Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 20, 2010 FBO #3010
SOLICITATION NOTICE

R -- On-Site Diagnosis and Coding Compliance

Notice Date
2/18/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 96th Contracting Squadron (Eglin AFB), 308 W D Avenue, Bldg 260, Suite 130, Eglin AFB, Florida, 32542-5418, United States
 
ZIP Code
32542-5418
 
Solicitation Number
F1T4AS9188A005a
 
Archive Date
3/10/2010
 
Point of Contact
Carnell W. James, Phone: (850) 882-0356, Tahnee L. Yon, Phone: 8508820341
 
E-Mail Address
carnell.james@eglin.af.mil, tahnee.yon@eglin.af.mil
(carnell.james@eglin.af.mil, tahnee.yon@eglin.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The 96th Contracting Squadron, Eglin AFB, Florida intends to solicit and award a firm-fixed price contract for On-Site Diagnosis and Coding Compliance with two option periods, in accordance with requirements listed below. This is a combined synopsis/solicitation for commercial services prepared in accordance with the Federal Acquisition Regulation (FAR) Subpart 12.6 and Subpart 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. The announcement number is F1T4AS9188A005. The North American Industry Classification System (NAICS) code for this acquisition is 541611 with a size standard of $7M. Please identify your business size in your response based upon this standard. A requirement exists for On-Site Diagnosis and Coding Compliance with the following minimum specifications: • Contractor must hold a national accreditation from the Joint Commission and Hospital Corporation of America (HCA) • Contractor must review the accuracy and appropriateness of ICD-9-CM diagnosis codes for ancillary, emergency department and outpatient surgery encounters • Contractor must review the accuracy of APC assignment • Contractor must review the accuracy and appropriateness of UB-04 revenue code assignment • Contractor must identify services provided but not accurately billed (over / under coding) • Contractor must evaluate outpatient record processing procedures • Contractor must evaluate procedures for capturing outpatient services • Contractor must evaluate the flow of demographic, clinical and financial data from patient care delivery to billing • Contractor must provide a written report quarterly detailing: o Coding accuracy rates and APC financial impact for Medicare o Claims with coding or documentation issues o Findings, issues, and recommendations for improvement • Contractor must conduct interviews with hospital management and billing staff and analyze the following: o Appropriateness of MS-DRG assignment o Principal diagnosis and principal procedure code selection o Accuracy of code assignment submitted on the UB-04 billing document o Sequencing of diagnosis and procedure codes assigned o Appropriateness of Present on Admission (POA) indicators o Accuracy of MS-DRG assigned on the UB-04 and remittance advice • Contractor must provide the following: o MS-DRG and International Classification of Diseases, Ninth Revision (ICD-9-CM) coding education session o Rebilling recommendations o Calculation of the MS-DRG reimbursement revisions o Diagnosis coding accuracy rate o Procedure coding accuracy rate o Summary of findings with recommendations for improvement • Contractor must provide Quarterly On-Site visits with Off-site assistance to ensure successful implementation of recommendations with first Quarter visit beginning March 2010. • Incorporate all travel cost associated with quarterly visits in quarterly quote. Do not separate travel cost. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-38 Effective as of 1 Feb 2010. • FAR 52.204-7, Central Contractor Registration; • FAR 52.212-1, Instructions to Offerors -¬¬ Commercial Items; • FAR 52.212-2, Evaluation -Commercial Items. Evaluation will be based on the following factors: price and technical (capability of item offered to meet the government's needs); • FAR 52.212-3, Offerors Representations and Certifications - Commercial Items, Alternate I (Effective January 1, 2005, in accordance with FAC 2001-26, offerors are required to provide representations and certifications electronically via the BPN website http://www.bpn.gov); • FAR 52.212-4 Contract Terms and Conditions - Commercial Items; • FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, incorporating the following: • 52.233-3, Protest After Award; • 52.233-4, Applicable Law for Breach of Contract Claim; • 52.222-3, Convict Labor; • 52.222-19 Child Labor - Cooperation With Authorities and Remedies; • 52.222-21, Prohibition of Segregated Facilities; • 52.222-26, Equal Opportunity; • 52.222-35, Equal Opportunity for Special Disabled, Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; • 52.222-36, Affirmative Action for Workers With Disabilities; • 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; • 52.225-13, Restrictions on Certain Foreign Purchases • 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration * 52.217-9 Option to Extend the Terms of the Contract • 52.219-28, Post-Award Small Business Program Representation • 52.247-34, F.O.B Destination; • 52.252-2, Clauses Incorporated by Reference (Feb 98), which reads as follows: This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil (End of Clause); • DFARS 252.212-7001, Contract terms and conditions required to Implement Statutes or Executive Orders applicable to Defense acquisitions of Commercial Items, incorporating the following: • DFARS 252.225-7036 Alt I, Buy American Act - Free Trade Agreements - Balance of Payments Program • DFARS 252.232-7003, Electronic Submission of Payment Requests; • DFARS 252.247-7023 Alt III, Transportation of Supplies by Sea To view the other provisions and clauses in full text, visit the web site http://farsite.hill.af.mil Vendors must be registered in Central Contractor Registration (www.ccr.gov) before award can be made. All responses must be received no later than 12:00 P.M., Central Standard Time on 23 Feb 2010. The quote format is at the discretion of the offeror. Send all responses by email to Carnell James at carnell.james@eglin.af.mil or by facsimile to (850) 882-1680. Tahnee Yon will be the alternate POC for this contract; contact her by email at tahnee.yon@eglin.af.mil or by phone at (850) 882-0338.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/96thContractingSquadronEglin/F1T4AS9188A005a/listing.html)
 
Place of Performance
Address: Eglin AFB, Eglin, Florida, 32542, United States
Zip Code: 32542
 
Record
SN02068873-W 20100220/100218235439-32435c1e2fb7f97b90995ea0546ea5ef (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.