Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 22, 2010 FBO #3254
SOLICITATION NOTICE

R -- Outpatient Coding Review Service - Performance Work Statement

Notice Date
10/20/2010
 
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, AAC/PKO (Eglin AFB), 308 W D Avenue, Bldg 260, Suite 130, Eglin AFB, Florida, 32542-5418, United States
 
ZIP Code
32542-5418
 
Solicitation Number
F1T4AS0166A011
 
Archive Date
10/27/2010
 
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 actual PWS that has been incorporated into this solicitation is attached for additional clarity. The Air Armament Center, Operational Contracting Division, Eglin AFB, Florida intends to solicit and award a firm-fixed price contract for an outpatient coding review service in accordance with the attached Performance Work Statement and associated components as listed below. This is a combined synopsis/solicitation for commercial services prepared in accordance with the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. The announcement number is F1T4AS0166A011. 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. The requirement consists of the following items: CLIN0001: QUARTERLY OUTPATIENT CODING REVIEW SERVICES AS DESCRIBED IN THE ATTACEHD PERFORMANCE WORK STATEMENT. PERIOD OF PERFORMANCE 1 NOV 2010 TO 31 OCT 2011. PERFORMANCE WORK STATEMENT Inpatient & Outpatient Coding Reviews 1. Description of Services: 1.1. GENERAL: The contractor shall provide coding compliance reviews of certain inpatient ambulatory surgery and outpatient records. The contractor employee providing the reviews must be credentialed through AHIMA as an RHIT, RHIA, and CCS. The contractor employee must have a minimum of three years experience as a reviewer. 1.1.1. The reviews assess coding quality and identify educational opportunities for the coding staff. 2. SCOPE OF REVIEWS: 2.1. The reviews will be conducted on a quarterly basis and consist of: The Clinic/ER encounter reviews will be performed off-site. The Inpatient & Ambulatory Surgery reviews will be conducted on-site. All encounters will be reviewed in retrospective fashion to ensure a thorough analysis of full record documentation is achieved. 2.1.1. Clinic & ER visits (Professional E & M level code validation) 35 -40 encounters 2.1.2. Inpatient 25 Records 2.1.3. Ambulatory Surgery 25 Records 3. CODING RECOMMENDATIONS: 3.1. Recommended coding and MS-DRG/APC /POA changes will be supported by published guidelines (i.e. Coding Clinics, CPT Assistant, 1997 E /M, DOD published guidelines) to include clinical documentation that demonstrates the appropriateness of the code. Worksheets will be provided to support all recommendations along with a detailed report. A formal follow-up report will be provided for Executive Leadership review. 4. EXIT/EDUCATIONAL CONFERENCE: 4.1. The reviews will be concluded with an exit/educational conference. Immediate feedback of review results will be provided. Recommendations are communicated in an informative, educational manner, and the findings are discussed in detail on a case-by-case basis. 5. CONTINUING EDUCATIONAL CREDITS: 5.1. Educational credits will be available through the American Health Information Management Association (AHIMA). 6. FACILITIES: 6.1. The government will provide a desk for the on-site contractor employee. 7. SERVICE DELIVERY SUMMARY: PERFORMANCE OBJECTIVES PERFORMANCE WORK PERFORMANCE THRESHOLD STATEMENT PARA 1. Contractor employee will be 1.1. 0 defect credentialed through AHIMA, RHIT, RHIS, and CCS. 2. Review 35 -40 outpatient/ER 2.1. & 2.1.1. 0 defect visits quarterly, off-site 3. Review 25 inpatient and 25 2.1. & 2.1.2, 2.1.3 0 defect ambulatory surgery visits quarterly on-site 4. Provide exit/educational 4.1. 0 defect conferences on a quarterly basis for off-site and on-site visits 5. Provide informal and formal 4.1. 0 defect reports for review by Executive Leadership 6. Provide continuing education 5.1. 0 defect hours through the American Health Information Association (End of Performance Work Statement) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-45 Effective as of 01 October 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 2:00 P.M., Central Standard Time on 26 October 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 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/F1T4AS0166A011/listing.html)
 
Place of Performance
Address: Crestview, Florida, 32542, United States
Zip Code: 32542
 
Record
SN02313803-W 20101022/101020233847-73acad9f15f9775f28d8c3f2ed5dc3e2 (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.