Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2009 FBO #2853
MODIFICATION

R -- National Provider Identifier (NPI) Enumerator - Appendices

Notice Date
9/14/2009
 
Notice Type
Modification/Amendment
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of Health and Human Services, Centers for Medicare & Medicaid Services, Office of Acquisition and Grants Management, 7500 Security Blvd., C2-21-15, Baltimore, Maryland, 21244-1850
 
ZIP Code
21244-1850
 
Solicitation Number
090309NPI
 
Archive Date
10/3/2009
 
Point of Contact
Stacey M. Walker, Phone: 4107868637
 
E-Mail Address
Stacey.Walker@cms.hhs.gov
(Stacey.Walker@cms.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Appendix D - NPI Application Matrix Appendix B - NPI Enumerator Site Environment Appendix A - Process for NPI Enumerator Login The purpose of this amendment is to release incumbent information and to attach appendices, which were erroneously omitted from the original notice. Contracting Office Address : Department of Health and Human Services, Centers for Medicare & Medicaid Services (CMS), Office of Acquisitions and Grants Management, 7500 Security Blvd, C2-21-15, Central Building, Baltimore, MD, 21244-1850 Description : The Centers for Medicare & Medicaid Services (CMS) is seeking capability statements from both GSA schedule contractors and Small Businesses who believe that they can meet the requirements of the attached Statement of Work (SOW). The purpose of this notice is to request information only. The Government intends to use information submitted in response to this notice to determine the feasibility of acquiring these services via Federal Supply Schedule in accordance with FAR Subpart 8.4 or via 100% small business set aside in accordance with FAR Subpart 19.5. This is not a Request for Proposal (RFP). The Government will not pay for information submitted in response to this notice. The North American Industrial Classification System (NAICS) code is 541511. This is not an invitation for bid, request for quote or other solicitation and in no way obligates the Government to award a contract Instructions/Requirements for Submitting RFI Responses to CMS: CMS requests that respondents specifically address each question identified below. In general, while this RFI is not a request for a technical proposal, respondents should provide enough information for CMS to make a determination as to the capability to perform the same or similar work. In order for the Government to thoroughly evaluate capability statements, contractors should address the following: • Describe experience with running a national call center and handling large call volumes and spikes in call volumes. • Describe experience with error resolution, including handling large volumes of pended records. • Describe experience with processing large volumes of applications (initial and updates/changes) and experience with handling spikes in application processing. • Describe experience with XML schema and demonstrated expertise with handling system processes similar to the Electronic File Interchange (EFI) processes. • Describe knowledge/understanding of the NPI Final Rule and guidelines regarding NPI assignments. RFI responses should include, at a minimum, the information identified in each of the following: 1. Business Information: a. Company Name b. Company Address c. DUNS Number d. Does your organization have a Government approved accounting system? If so, please identify the agency that approved the system or provide a copy of approval letter. e. Type of company (e.g., large business, small business, 8(a), veteran-owned small business, service-disabled veteran owned small business, HUBZone small business, small disadvantaged business, and/or women owned small business) as validated via the Central Contractor Registration (CCR). f. Company Point of Contact - Name, Phone and Email address g. Point of contact, phone and email address of individuals who can corroborate the demonstrated capabilities identified in the responses. h. GSA schedule number, if applicable Organizations who believe they have the capability to meet the requirements described herein are encouraged to submit a capability statement no later than close of business on September 18, 2009. Capability statements shall be limited to three (3) single-spaced pages and shall be submitted via email to Stacey.Walker@cms.hhs.gov. If receipt is not acknowledged within one business day, you are encouraged to follow up to ensure receipt. Other Information : • Proprietary Information and Disclaimers: All transmitted information marked proprietary shall be treated as such. Therefore, respondents should identify any proprietary information in its RFI response. Information submitted in response to this RFI will be used at the discretion of the Government. Proprietary materials will neither be distributed, nor discussed with, any other organization or business. Further, the information submitted will remain confidential insofar as permitted by law, including the Freedom of Information and Privacy Acts. CMS reserves the right to utilize any non-proprietary technical information in the anticipated SOW or solicitation. • Respondents should be aware that this RFI is for marketing purposes only and any responses submitted do not constitute a commitment by CMS to treat any offeror more or less favorably in any anticipated forthcoming solicitation and/or ultimate award. • Responses to the RFI are not offers and cannot be accepted by CMS to form a binding contract. CMS does not intend to award a contract on the basis of this RFI, or to otherwise pay for the information solicited. No reimbursement for costs will be made associated with providing information in response to this RFI or follow-up information request. • Responses to the RFI will not be returned and will not be accepted after the due date. All communications shall be by email. • Respondents will not be notified of the results of the review of the responses. Information received will be considered solely to make informed decisions regarding a potential procurement. Incumbent Information: FOX Systems Contract Number: HHSM-500-2005-00007C Contract Value: $24,217,930 Period of Performance: 2/25/05 - 2/23/2010 On behalf of the Centers for Medicare & Medicaid Services, thank you for your interest.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/HCFA/AGG/090309NPI/listing.html)
 
Place of Performance
Address: United States, United States
 
Record
SN01953714-W 20090916/090915000848-20b00451083e6c11e7178631350b129f (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.