Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 27, 2011 FBO #3382
DOCUMENT

R -- TAC # TBD - ICD-10 Code Set Adoption - Attachment

Notice Date
2/25/2011
 
Notice Type
Attachment
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of Veterans Affairs;Technology Acquisition Center;260 Industrial Way West;Eatontown NJ 07724
 
ZIP Code
07724
 
Solicitation Number
VA11811RI0161
 
Response Due
3/4/2011
 
Archive Date
6/11/2011
 
Point of Contact
Carolyn Klein
 
Small Business Set-Aside
N/A
 
Description
This is a Request for Information (RFI) for Commercial Service in accordance with the Federal Acquisition Regulation (FAR) 12.1, (FAR) 13.5 under Simplified Acquisition Procedures, (FAR) 37.1 Personal Services Contracts, and 5 USC Sec 3109. No proposals are requested by this announcement; all responses shall be solely in the form of information and materials. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. The Government is under no obligation to issue a solicitation or to award any contract on the basis of this RFI. Further, the Department of Veterans Affairs (VA) is not seeking proposals and will not accept unsolicited proposals or any cost or pricing data. Personal Services contractors are advised that the Government will not pay for any information or administrative costs incurred in response to this RFI. All costs associated with responding to this RFI will be the sole responsibility of the contractor. All submissions will be treated as business confidential materials, become Government property, and will not be returned. Background The VA- Health Administration Center (HAC) has undertaken the initiative, pursuant to the Administrative Simplification subtitle to the Health Insurance Portability and Accountability Act (HIPAA) of 1996, published as the Final Rule, CMS-0013-F, on January 16, 2009, by the Secretary of the Department of Health and Human Services (HHS) requiring covered entities, to implement the International Classification of Diseases, 10th Revision, Clinical Modification (ICD-10 CM) for diagnosis coding and the International Classification of Diseases, 10th Revision, Procedure Coding System (ICD-10 PCS) code sets by the compliance date of October 1, 2013. The purpose of this RFI is to identify qualified contractors who are able to provide the resources needed, duration of the effort and estimated cost in performing IT development to adopt the ICD-10 Code Sets claims processing with existing technology at the HAC through its existing IT Infrastructure as documented in the attached ICD-10 Analysis Specification. The scope of work for this requirement is contained within the Cache environment. Detailed business requirements are being developed according to these major and existing processes and systems. a.Pre-Authorization Process b.Ancillary Claims Process c.Benefits Calculations d.Claims Processing System: i.External Interfaces ii.Screens iii.Reports iv.Edits e.Claims Adjudication Business Rules: Artificial Intelligence (AI) f.Code Set Load Beginning October 1, 2013, the HAC will require, from its business partners, the receipt of ICD-10 CM and ICD-10 PCS codes for all paper and electronic medical outpatient claims with a date of service on or after October 1, 2013 and all inpatient claims with a date of discharge on or after October 1, 2013 processed at the HAC. Currently, HAC utilizes the ICD-9-CM diagnosis and procedure codes in the processing of paper and electronic medical claims at the HAC. These requirements are necessary for HAC to meet HIPAA compliance. Assumptions: "The proposed solution will be designed and developed within the existing architecture and framework of the HAC existing legacy systems as described in the accompanying document, ICD-10 Analysis Specifications. "The required methodology will be derived from the VA OI&T Project Management Accountability System (PMAS). oVA will establish a minimum set of deliverable software development artifacts, drawn from the library of available documents within PMAS. oVA will establish time increments for significant customer-facing deliverables not to exceed six months, beginning with initial date of hands-on development and continuing until completion of project development. "Note: Above description of scope of work is separate from supplemental work Written responses should address the following: 1. Project Management Plan (PMP): Based on an analysis of the documentation provided, create a high level project plan that provides estimates for the following: "Milestones - Milestone dates should begin at award and assess business days "Total time to complete the project - Total estimated number of work days "Associated project staffing - Project team resources "Rough Order of Magnitude- estimated price for completing work 2. Technical and Management (T&M) Approach - Provide a mid-level written report of no more than 10 pages outlining the recommended program management and technical approach to organizing the work and ensuring valid results. 3. Prior Performance - Provide no more than 3 examples, of no more than 1 page each, of prior performance in projects of a similar scope and nature and demonstrate technical expertise in the following areas: "Functional requirements involved in adoption of ICD-10-CM and ICD-10-PCS adoption in a health care claims adjudication environment, "HIPAA Compliant Health Care Electronic Data Interchange (EDI) transactions, "IT systems integration activities and their associated design, construction, development, testing, implementation and deployment. "All technologies/programming languages applicable to this RFI For each example of prior performance, the following information shall be submitted: "GSA contract information including expiration date. "Project start and completion dates "Technical and business points of contact 4. Alternative Solution: As part of its ICD-10 initiative, VA is considering a solution that would provide a complete replacement, rather than a modification, of the Claims Adjudication Business Rules (AI System) sub-system of Cache with a service-oriented, modularized and GUI-interfaced rules engine within the architecture and framework of the HAC existing legacy systems. The AI rules engine would function to allow non-developers to script rules logic. In a separate page document of no more than 2 pages, please address how this alternative solution will impact the estimated rough order of magnitude, time to complete work and schedule impact on the primary work. Additional Submission Information Required Please include, at a minimum, the following information in the initial paragraph of the submission: "Vendor Information, including point of contact "Website "GSA and/or GWAC. Please include number, expiration date, etc. "Socioeconomic data "Tax ID Contact Information Following are the Points of Contact (POC) for this RFI: Carol Newcomb Contracting Officer 732-578-5421 carol.newcomb@va.gov Carolyn Klein Contract Specialist 732-578-5519 carolyn.klein@va.gov Please submit electronic responses, in Adobe 9 PDF format, by the deadline date, 4:00PM, Friday, March 4, 2011, to the POC's at the e-mail addresses listed above. PDF files should contain transformed Microsoft Office applications; Word, Excel and Visio, as appropriate for the individual reports. You may submit questions by email regarding this RFI until close of business Friday, February 18, 2011 to the email address listed above. Questions received after this date may not receive a response in time to meet the submission deadline.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/7fa37d855df706d0b251f7d59822c3cf)
 
Document(s)
Attachment
 
File Name: VA118-11-RI-0161 VA118-11-RI-0161_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=178616&FileName=VA118-11-RI-0161-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=178616&FileName=VA118-11-RI-0161-001.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02388386-W 20110227/110225234747-7fa37d855df706d0b251f7d59822c3cf (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.