Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2011 FBO #3577
SOLICITATION NOTICE

R -- REMOTE REVENUE CYCLE BILLING AND COLLECTION SYSTEM

Notice Date
9/8/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
N00259 NAVAL MEDICAL CENTER SAN DIEGO MATERIAL MANAGEMENT 34800 Bob Wilson Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0025911T0552
 
Response Due
9/16/2011
 
Archive Date
9/30/2011
 
Point of Contact
Joseph Bancod 619-532-6165
 
E-Mail Address
Contract Specialist
(Joseph.Bancod@med.navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The proposed contract action is for commercial item, which the Naval Medical Center San Diego intends to solicit this requirement as 100% small business set-aside under the authority of Far 6.203. And this is a combined solicitation/synopsis for commercial items, prepared in accordance with the format in FAR subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes only solicitation, quotations are being requested and a written solicitation will not be issued. The solicitation number, N00259-11-T-0552 is issued as a request for quotation (RFQ). The North American Industry Classification System (NAICS) Code for this acquisition is 518210; Size: $25.0M. All interested bidders shall submit quotations electronically by email to Joseph.Bancod@med.navy.mil or by facsimile at 619-532-6165, attention Joseph Bancod. E-mail submissions are limited to 2MB. The submitter should confirm receipt of facsimile and email submissions. Quotations are due on or before 16 September 2011, 08:00 AM Pacific Standard Time to be considered responsive. A Remote Revenue Cycle Billing and Collection System with 2 each Servers for Naval Health Clinic Hawaii Code 02 480 Central Avenue BLDG 1750, Pearl Harbor, HI 96860. CLIN 0001 Charge Master System Cost Software License Fee QTY 01 EACH $__________ CLIN 0002 IMPLEMENTATION FEE QTY 01 EACH $___________ CLIN 0003 Training Travel to Naval Hospital Clinic Hawaii QTY 01 EACH $__________ CLIN 0004 Electronic Claim Cost QTY 01 EACH $_________ CLIN 0005 Material & Handling Cost QTY 01 EACH $__________ CLIN 0006 General & Admin Cost QTY 01 EACH $_____________ CLIN 0007 Payroll Enrollment CHG QTY 01 EACH $_____________ CLIN 0008 SERVERS QTY 02 EACH $_________________________ Contractor must be registered to the Central Contractor Registration (CCR) prior to award. The website address for CCR registration is www.ccr.gov Contractor MUST complete FAR 52.212-3, Offeror Representations and Certifications “ Commercial Items, when submitting a proposal. The website address is http://www.acquisition.gov. SERVICE ADDRESS: NMCSD, 34800 Bob Wilson Dr, San Diego CA 92134 The solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-50 and DFAR 20110304. This acquisition incorporates the following FAR clauses: 52.204-7 Central Contractor Registration (APR 2008) 52.212-1 Instruction to Offerors-Commercial Item (APR 2008) 52.212-3 Offeror Representations and Certification--Commercial Items (MAY 2008) 52.212-4 Contract Terms and Conditions--Commercial Items (FEB 2007) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (MAR 2007) 52.222-3 Convict Labor (JUN 2007) 52.222-19 Child Labor -- Cooperation with Authorities and Remedies (JAN 2006) 52.222-21 Prohibition of Segregated Facilities (FEB 1999) 52.222-26 Equal Opportunity (MAR 2002) 52.222-36 Affirmative Action for Workers With Disabilities (JUN 1998) 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006) 52.232-18 Availability of Funds (APR 1984) 52.232-36 Payment by Third Party (MAY 1999) 52.252-2 Clauses Incorporated By Reference (FEB 1998) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007) 252.225-7002 Qualifying Country Sources As Subcontractors (APR 2003) 252.232-7003 Electronic Submission of Payment Requests (MAR 2007) 52.212-2, Evaluation “ Commercial Items (JAN 1999), the following factors shall be used to evaluate offers: Significant evaluation factors: (i) technical capability of the item offered to meet the Government requirement; (ii) past performance ;(iii) price in descending order of importance. Technical and past performance, when combined, are equal to price. The following factors to be used to evaluate offers: Technical Capability. Defined as an assessment of the prospective contractors key management personnel to determine if they have the basic knowledge, experience, and understanding of the requirements necessary to provide the requested items. Past Performance. Provide three (3) references, addressing that you have provided the same or similar items in the last 3 years. Price. Technical capability and past performance, when combined, are significant evaluation factors that will be used to arrive at a best value award decision. Contractors who do not meet the first 2 factors will not undergo a price evaluation. 52.222-48 Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair or Certain Equipment Certification (FEB 2009) All responsible sources may submit a quotation which shall be considered by the agency. PERFORMANCE WORK STATEMENT for Naval Health Clinic Hawaii (NHCH) Web Based System License Contractor shall provide a remote revenue cycle billing and collection system from a dot com (.com) URL. The contractor must centrally host and support the system on servers and provide controlled access to authorized Government users from a dot mil (.mil) URL. The contractor must own the system code. The contractor shall be responsible for establishing interfaces between their IT systems and services used by NHCH. The purchased system must be capable of supporting all lines of business (Third Party Collections (TPC), Medical Service Accounts (MSA) and Military Affirmative Claims (MAC) for Naval Health Clinic Hawaii. The system must reduce manual intervention by having the ability to electronically create claims for Third Party Collection, Medical Service Accounts (MSA)/interagency claims. The contractor ™s system must alleviate the reliance on the Third Party Collection System (TPOCS) that will be sunset in 2013. The contractor ™s system must be able to create completed claims with all charges and codes from raw clinical encounter data from the DoD Composite Health Care System (CHCS), using proven DoD edit scrubbers and configure business rules PRIOR to going to the clearing house, and must have past performance of providing this service to at least 2 Navy and/or DoD MTF ™s. This system must have the visit and procedure information for correct charge master in their system in accordance with the Uniform Business Office (UBO, TRICARE Management Activity (TMA)), Department of the Navy rules, guidelines, procedures and regulations. The contractor must provide a hosting service capable of creating all claims from raw data received from CHCS along with appropriate collection and DoD required reporting tools. The contractor must be able to provide proven automated data extraction routines that can capture outpatient encounters for all patient types (Third Party Collections, Medical Service Accounts) that are receiving services in NHCH. The contractor must be able to work with the government systems to accomplish these contract requirements. These data extraction routines must be in use in at least 2 MTF ™s. The contractor ™s system must provide adequate coding and charge updates for all procedures performed in the MTFs. System must be capable of accepting updated DOD rates and load them upon release of the rates. The contractor ™s system must have the ability to conduct claim edits and claim data configurations to ensure clean claims and insurance payer claim data requests are met. The system must utilize scrubbers to ensure valid codes are being billed (ICD9 and ICD10, Revenue Codes, CPT/HCPCS, Modifier Codes, DRG Codes). The contractor ™s system must have automated workflow queues for the MTF staff to utilize ensuring efficient accounts receivable management for all claims. The contractor ™s system must be able to provide consolidated accounts receivable management reports listing all claim activity, status, payments, adjustments as well as parse out the information by the different lines of business (Third Party Collections, Medical Service Accounts, Coast Guard, etc). Initially, the system will begin creating DoD TPC claims, including interagency claims which must be configured in the system at contract start up. Business rules and system configuration must be completed and billers must be capable of billing all Third Party Collections claims and manually entering Medical Affirmative Claims from the contractor ™s system within 90 days of contract start date. The contractor ™s system must have been in operation for at least the last 2 years within DoD. The system must be capable of supporting multiple users at multiple locations simultaneously. There will be no fees paid to the contractor for system development for the TPC outpatient, pharmacy or interagency/MSA claim work. The contractor ™s system must be sufficiently robust to provide billing and collection elements that will enable claim processing efficiencies and time saving functions such as: Electronic Claim Scrubbers Electronic Billing (Outpatient, and Pharmacy (NCPDP)) Highlight edits on billed claims Automated Workflow Management Follow-up Claims Sorting Itemized posting Management Audit Capability Secure Integrated Health Care Claims Document Repository Secure Integrated Health Care Letter Library Standardized Detailed Reports Customized Reports Electronic Rejection and Payer Response Reports Insurance Carrier Rolodex The contractor must describe how the proposed system is in use today within DoD with sufficient detail to demonstrate how it currently meets and exceeds the MTF requirements. The MTF requires that any proposed system capturing all procedures with charges are in use be working and available today within DoD. The contractor must provide 2 weeks of onsite and remote user training at Contractor expense and standardized user manuals. The contractor must have supported a DoD MTF in providing Charge master (CMBB) and revenue cycle services. The contractor ™s application and hosting site must be capable of being DIACAP certified. If a system has a DIACAP certification but does not have DIACAP approved charge master applications the DIACAP must be updated to include the charge master function. Contractor must provide technical support services (Help Desk) M-F 7:00am to 6:00pm HST. The contractor must also provide a technical team to assist in the installation and testing of the routines, as well as testing the file transfers to contractor ™s hosted system. The contractor is required to sustain from his own primary place of work, the execution of the work of this contract using electronic data connections that the contractor shall provide and shall be responsible to ensure that the system shall interface with Government systems which shall support all phases of NHCH ™s work under this PWS. The contractor shall ensure that his primary IT and data systems shall be compatible with, support, interface and/or use Government client. All contractor IT solutions must meet Navy and DoD communications and computer systems security requirements and shall be at the expense of the contractor. Contractor must have the ability to obtain a DOD Common Access Card (CAC). All other developed tools (i.e. in Microsoft Word, Access, Excel, PowerPoint, or other software developed databases) shall become and remains the property of the US Government and shall have no affect or impact on monies owed to the contractor by the Government. All data remains the property of the US Government and will be surrendered upon demand. The contractor shall provide annual maintenance, upgrades and have the ability to customize their system at the request and Payment of the MTF. The contractor must own the code to billing system program to make any change requests and be able to update the program at the hosted location. The contractor ™s system shall have backup operations completed as requested by the Systems Office. The system will not be available during that time, which is no different from the current MTF process. The COR will coordinate with the Systems Office to ensure automatic upload procedures are in place. The goal is to make certain that database and system backups occur after 5:00 P.M, Pacific Standard Time. Downtime of the contractor ™s servers related to software updates, equipment replacement, or communications security requirements, shall not exceed 40-hours per annum. Servers: Contractor will be required to supply server(s), backup cartridge drive to ensure that all of the software license and server security requirements are met. It will not be the facilities responsibility to purchase the servers to accommodate the contractors software and business processes. The facility will be responsible to pay for the required server and software. The servers will be housed and maintained by the contractor. These purchases will include a 5 year maintenance agreement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/N0025911T0552/listing.html)
 
Place of Performance
Address: NAVAL HEALTH CLINIC HAWAII CODE 02
Zip Code: 480 CENTRAL AVE BLDG 1750, PEARL HARBOR, HI
 
Record
SN02568598-W 20110910/110909001711-39ce211140cd2fcd6dac0f3fa67273e0 (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.