Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 21, 2011 FBO #3465
SOLICITATION NOTICE

A -- Commercial Claims Datasets

Notice Date
5/19/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
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
11-233-SOL-00221
 
Archive Date
6/25/2011
 
Point of Contact
Alexia M. Ray, Phone: 3014439431
 
E-Mail Address
alexia.ray@psc.hhs.gov
(alexia.ray@psc.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is AHR60179 and it is issued as request for proposal (RFP). This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-50. This is not a small business set aside. The corresponding NAICS code is 511210 and the small business size standard in millions is $25.0. Description The Agency for Healthcare Research and Quality (AHRQ) has a requirement for a large national data set including private sector medical claims for a panel of years which will be delivered in a standard SAS format. The data will be delivered on a USB drive. Data quality reports, user's guide and data dictionary, PROC contents and media information are to be included. Also, provide access to online versions of the documentation, white papers, bibliographies, and related information. This data set is also required to address requests from Congress. In addition, the authorized researchers at AHRQ will have access to on-line versions of the documentation, white papers, bibliographies, and related information. The Government intends to make a single award based on the lowest price technically available. This requirement shall be acquired under a firm fixed price contract for 12 months with four (4) - 12 month option periods. Offerors must be able to provide the following features identified: 1. Fully paid and adjudicated claims 2. Complete outpatient prescription drug information, including patient co-payments, mail order, injectables, specialty pharmacies, all carve-outs, manual and electronically submitted claims, and plan/formulary summaries 3. Standardized data elements and definitions, ensuring accurate comparisons 4. Clinical data enhancements, such as Therapeutic Class and Generic Product Identifiers on drug records, and Major Diagnostic Categories and Diagnosis Related Groups on inpatient and outpatient records 5. Case records linking all of the hospital, physician, and ancillary services provided during an inpatient stay, allowing for comparisons based on such statistics as average length of stay, cost per admission, etc. 6. Validated diagnosis and procedure codes 7. Complete payment/charge information, including amount of patient responsibility 8. Medicare Supplemental and Coordination of Benefits Database Only one (1) award will be made as a result of this notice. The Government intends to evaluate offers and award a contract without discussions with offerors. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary (FAR 52.212-1(g)). The provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The provision at 52.212-2 is not applicable. The Government will award a contract resulting from this synopsis/solicitation to the responsible offeror that meets requirement at the lowest cost. Offerors are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. Please note: An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (o) of this provision. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Mar 2011), applies to this acquisition. The Contracting Officer has indicated the following clauses listed in paragraph (b) as applicable and are hereby incorporated by reference: (a)(1) 52.222-50, Combating Trafficking in Persons (Feb 2009) (Applies to all contracts); (19) 52.222-3, Convict Labor (June 2003) (E.O. 11755); (20) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126); (21) 52.222-21, Prohibition of Segregated Facilities (Feb 1999); (22) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246); (23) 52.222-35, Equal Opportunity for Veterans (Sept 2010), (24) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793); (25) 52.222-37, Employment Reports on Veterans (Sept 2010) (38 U.S.C. 4212);; (28) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b); (29)(i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (Dec 2007) (E.O. 13423); (33) 52.223-18, Contractor Policy to Ban Text Messaging while Driving (SEP 2010) (E.O. 13513); (38) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332); (41) 52.239-1, Privacy or Security Safeguards (Aug 1996). Technical Inquiries and Questions Regarding Solicitation All questions regarding the solicitation, of a contractual nature or technical nature, must be submitted in writing to Alexia Ray, Contract Specialist, via email at Alexia.Ray@psc.hhs.gov by 12:00 PM Eastern Time May 27, 2011. Proposal Submission Proposal must be SUBMITTED NO LATER THAN 12:00 PM EASTERN TIME June 10, 2011 VIA electronic copy to Alexia.Ray@psc.hhs.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/PSC/DAM/11-233-SOL-00221/listing.html)
 
Place of Performance
Address: Agency for Healthcare Research and Quality, Rockville, Maryland, United States
 
Record
SN02452187-W 20110521/110519234550-db1e152af3e7839c9ace26b925334cf1 (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.