusted for the acuity
encountered in the current VA nursing facility population housed in VA
Facilities. This estimate shall be based upon the acuity of current VA
nursing facility population housed in the private sector through
current contract rates with the private sector and the Sample
Facilities. Work shall include: a. The determination of a current
Medicare RUGs III classification for each patient of the VA nursing
facility population housed in the private sector by the Sample
Facilities. b. The determination of the current VA contracted rates for
each patient of the VA nursing facility population housed in the
private sector by the Sample Facilities. c. The determination of the
average weighted VA contract rate for the case mix acuity encountered
("cost-per-case-mix") in the VA nursing facility population housed in
the private sector by the Sample Facilities. d. The calculation of the
estimated 1999 cost to care for the entire current VA nursing facility
population housed in VA Facilities if the private sector were to be
contracted at current rates adjusted for the acuity encountered in the
current VA nursing facility population housed in VA Centers. This
estimate shall be based upon the case-mix profile for the VA nursing
facility population housed in VA Facilities by the Sample Facilities
identified in section 1.d. above, and the cost-per-case-mix of the VA
nursing facility population housed in the private sector by the Sample
Facilities identified in section 1 above, and projected 1999 census
for the current VA nursing facility population housed in VA Facilities.
3. The performance of a comparison of the projected 'per patient day'
cost data developed from 1. above, to the projected 1999 'per patient
day' Medicare reimbursement of three similarly situated facilities. a.
The calculation of the estimated average Medicare Prospective Payment
per patient day ("per diem payment") for the current VA nursing
facility population housed in VA Facilities based upon determination
for the Sample Facilities developed in section 1. f. above. b. A
Comparison of the projected per diem payment for the current VA nursing
facility population housed in VA facilities developed in section 3.a.
above, to the average 1999 Medicare Prospective Payment per patient day
("per diem payment") for three similarly situated facilities. 4. Other.
a. The VA Project Coordinator shall facilitate the development, in
conjunction with the Contractor and under the direction and written
approval of the Steering Committee which has supervision over this
project, specific written material assumptions, and associated
policies, procedures and protocols, to be utilized during the analyses
performed under this contract. Such Material Assumptions shall
streamline the analyses and contribute to the validity of findings in
the context under which they will be presented. b. Contractor may
represent, perform services for, and be contracted by other clients,
including and without limitation, other hospitals or nursing homes,
during the performance of this service. However, final report shall be
completed and in the hands of the Government September 30, 1999. c.
The Government shall furnish or cause to be furnished to the Contractor
pertinent financial and operational information and copies of all
internal correspondence pertaining to this contract in a timely manner.
d. All records and information relating to this project shall remain
the property of the Government. Contractor shall have access to all
such pertinent and appropriate documents during the period of this
project solely for the performance of service under the contract and
for no other use. All such records and information shall be returned to
Government upon acceptance of the end results by the Government. e. At
all times during this engagement and thereafter, Contractor shall
maintain the confidentiality of all business, financial, medical
records, and information pertaining to the Government and its patients.
f. The Government shall not use or disclose to others information that
could potentially reveal Contractor's trade secrets except as
expressly consented to in writing by the Contractor. The Government
shall continue to use any dataprovided during the contract period and
the Contractor shall make such data available in a machine-readable
format. g. For the purpose of implementing Section 186 1 (v)(1)(1) of
the Social Security Act, as amended, and any written regulations
thereto, Contractor shall comply with the following statutory
requirements governing the maintenance of documentation to verify the
cost of services rendered under this engagement: 1) Until the
expiration of four years after the furnishing of such services pursuant
to this contract, the Contractor shall make available upon written
request of the Comptroller General of the U.S., or the Secretary of the
Department of Health and Human Services ("Secretary") or their
designees, the contract, documents, and records of the Contractor that
are necessary to verify the nature and extent of costs associated with
these contract services. 2) If Contractor carries out any of the duties
of this project through a subcontractor (approved in advance by the
Government) with a value of $10,000 or more within a twelve month
period, the subcontract shall contain a clause to the effect that until
the expiration of four years after the furnishing of such services,
pursuant to such subcontract, such subcontractor shall make available
upon written request of the Secretary or Comptroller General or their
designees, the subcontract, books, documents and records necessary to
verify the nature and extent of costs associated with providing these
Services. A firm fixed price contract will result from this
synopsis/solicitation. The following incorporated provisions and
clauses are those in effect through FAC 97-11 and are applicable to
this soliciatation; 52.212-4, Contract Terms and Conditions --
Commercial Items; Addendum to 52.212-4 -- 52,252-2, 52.204-6, Data
Universal Numbering System (DUNS) Number, 52.215-5, Facsimile
Proposals, 52.217-8 Option to Extend Services, 52.217-9 Option to
Extend the Term of The Contract, 52.232-18 Availability of Funds,
52.232-33 Mandatory Information for Electronic Funds Transfer Payment,
52.246-25 Limitation of Liability -- Services, 852.233-70 Protest
Content, 852.270-4, Commercial Advertising, 852.271-70
Nondiscrimination in Services Provided Beneficiaries, 852.237-7
Indemnification and Medical Liability Insurance; 52.212-5 Contract
Terms and Conditions Required to Implement Statutes and Executive
Orders, -- 52.203-6 Restrictions on Subcontractor Sales to the
Government with Alternate I, 52.219-8 Utilization of Small, Small
Disadvantaged and Women-Owned Business Concerns, 52,222-26, Equal
Opportunity, 52.222-35, Affirmative Action for Workers with
Disabilities, 52.222-36 Affirmative Action for Workers with
Disabilities, 52.222-37 Employment Reports on Disabled Veterans and
Veterans of the Vietnam Era, 52.225-19 European Union Sanction for
Services, 52.239-1 Privacy or Security Safeguards, 52.222-41, 52.224-1
Privacy Act Notification, 52.224-2 Privacy Act; 52.212-1, Instructions
to Offerors-Commercial Items; 52.212-2 Evaluation-Commercial Items --
The following factors shall be used to evaluate offers: a. Management
Approach (Methodology/approach to contract performance, Quality
Assurance and customer service plan), b. Past Performance (Identify at
least three Federal, State, or Local Government and private on going
contracts that are similar in scope and size, and c. Education
(Individual and corporate education, training, and certification). The
factors are equal in weight and when combined are approximately equal
to price. In addition to submitting evaluation criteria, Offerors must
include a completed copy of the provisions at FAR 52.212-3, Offeror
Representation and Certifications -- Commercial Items, and VAAR
852.219-70, Veteran-Owned Small Business, and their DUNS Number with
their proposal. Facsimile proposals may be sent in response to this
synopsis/solicitation to 513/475-6334. Question shall be by way of
facsimile to the same number. Offers must be received no later than
2:00 P.M. June 10, 1999. Offers sent via the US Postal Service should
be addressed to A&MMS (90C), 3200 Vine Street, Cincinnati, OH 45220.
The VA bears no responsibility for data errors resulting from
transmission or conversion processes. Posted 05/18/99 (W-SN332828).
(0138) Loren Data Corp. http://www.ld.com (SYN# 0014 19990520\B-0005.SOL)
B - Special Studies and Analyses - Not R&D Index Page
|
|