Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 17, 2002 FBO #0105
SOLICITATION NOTICE

R -- ACCOUNT RECEIVABLE TECHNICIANS

Notice Date
3/15/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Attn: Department of Veterans Affairs Medical Center, Contracting Officer, (90C), 1970 Roanoke Boulevard, Salem, Virginia 24153-5483
 
ZIP Code
24153-5483
 
Solicitation Number
658-42-02
 
Response Due
3/27/2002
 
Archive Date
4/26/2002
 
Point of Contact
Point of Contact - Christopher Grubbe, Contract Specialist, (540) 983-1049, Contracting Officer - Christopher Grubbe, Contract Specialist, (540) 983-1049
 
E-Mail Address
Email your questions to Christopher Grubbe
(christopher.grubbe@med.va.gov)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information contained in this notice. This procurement is being conducted under Simplified Acquisition Procedures in accordance with FAR Part 13. This announcement constitutes a formal Request for Proposal(RFP)and a written solicitation WILL NOT BE issued. The solicitation document and incorporated provisions and clauses are those in effect through FAR FAC 2001-04. RFP 658-42-02 should be referenced on all proposals. This acquisition is 100% small business set-aside and the NAICS Code is 541219 with a small business size standard of $7.0 million. The Government reserves the right to make multiple awards from this synopsis/solicitation. The Department of Veterans Affairs, Medical Center Salem, 1970 Roanoke Boulevard, Salem, Virginia 24153, is soliciting for two (2) Accounts Receivable Technicians to provide services at the Salem, VAMC. Contract shall be for three (3) months with an option to extend additional three (3) months. Estimated hours for Accounts Receivable Technician (ART) is an estimated total of 352 hours (176 hours for each ART). Proposal shall be submitted as hourly rate for the Accounts Receivable Technicians. In accordance with the terms, conditions, provisions and specifications of this proposal the Government intends to enter into a firm fixed price contract. Offeror should thoroughly review the specifications and become familiar with the areas of coverage prior to submitting proposal, in order to be fully aware of the scope of the services required. Failure to understand the contract?s requirements shall not relieve the Contractor from performing in accordance with the strict meaning and intent of the specifications. This is an all-inclusive contract. The Government shall not reimburse any cost not incorporated into the resultant contract. Contractor shall provide the services of two (2) Accounts Receivable Technicians to perform collections from 3rd party insurance carriers billed by the Medical Care Cost Recovery Unit at the Department of Veterans Affairs Medical Center (VAMC), Salem, Virginia. The range of services shall be as described below. Contractor shall provide designated personnel to perform the requirements in order to provide a continuity of workflow. Contractor?s employee(s) must be present at the VAMC, Salem, Virginia, and shall actually performing the services specified in the contract or the contract cost shall be decreased accordingly during each billing cycle. The payment for any leave, including sick leave, holiday or vacation time, is the responsibility of the Contractor. The Contractor agrees in accordance with the terms and conditions stated herein, to furnish services to and at the VAMC, Salem, Virginia, as specified in this contract. The services and contract requirements may be changed by written modification to this contract. The modification shall be prepared, reviewed by all parties, and approved by the VAMC Contracting Officer. The Contractor(s) personnel shall perform the required services in accordance with VAMC Policies, Procedures, and Regulations of this Medical Facility. The Contractor shall perform services under the direction of the Medical Care Cost Fund (MCCF) Coordinator, and the Chief, Resources Support Service, VAMC, Salem, Virginia. Personnel assigned by the Contractor to perform the services covered by this contract shall be computer literate. Accounts Receivable Technicians: (1) Shall maximize benefit payments received from insurance companies through the UB-92 and HCFA 1500 billing process. Contractors personnel must be able to read, understand, and initiate appropriate follow-up to insurer's explanation of benefits (EOB) statement and/or rejected claims listing. This requires the ability to comprehend VA rules and regulations regarding billing of third parties, i.e., no billing of Medicare, and associated co-payment billing of Veterans. (2) Shall be able to assimilate data and other documents pertinent to the facts of a referral case in order to facilitate the District Counsel or Department of Justice?s collection efforts. (3) Contractors personnel maintain(s) and operate(s) an automated accounts receivable package on the VAMC?s Decentralized Hospital Computer Program (DHCP) that involves issuing demand letters, reviewing problem accounts, past due accounts, and also updates that data base within the system to ensure the accuracy of the information generated. Follow-up shall consist of correspondence, resubmission of claims, telephone calls, on line adjustment requests, etc. Identified billing errors, requests for medical information, pre-authorization, etc. will be brought to the attention of the MCCF Coordinator. Contractors? personnel shall ensure that follow-up activity is fully documented by entry of bill comments and establishment of a suspense date for additional follow-up action. In addition, Contractors personnel shall generate documents for rejects or adjustments. (4) Contractors personnel shall compose and type letters, memoranda, forms, reports of contact, and other forms and/or letters as required. Contact with Veterans shall be limited to correspondence and/or telephone calls as needed to update insurance files or recover monies paid in error to the patient. Such contact should be pre-approved by the MCCF Coordinator to assure accuracy and necessity. All contacts must be documented as a follow-up activity. (5) Contractors personnel shall comply with the Privacy Act of 1974 and other applicable laws, Federal Regulations, VA Statutes and Policies, VHS and RA policy. The Contractor as defined herein shall furnish the services covered by this contract. The Contractor shall not be required, except in case of emergency, to furnish such services on a Federal Holiday or during off-duty hours. Work Hours: Monday through Friday, 7:45 a.m. to 4:30 p.m. The Contractor shall be responsible for protecting the personnel furnishing services under this contract. To carry out this responsibility, the Contractor shall provide the following: Worker?s Compensation Insurance, Health Examinations (to include current TB Test results), Health and/or Life Insurance, Income Tax Withholding, and Social Security Payments. The parties agree that such personnel shall not be considered VAMC employees for any purpose and shall be considered employee(s) of the Contractor. The VAMC, Contracting Officer?s Technical Representative (COTR) shall establish and maintain a record keeping system that will record the services performed by the Contractor?s employee(s). Contractor?s employee(s) shall report to the MCCR Coordinator or his/her designee upon arrival at the VAMC, Salem, Virginia. In performance of official duties, the Contractor?s employee(s) have regular access to printed and electronic files containing sensitive data, which must be protected under the provisions of the Privacy Act of 1974 (5 U.S.C. 552a), and other applicable laws, Federal Regulations, Veterans Affairs statutes and policies. The Contractor?s employee(s) are responsible for (1) protecting that data from unauthorized release or from loss, alteration, or unauthorized deletion and (2) following all applicable regulations and instructions regarding access to computerized files, release of access codes, etc., as set out in a computer access agreement which the Contractor?s employee(s) shall sign. Contracting With Parties Listed On The OIG List Of Excluded Individuals/Entities: In accordance with The Health Insurance Portability and Accountability Act (HIPAA) and the Balanced Budget Act (BBA) of 1977, the Office of Inspector General has established a list of parties and entities excluded from Federal health care programs. Specifically, the listed parties and entities may not receive Federal Health Care program payments due to fraud and/or abuse of the Medicare and Medicaid programs. Therefore, all offerors shall review the OIG List of Excluded Individuals/Entities on the OIG web site at www.hhs.gov/oig to ensure that the proposed candidate(s) and/or firm(s) are not listed. Offerors should note that any excluded individual or entity that submits a claim for reimbursement to a Federal health care program, or causes such a claim to be submitted, may be subject to a Civil Monetary Penalty (CMP) of $10,000 for each item or service furnished during a period that the person or entity was excluded and may also be subject to treble damages for the amount claimed for each item or service. CMP?s may also be imposed against health care providers and entities that employ or enter into contracts with excluded individuals or entities to provide items or services to Federal program beneficiaries. By signing the offer/bid, the Contractor certifies that he/she has reviewed the OIG List of Excluded Individuals/Entities and that the proposed candidate(s) and/or firm is not listed as of the date the offer/bid was signed. Payment to the Contractor shall be made weekly, in arrears, upon receipt of a properly prepared invoice. Itemized billings shall be submitted for resources furnished. Payment address: Chief, Resources Support Services (04A), VA Medical Center, 1970 Roanoke Boulevard, Salem, Virginia 24153. Offerors shall provide a completed set of provisions with their offer found at FAR 52.212-3, Offeror Representation and Certifications-Commercial Items. Provisions and clauses found at 52.212-1, 52.212-4, and 52.212-5 apply. The following FAR and VAAR clauses and provisions are added by addendum 52.224-1 Privacy Act Notification; 52.224-2 Privacy Act; 52.228-5 Insurance-Work on a Government Installation; 852.270-4 Commercial Advertising; and 852.270-1 Representatives of Contracting Officer. The duration of required services is a minimum of ninety (90) calendar days with the possibility of extension up to six (6) months. Offerors may find the FAR provisions and clauses on the Internet at http://www.arnet.gov/far/ and http://www.va.gov/oa&mm/vaar/. Proposals will be due no later than close of business March 27, 2002. The anticipated starting date for these Account Receivable Technicians shall be on or around April 1, 2002. An official authorized to bind the offeror?s organization must sign all offers. Proposal copies shall be submitted with original signature via mail or hand carried to Contracting Officer (90C1), VA Medical Center, 1970 Roanoke Boulevard, Salem, Virginia 24153. Completed Representations and Certifications (FAR 52.212-3 Offeror Representations and Certifications ? Commercial Items) may be submitted by fax to Contracting Officer (90C1) at (540) 983-1065.
 
Web Link
RFP 658-42-02
(http://www.bos.oamm.va.gov/solicitation?number=658-42-02)
 
Record
SN00043500-W 20020317/020315213247 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.