Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 24, 2006 FBO #1671
MODIFICATION

R -- Medical Coding Support at HQ Pacific Air Forces and Its Military Treatment Facilities

Notice Date
6/21/2006
 
Notice Type
Modification
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 15 CONS - Hickam, 90 G Street, Hickam AFB, HI, 96853-5230
 
ZIP Code
96853-5230
 
Solicitation Number
FA5215-06-R-0015
 
Response Due
7/7/2006
 
Archive Date
7/22/2006
 
Point of Contact
Paul Cunanan, Contract Specialist, Phone (808) 449-6860 X618, Fax (808) 449-7026, - Erika Eberhart, Contracting Officer, Phone (808) 449-6860 X612, Fax (808) 449-7026,
 
E-Mail Address
paul.cunanan@hickam.af.mil, erika.eberhart@hickam.af.mil
 
Small Business Set-Aside
8a Competitive
 
Description
21Jun06 - The changes are as follows: 1) NAICS code has been changed to 518210, Data Processing, Hosting, and Other Related Services. Size standard: $23 million. 2) A DRAFT revised Performance Work Statement (PWS) dated 15 Jun 06 has been posted in Fedbizopps. 3) In addition, A DRAFT solicitation with DRAFT attachments has been posted in Fedbizopps as well. CAUTION: Consider these documents as drafts. Information, dates, etc appearing therein are tentative and subject to change. It was posted so potential offerors may start reviewing, while awaiting official release. 4) Once released, a final solicitation with attachments, will be announced and posted in Fedbizopps. The final solicitation will have the official submission dates and information, including the pre-proposal conference date and time. 5) There are no further changes. . The 15th Contracting Squadron, Hickam AFB Hawaii, intends to award a competitive Small Business 8(a) set-aside contract. This effort will be awarded as a Firm-Fixed Price contract with a one-year base period and four one-year option periods. The base period of the contract is expected to begin on/about 1 Sep 2006 through 31 Aug 2007. The performance-based requirement is a non-personal services including but not limited to, supplemental staffing for coding personnel to perform outpatient record coding, inpatient record coding, ambulatory procedure coding and related medical record functions that cover a wide range of medical specialties for the specific Medical Treatment Facility (MTF). The place of performance are as follows: Andersen AFB, Guam, Eielson AFB and Elmendorf AFB, Alaska, Hickam AFB, Hawaii, Kadena AB, Misawa AB, and Yokota AB, Japan, Kunsan AB and Osan AB, Korea. The scope of work covers Outpatient records coding will primarily be a review of the electronic medical record initiated by healthcare provider, but there may be instances were actual coding needs to take place. Inpatient coding will include coding of all documentation from admission to disposition to include any related surgeries and procedures. Ambulatory procedure coding will include coding of all outpatient surgeries and procedures. Auditing, training and feedback that are tailored to the healthcare providers will be provided by coding auditing specialists. Auditing will be provided for outpatient coding, inpatient coding and ambulatory procedure coding, as required. Training and feedback will be provided primarily to the professional staff. However, it may also include the non-professional staff and the ancillary support staff. Related medical records functions including, but not limited to, pulling, copying, scanning and filing of outpatient records, inpatient records and ambulatory procedure records may be required. Record technician support will be required at identified MTFs. A program manager will perform functional oversight, consultation and analysis for the HQ PACAF/SG staff. A third party audit must be included to ensure compliance across the board. The North American Industry Classification System (NAICS) code for this acquisition is 541990, All Other Professional, Scientific, and Technical Services, size standard is $6.5million. The estimated release of the commercial solicitation, with attachment such as the performance work statement is on/about 15 Jun 2006. Once available, this solicitation must be downloaded from www.fbo.gov or www.fedbizopps.gov, NO WRITTEN, TELEPHONIC, FACSIMILE, OR E-MAIL REQUESTS will be honored. All information required for submission of an offer will be identified in the solicitation. Once solicitation is posted, it is important for all interested parties to review this site frequently for any updates and or amendments to any and all documents. The Government contemplates award of this requirement on/about 31 Jul 2006, with a performance start date of on/about 01 Sep 2006. This notice serves as preliminary information and does not obligate the government to award a contract, restrict the government in its ultimate acquisition approach, or obligate the government to pay for proposal cost. To be eligible to receive an award resulting from this solicitation, contractor must be registered in the DOD Central Contractor Registration (CCR) database and with the Online Representations and Certifications Application (ORCA), or risk having their proposals declared non-responsive. ORCA replaces most paper-based representations and certifications previously found in Section K of contractor proposals. If you are required to be registered in CCR, you are now required to also be registered in ORCA, NO EXCEPTIONS. Click on this link: http://orca.bpn.gov/login.aspx to get registered. Information on registration and annual confirmation requirements may be obtained by calling 1-888-227-2423, or via the Internet at http://www.ccr.gov/. This solicitation is restricted to 8(a) firms certified by Small Business Administration. Offers from non 8(a) certified firms will not be accepted/considered. The government contemplates using the proposal evaluation prescribed in FAR 15.1 Best Value Tradeoff Process, which allows, in the best interest of the Government to consider award to other than the lowest priced offeror or other than the highest technically rated offeror. Questions about this acquisition should be emailed to Mr. Paul S. Cunanan at, Contract Specialist at paul.cunanan@hickam.af.mil or Erika Eberhart, Contracting Officer at erika.eberhart@hickam.af.mil. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (21-JUN-2006). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 22-JUN-2006. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Place of Performance
Address: Multi-location in the Pacfic
 
Record
SN01076059-W 20060624/060622222437 (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.