Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 01, 2006 FBO #1528
SOLICITATION NOTICE

R -- Contractor shall recover existing, usable, unapplied credits, overpayments, duplicate payments and other delinquent debts from past and current suppliers of medical/non-medical items, goods and services that are owed to the MEDCOM.

Notice Date
1/30/2006
 
Notice Type
Solicitation Notice
 
NAICS
541211 — Offices of Certified Public Accountants
 
Contracting Office
ACA, Fort Sam Houston , Directorate of Contracting, 2107 17th Street, Bldg. 4197 , Fort Sam Houston, TX 78234-5015
 
ZIP Code
78234-5015
 
Solicitation Number
W9124J-06-T-0017
 
Response Due
2/8/2006
 
Archive Date
4/9/2006
 
Small Business Set-Aside
Total Small Business
 
Description
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; proposals are being requested and a written solicitation will not be issued. ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 $50,000.00 Dollars, U.S. % $ RECOVERY AUDIT SERVICES Wage Determination No. 94-2521, Revision 29 is hereby made a part of this contract and is attached herein. Government Contracting Officer's Representative: Mike David , Phone: (210) 221-7995 Period of Performance: 15 February 2006 through 14 February 2007. ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 1001 $50,000.00 Dollars, U.S. % $ OPTION RECOVERY AUDIT SERVICES Period of Performance: 15 February 2007 through 14 February 2008. ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 2001 $50,000.00 Dollars, U.S. % $ OPTION RECOVERY AUDIT SERVICES Period of Performance: 15 February 2008 through 14 February 2009. ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3001 $50,000.00 Dollars, U.S. % $ OPTION RECOVERY AUDIT SERVICES Period of Performance: 15 February 2008 through 14 February 2009. ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4001 $50,000.00 Dollars, U.S. % $ OPTION RECOVERY AUDIT SERVICES Period of Performance: 15 February 2010 through 14 February 2011. CLAUSES INCORPORATED BY REFERENCE 52.203-4 GRATUITIES APR 1984 52.212-4 CONTRACT TERMS AND CONDITIONS-- COMMERCIAL ITEMS (OCT 2003) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (JUL 2005) 52.212-3 -- Offeror Representations and Certifications -- Commercial Items. 252.201-7000 C52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (JUL 2005) ONTRACTING OFFICER'S REPRESENTATIVE DEC 1991 252.246-7000 MATERIAL INSPECTION AND RECEIVING REPORT MAR 2003 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS JAN 2004 52.232-18 AVAILABILITY OF FUNDS (APR 1984) CLAUSES INCORPORATED BY FULL TEXT 52.212-2 -- Evaluation -- Commercial Items. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Management and Organization. Must provide a description of its operational history which reflects that it has a minimum of three (3) consecutive years experience as a recovery audit firm with extensive medical recovery audit experience. Government a ssessment will focus on organization and staffing, to include minimum qualifications of personnel. (ii) Technical Capability. Must submit as part of this experience documentation that will assist this office in determining firms understanding of the technical requirements and assess the firms ability and methodology to meet the minimum requirements. Of interest is a description of the services to be performed by the firm including the amounts expected to be recovered and the use of summary data presentation utilizing proprietary software, algorithms and advanced methods during performance of service s. (iii) Past Performance. Must submit relevant work history that is the same or similar in nature, size and complexity to the services described herein. A past performance survey will be conducted based on this information as well as with existing Governm ent records. References shall include Company/Agency name, address, and contact persons name and phone number. (iv) Price. Price shall be evaluated for completeness and reasonableness and analyzed for errors, omissions, and for unbalanced offers. The Government will award a contract resulting from this combined synopsis/solicitation to the responsible offeror whose offer will be most advantageous to the government, price and other factors considered. The following factors will be used to evaluate offers: (i) Mana gement and Organization; (ii) Technical Capability; (iii) Past Performance; and (iv) Price. Factors i through iii are approximately equal to price in importance. However, selection will be based on best value to the government, price and other non cost f actors considered. (b) The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced . Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the o ffers specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 52.217-8 -- Option to Extend Services. The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The optio n provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 15 days prior to contract completion. (End of Clause) 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 15 working days prior to completion of the contract term; provided that the Government gives the Contractor a preliminary written notice of its intent to ext end at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 60 months. (End of clause) PERFORMANCE-BASED WORK STATEMENT RECOVERY AUDIT SERVICES 1.0 REQUESTING AGENCY. The U.S. Army Medical Command (MEDCOM) Office of the Chief of Staff Logistics Division (ACSLOG) located at Fort Sam Houston, Texas. 1.1 Improper, erroneous and/or non-vendor payments are considered a widespread and significant problem in the Federal Government. These situations may result from a wide range of inadvertent errors, payments on unsupported claims, duplicate payments, and payments to ineligible beneficiaries. Therefore, MEDCOM needs to ensure that they are not contributing to the problem. 1.2 Contracting Officers Representative (COR) is Mr. Michael David, (210) 221-7995. 2.0. PERIOD OF PERFORMANCE. 2.1 Base period is 15 February 2006 through 14 February 2007 2.2 There shall be four, one-year, option periods. 3.0 SCOPE OF SERVICES. The scope of this requires that the contractor recover existing, usable, unapplied credits, overpayments, duplicate payments and other delinquent debts from past and current suppliers of medical/non-medical items, goods and service s that are owed to the MEDCOM. Services shall be performed under the authority of Section 354 of the National Defense Authorization Act for FY 1996 (Public Law 104-106; 110 Stat. 268; 10 U.S.C. 2461), and section 831 of the National Defense Authorizat ion Act for FY 2002 (Public Law 107-107). 4.0 TASKS. 4.1 Prepare letters of initial contact to those vendors that are targeted for examination on behalf of the MEDCOM. 4.2 Request submission of appropriate accounting records that will be examined and analyzed by the contractor. 4.3 Examine and analyze the vendors accounting records to identify and recover existing yet unapplied usable credits owed to the MEDCOM. 4.4 Unless notified specifically in writing by the COR, the contractor will not try to recover cash from the following special accounts: 1) Credits from expired pharmaceutical return programs; 2) Credit returns; 3) Prime Vendor credit accounts; 4) Specia l National Blood Bank Accounts; 5) Open invoices not past due; and 6) Administrative errors (reversal of mistaken charges). These credit accounts are already known and are being worked by the MEDCOM activities. The exception to this for 1 &-3 above is cr edits that are more that one calendar year old. Experience has shown that these credits are either not known or not being worked by the activities and therefore the contractor can recover them under this contract. The COR shall be contacted by the contr actor for concurrence. 4.5 Contractor will be retained on a pay-for-performance basis. Amount paid is dependent on the money recovered by contractor on behalf of MEDCOM clients. Contractor shall invoice only after monies have been recovered and received by the MEDCOM Resource Management (RM). 5.0 DELIVERABLES. 5.1 The contractor shall provide the COR and other designees (Contracting Office, the ACSLOG and the MEDCOM Resource Management (RM)), as a minimum, a quarterly report that relates all progress, findings, and results attained and in sufficient detail to s upport the invoice. In addition, MEDCOM requires that the quarterly reports be compiled to produce biannual and annual summaries that track and analyze this same information. 5.2 The contractor shall furnish copies of all written communication with vendors when required by the COR. 5.3 Briefings and reports. Annual Lessons Learned brief/report that provides MEDCOM with a detailed report describing identified errors, reasons those errors occurred, as well as practical solutions to prevent future errors. 6.0 PRIVACY OF PROTECTED HEALTH INFORMATIONDELIVERABLES. 6.1 Definitions. As used in this clause - Individual has the same meaning as the term individual in 45 CFR 164.501 and shall include a person who qualifies as a personal representative in accordance with 45 CFR 164.502(g). Privacy Rule means the Stand ards for Privacy of Individually Identifiable Health Information at 45 CFR part 160 and part 164, subparts A and E. Protected Health Information has the same meaning as the term protected health information in 45 CFR 164.501, limited to the information created or received by the contractor from or on behalf of The Government. Required by Law has the same meaning as the term required by law' in 45 CFR 164.501. Secretary means the Secretary of the Department of Health and Human Services or his/her desig nee. Terms used, but not otherwise defined, in this Agreement shall have the same meaning as those terms in 45 CFR 160.103 and 164.501. 6.2 The contractor agrees to not use or further disclose Protected Health Information other than as permitted or required by the Contract or as Required by Law. 6.3 The contractor agrees to use appropriate safeguards to prevent use or disclosure of the Protected Health Information other than as provided for by this Contract 7.0. CONTROL PROCEDURES. 7.1 The COR will provide a list of MEDCOM activities to the contractor for them to recover monies for. The list is thorough but not all inclusive and the contractor will recover monies for any MEDCOM activity. Furthermore, initial familiarization/orient ation on services required shall come from the COR. Additionally, consultation for issues requiring cl arification shall be directed to the COR. MEDCOM strongly encourages the contractor to use their own resources. 7.2 The contractor shall work from an off site location and not within government offices. The Government will not provide office space, office supplies, automation equipment, etcetera. 7.3 The contractor shall provide this service with the least amount of disruption to MEDCOM activities. With the exception of answering a few questions, MEDCOM staff is never asked to assist contractor during audits. 7.4 The contractor shall obtain checks from the vendors that will allow utilization and/or accrual by the MEDCOM RM. In the event a vendor directly credits a MEDCOM activities account as a result of the contractors actions, the MEDCOM will reimburse the contractor as if the MEDCOM RM received an actual check, provided sufficient documentation is provided. The MEDCOM RM shall validate all invoices from recovered funds and posting to appropriate accounts. 8.0 PROTECTION OF DATA DEVELOPED BY THE CONTRACTOR. 8.1 Information, documents, media, etc., created as a result of this contract shall remain the property of the Government. Prior Government approval is required for removal and/or duplication of data. 8.2 Contractor shall ensure that all data collected and created as a result of this contract is secured when not being worked on in support of this requirement. 8.3 The contractor shall obtain the approval of the Contracting Officer prior to executing any subcontract for performance of any work called for in this contract. 8.4 The contractor shall not disclose any of the data it reviews or prepares, nor results of any efforts performed under this contract, and shall sign appropriate non-disclosure statements prior to commencement of work. Remarks. 1) Proposals shall include: (a) A completed copy of the provision at FAR 52.212-3, (b) Requested information under FAR clause 52.212-2. (2) All responsible sources may submit a proposal, which shall be considered. It is anticipated that award w ill be made without discussions; although, the government reserves the right to hold discussions if necessary. (3) Proposals must be received by 8 February 2006 at 1615 (4:15 p.m.) Central Time Zone and reference the solicitation number. Proposals shall be E-Mailed to (osvaldo.vela@samhouston.army.mil);or faxed to 210-221-4452. For information regarding this solicitation contact Osvaldo C. Vela at 210-221-3716 or e:mail to the above address and reference the solicitation number.
 
Place of Performance
Address: ACA, Fort Sam Houston Directorate of Contracting, 2107 17th Street, Bldg. 4197 Fort Sam Houston TX
Zip Code: 78234-5015
Country: US
 
Record
SN00975651-W 20060201/060130212157 (fbodaily.com)
 
Source
FedBizOpps 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.