Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 19, 2010 FBO #3282
MODIFICATION

Q -- Private Provider Network

Notice Date
11/17/2010
 
Notice Type
Modification/Amendment
 
NAICS
621999 — All Other Miscellaneous Ambulatory Health Care Services
 
Contracting Office
Department of Health and Human Services, Program Support Center, Division of Acquisition Management, Parklawn Building Room 5-101, 5600 Fishers Lane, Rockville, Maryland, 20857
 
ZIP Code
20857
 
Solicitation Number
PSC50712
 
Point of Contact
lisa portner durant, Phone: 3014430705
 
E-Mail Address
lisa.durant@psc.hhs.gov
(lisa.durant@psc.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Source Sought Notice Private Provider Network Introduction “This is a Small Business Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice.” This is strictly market research, therefore no questions regarding this market research will be entertained. Background PSC is the shared-services provider for HHS. Created in 1995 to reduce duplication in federal administrative support services, PSC provides support services to the department, its component agencies, and other federal agencies on a competitive fee-for-service basis, allowing the agencies to focus on their core missions. Support services include administrative operations, financial management, human resources, strategic acquisition, and federal occupational health. FOH, a division of the Program Support Center and a component of Health and Human Services, works in partnership with Federal organizations throughout the US and its territories to design and deliver comprehensive solutions to meet their occupational safety and health promotion needs. The Program Support Center (PSC) at the Department of Health and Human Services (HHS) wants to identify viable small businesses that can provide a nationwide network of private providers (PPN) of occupational health medical services for the Federal Occupational Health Service (FOH). The PPN service requests will include medical surveillance exams, pre-placement physicals, collection of various laboratory specimens, immunizations, annual medical screenings, post-exposure exams, phlebotomy services, and blood pressure checks, in addition to a variety of additional health and wellness procedures and examinations. More than 16,000 exams and over 80,000 additional OH services were completed by the FOH PPN last year. The PPN will require one centralized location to manage the process of receiving the services requests, assigning the private provider to be used, collecting the results and making the medical record, quality review of the service and results, scheduling of certain exams and shipping of the completed medical record to the designated location. This centralized location will store all the medical records for the FOH PPN program and will retrieve records and ship to designated location as requested. The system for communicating and managing the network will be a contractor-provided online secured web-based portal where information on status and results will be available to designated FOH staff. The PPN supports FOH’s mission and objectives to improve the health and safety of the government workforce. This PPN will enhance the reach of FOH programs offered to its interagency partners by providing FOH’s services in remote areas where FOH does not have an Occupational Health Clinic. The PPN will support FOH’s ability to provide high quality occupational health medical services to the Federal government. Purpose and Objectives The purpose of this acquisition is to provide a network of private providers of occupational health medical services nationwide. Firms are required to have professional and technical expertise in providing a network of occupational health medical services nationwide utilizing a centralized management and quality review process that provides FOH access to a secure on-line website data system. The goal is to provide consistent standardized occupational health services in areas where FOH does not have a current presence in an efficient manner such that Federal employees do not have to travel long distances to receive services, thus saving taxpayer dollars. The contractor shall provide private provider services within the Continental United States (CONUS), as well as outside of the United States (OCONUS), to include the Virgin Islands, Guam, Puerto Rico, Hawaii and Alaska, and international locations including Canada. Additional international sites may also be required, if the need for such services may arise. These service provisions are performed through a variety of health and wellness service facilities. Hospitals, occupational health clinics, general medical clinics, specialty and other types of medical providers may be required. Typically around 2000 sites have been used each year, but as many as 5000 might be needed during peak utilization. Outreach services may be conducted using mobile vans and outreach medical staff. The contractor shall distribute the necessary forms, documents, and supplies to all private providers, as specified by FOH, to successfully perform the required services. The contractor shall receive and process the completed clinical documentation from the private providers and shall review all materials for completeness, adequacy of testing and accuracy according to components and instructions on the work order and/or as specified in FOH Clinical Policies and Procedures. All testing and services should meet United States occupational health industry standards. The contractor will assist FOH in assessing the quality, timeliness and accuracy of services through standard as well as innovative continuous quality improvement techniques. Project Requirements The contractor shall administer and manage the private provider network. This requirement includes the location and procurement of services from a network of private providers in designated locations who meet FOH Occupational Health services requirements. The contractor will also receive work orders, review them, and schedule services as identified in work orders at clinics able to provide the requested Occupational Health services. The contractor will also prepare and ship FOH provided laboratory kits and examination packets to private providers. The kits will include instructions on laboratory testing and examination and testing requirements, including the requirements of specified form completion. The contractor will also prepare and ship vaccines, if indicated. Shipment of vaccine should meet or exceed CDC requirements for vaccine shipment. The contractor will monitor and manage the private clinic performance. If the clinic is not able to complete the requirements of the work order request adequately, the contractor may be requested by FOH to complete a corrective action plan and present it to the COTR. The contractor will also maintain and ship medical records to specified locations as identified in the work order or recipient plan. The contractor shall provide a single toll-free number to be distributed to FOH staff. The toll-free number must be staffed from 7:00AM to 7:00PM Central Standard Time. The contractor must provide their own data system. They will maintain the responsibility of providing electronic management of the data, related to the accomplishment of the work. The contractor and their agents shall comply with the HHS Information Security Program Contractor Oversight Guide dated November 7, 2006. Data sets that need to be managed will include the following: 1.Work orders The system shall manage at least the following information: a.Customer Identification – used to identify an agency b.Customer Sub-Group ID – optionally used to identify subgroups of patients that are involved in a specific health program c.Agreement ID – an alpha-numeric code used to uniquely identify this document d.SOW ID – an alpha-numeric code used to uniquely identify this document e.Work order ID – an alpha-numeric code used to uniquely identify this document f.Work order Title g.Work order Subtitle h.Procedure – each work order will contain one (1) or more procedures, some of which may be optional 2.Exam Referral Data 3.Patient Identity a.Name – first and last name (including aliases to associate people that experience a name change) b.Date of Birth c.Sex d.Recipient ID e.Social Security Number – the system should provide for the capture and secure storage of the SSN, but it should not require that this be available. f.Address – the system should capture one (1) or more full mailing addresses for each person g.Phone number – the system should capture more than 2 contact phone numbers for each person h.eMail – the system should capture one (1) or more electronic mailing addresses for each person i.Contact Notes – the system should provide for management of notes and contact history to provide for the capture of information about contacts made &/or contact attempts. 4.Exam Fulfillment reports 5.Exam Referral Responses 6.Laboratory Referrals 7.Laboratory Results 8.Invoice Data 9.Quality Indicator Data Any systems or services developed under this contract must meet Section 508 accessibility standards. At a minimum, the contractor will be required to prove that the system supports the Section 508 accessibility standards as defined by HHS at http://www.hhs.gov/web/508/index.html Anticipated Period of Performance The estimated start date for full operations is 2-24-2011, with a period of performance, including options, through 2-23-2016. Important Considerations HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses ARE STRONGLY ENCOURAGED TO SUBMIT CAPABILITY STATEMENTS. THE CAPABILITLY STATEMENT MUST CLEARLY DEMONSTRATE THE FIRM’S CAPABILITY AND EXPERIENCE IN PROVIDING A NATIONWIDE NETWORK OF PRIVATE PROVIDERS OF OCCUPATIONAL HEALTH MEDICAL SERVICES. In order to respond to this notice, interested firms should address the depth and breadth of in-house professional and technical capabilities, and must be able to clearly convey their experience and/or ability to perform in the following areas, which are identified as core services: to provide a network of private providers of occupational health medical services nationwide utilizing a centralized management and quality review process reporting out using a secure online website data system that complies with federal data requirements. Information Submission Instructions INTERESTED SOURCES POSSESSING THE CAPABILITIES TO MEET THE ABOVE REQUIREMENTS SHOULD SUBMIT A COVER LETTER ALONG WITH A CAPABILITY STATEMENT NOT TO EXCEED TEN (10) PAGES, DEMONSTRATING ABILITY TO PERFORM, AND SHOULD INCLUDE AN OUTLINE OF PREVIOUS OR SIMILAR PROJECTS SO THAT THE GOVERNMENT CAN PERFORM A PROPER EVALUATION OF THE COMPANY’S CAPABILITY. THE STATEMENT SHOULD ALSO INCLUDE AN INDICATION OF CERTIFIED SMALL BUSINESS STATUS; THIS INDICATION SHOULD BE CLEARLY MARKED ON THE FIRST PAGE OF THE CAPABILIITY STATEMENT. This notice is for PSC’s planning only. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization’s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. Respondents will not be notified of the results of this evaluation. Capability statements will not be returned and will not be accepted after the due date. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s). Interested small business firms are highly encouraged to respond to this notice. However, firms should understand that generic capability statements are not sufficient for effective evaluation of their capacity and capability to perform the work required. Responses must directly demonstrate the company’s capability, experience, and ability to marshal resources to effectively and efficiently perform the objectives described above. The written response to this notice should consist of the following items: a.Company Name. b.Company DUNS number. c. Company point of contact, mailing address, telephone and fax numbers, and website address d. Name, telephone number, and e-mail address of a company point of contact who has the authority and knowledge to clarify responses with government representatives e. Date submitted. f. Applicable company GSA Schedule number or other available procurement vehicle. g. Do you have a Government approved accounting system? If so, please identify the agency that approved the system. h. Type of Company (i.e., small business, 8(a), woman owned, veteran owned, etc.) as validated via the Central Contractor Registration (CCR). All respondents must register on the CCR located at http://www.ccr.gov/index.asp The response must include a link to the firm’s website for FOH to review since this in an off the shelf requirement and not a request to build a network or website. Responses must be submitted not later than 12 Noon EST on Monday, November 22, 2010. Capability statements will not be returned and will not be accepted after the due date. The maximum number of pages for submission is ten (10) pages. As previously stated, the Government will not entertain questions regarding this Market Research; however, general questions may be forwarded to the following: Contract Specialist: Lisa Durant Email Address: Lisa.Durant@psc.hhs.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/PSC/DAM/PSC50712/listing.html)
 
Record
SN02328927-W 20101119/101117234210-6f8abfeedc1a8f92e1a6a4507f1a6b86 (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.