Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 20, 2003 FBO #0598
SOLICITATION NOTICE

R -- Develop and Deliver Medicare Cost Reports & Cost Analyses

Notice Date
7/18/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Health and Human Services, Program Support Center, Division of Acquisition Management, Parklawn Building Room 5-101 5600 Fishers Lane, Rockville, MD, 20857
 
ZIP Code
20857
 
Solicitation Number
Reference-Number-CAB07182003
 
Response Due
9/1/2003
 
Archive Date
9/16/2003
 
Point of Contact
Christopher Brennan, Contract Specialist, Phone 301-443-0403, Fax 301-443-8488, - Rosanna Browning, Contracting Officer, Phone 301-443-6931, Fax 301-443-2761,
 
E-Mail Address
cbrennan@psc.gov, rbrowning@psc.gov
 
Description
The Department of Health and Human Services, Program Support Center, Division of Acquisition Management, intends to award a sole source, cost-reimbursement contract to the Moore Consulting Group, LLC of Palm Desert, CA. Moore Consulting Group will assist the Indian Health Service (IHS) by providing support to develop and deliver Medicare cost reports, cost analyses, including cost report variances/explanations, determine the cost of delivering health care and developing recommendations on cost of care for Medicare and Medicaid to support rate setting, Disproportionate Share (DSH) reimbursement review, and Critical Access Hospital analysis. Specifically, the following five tasks will be performed: (1) MEDICARE METHOD E (MODIFIED) COST REPORT PREPARTATION which is critical to the IHS to identify the total cost of each of its 47 hospitals and to comply with Centers for Medicare and Medicaid Services (CMS) and the Medicare Fiscal Intermediary (FI) requirements; (2) MEDICARE STANDARED COST REPORT PREPARATION DEVELOPED AT A SELECTED SITE which will require a comparison of the Medicare standard cost reports requirements (system, staffing, charge structure data, etc) with the modified method E cost report currently being developed for IHS to determine the benefits (if any) of developing the infrastructure to complete Medicare standard cost reports; (3) DISPROPORTIONATE SHARE (DSH) REIMBURSEMENT REVIEW of several IHS facilities that do not get the Medicare add-on payment for inpatient services to determine if they are eligible so that IHS may seek reimbursement and to develop a model and training package to ensure that the annual report (required by the Medicare Fiscal Intermediaries to establish a basis for the DSH payment) can be completed by each of the 47 hospitals accurately and in the most efficient manner possible; (4)CLINICAL WORKLOAD COMPILATION, MEDICARE AND MEDICAID COST ANALYSIS AND RATE ESTIMATING AND MANAGEMENT REPORTS gathered on workload information from several National IHS data sources and from each of the hospitals as the Medicare cost reports are being completed to identify key information on Medicaid and Medicare billable workload. After the cost reports have been completed, the contractor summarizes certain cost report data elements and integrates key IHS workload data to form a basis to evaluate and analyze cost of delivering health care in IHS facilities and determine the cost of care for Medicare and Medicaid activities; and (5) CRITICAL ACCESS HOSPITAL (CAH) ANALYSIS REPORTS AND TRAINING for the seven (7) current IHS CAHs and the thirteen (13) IHS hospitals that may convert to CAHs during fiscal year 2003 to include reports and analysis of the data with revenue projections, additional work to address audits by the Fiscal Intermediary, and training and assistance to potential sites to aid in conversion to CAH. The Government knows of only one source, Moore Consulting Group, who is adequately familiar with and has the unique knowledge of the special IHS requirements identified by the CMS. Specifically Moore Consulting Group possesses the following unique qualifications necessary to provide the required services: (1)Knowledge of and familiarity with the Method E cost report variation/adjustments negotiated in the past six years with the CMS; (2) familiarity with staff responsible for the IHS administrative and clinical operations/information systems at over 47 hospitals; (3) knowledge of IHS accounting and reimbursement systems/payment methods; (5) knowledge of IHS management reports required to determine cost and enable IHS to set rates; (6) knowledge of the roles and responsibilities of each level of the IHS and CMS and the protocol for collecting all necessary data; (7) knowledge of the unique and non-standardized IHS systems (IHS financial, property and equipment management, clinical and information systems); (8) knowledge of the unique management workload reports necessary to determine unit outpatient and inpatient costs to base rates; (9) knowledge of IHS variations in recording allowable and unallowable accounting data; and (10) knowledge of the IHS resource patient management system (RPMS). Pursuant to 41 USC 253 (c) (1) as implemented by FAR 6.302-1, this requirement has been justified in accordance with FAR 6.303. The contract shall have a 12-month base period with four, 12-month option periods. Interested parties who feel that they are capable of fulfilling this requirement may identify their interest by providing clear and comprehensive information supporting their claim, inclusive of references listing contact person(s) and phone number(s). This notice of intent is not a request for competitive proposals. However, all information received within 45 days of the publication of this notice will be considered by the Government. A determination by the Government not to compete this requirement is solely within its discretion. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. If no responses are received in 45 days, the Government shall negotiate and award a contract to Moore Consulting Group, LLC. See numbered note 22.
 
Place of Performance
Address: Rockville, Maryland
 
Record
SN00374994-W 20030720/030718213450 (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.