Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 18, 2017 FBO #5686
DOCUMENT

U -- Coding Training - CO - Attachment

Notice Date
6/16/2017
 
Notice Type
Attachment
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office (NCO) 15;3450 S 4th Street Trafficway;Leavenworth KS 66048
 
ZIP Code
66048
 
Solicitation Number
VA25517Q0677
 
Response Due
6/23/2017
 
Archive Date
8/22/2017
 
Point of Contact
Christopher Lankford
 
E-Mail Address
6-1957<br
 
Small Business Set-Aside
N/A
 
Description
Page 1 of 3 THIS IS NOT A SOLICITATION. This is a Request for Information (RFI)/Sources Sought notice issued in accordance with FAR 15.201(e) to conduct market research. This RFI is issued solely for information and planning purposes - it does not constitute a Request for Quote (RFQ) or a promise to issue a RFQ in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. The Department of Veterans Affairs (VA) is not, at this time, seeking quotes and will not accept unsolicited quotes. Responders are advised that the U.S. 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 solely at the interested vendor's expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. Any information submitted by respondents to this RFI is strictly voluntary. All submissions become Government property and will not be returned. This announcement is based upon the best information available and is subject to future modification. OVERVIEW: The Department of Veterans Affairs, Network Contracting Office (NCO) 15, has a requirement for the furnishing of Medical Coding Training including all personnel, management, transportation, per-diem, materials, parts, supplies, and equipment. The location of the training is: Columbia, MO 65201 The dates of the training are August 1 August 3, 2017. The government intends to award a single contract. The North American Industry Classification System (NAICS) for this requirement is 611430 Professional and Management Development Training, which has a size standard of $11.0 million. SERVICES TO BE PROVIDED: The Contractor shall furnish the following Medical Coding training to 15 Coders to gain a better understanding of the guidelines that affect inpatient coding, outpatient coding, revenue/reimbursement cycle, and provider documentation: Present on Admission Understanding physician query process Valid documentation for proper coding Review principal diagnostic guidelines Review accurate coding of secondary diagnosis guidelines PCS procedures Coding hot topics Sepsis Pneumonia Respiratory failure Encephalopathy Malnutrition Cerebrovascular disease Reference books shall be provided, and 12-16 hours of Continuing Education Units for American Academy of Professional Coders (AAPC) certified and/or American Health Information Management Association (AHIMA) certified students is required. The following are the VA Systems required to be utilized (referred to) and involved with for the training: CPRS Nuance Software (Vera Analyzer) CDI Documentation ICD-10 CM and PCS Coding Software and Guidelines CPT Vista Working knowledge of how all VA systems correlate with each other AHIMA ICD-10 Ambassador Train the Training Certified AHIMA ICD-10 Certified Trainer Qualifications of Lead and Assistant Instructor(s): RHIT Registered Health Information Technician or RHIA (Registered Health Information Administrator) Education Specialist CCS Certified Coding Specialist CDIP Certified Documentation Improvement Practitioner CPC Certified Professional Coder CRC Certified Risk Adjustment Coder CCS-P Certified Coding Specialist-Physician Based Knowledge of VA Health System and VA Revenue Cycle (VERA documentation and guidelines) Experience of Instructor(s): The Lead Instructor shall have at least 15 years of providing education on coding inpatient and outpatient and revenue cycle The minimum amount of experience each Assistant Instructor shall have is 10 years. Knowledge of and 10 years of experience with the following VA Systems is required: CPRS Nuance Software (Vera Analyzer) CDI Documentation ICD-10 CM and PCS Coding Software and Guidelines CPT Vista Working knowledge of how all VA systems correlate with each other AHIMA ICD-10 Certified Trainer VETERANS FIRST CONTRACTING PROGRAM: The Dept. of Veteran s Affairs is dedicated to the Veterans First Contracting Program and encourages any certified Service Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB) capable of furnishing the required services to respond. In accordance with Veterans Affair Acquisition Regulation (VAAR) sections 819.7005 and 819 7006, if a sufficient number of eligible SDVOSB or VOSB firms are identified during market research the acquisition will be set-aside for SDVOSB or VOSB participation. SPECIFIC RESPONSE INSTRUCTIONS: Please submit your response (capability statement) in accordance with the following: No more than 5 pages (excluding transmittal page). Include the name, email address and phone number of the appropriate representative of your company; Address if your firm has the capability to perform the services listed above during the time frame of August 1 August 3, 2017; Indicate whether your company, subcontractors, teaming partners, joint ventures have a Federal Socio-Economic status, e.g., Small Business, Service-Disabled Veteran Owned Small Business, Veteran Owned Small Business, Woman-Owned Small Business, Disadvantaged Small Business, and Hub Zone. If Service- Disabled or Veteran Owned Small Business, is your company and/or partners registered in VA s VetBiz repository? Mark your response as Proprietary Information if the information is considered business sensitive; NO MARKETING MATERIALS ARE ALLOWED IN RESPONSE TO THIS RFI. The Government will not review any other information or attachments included, that are in excess of the 5-page limitation. Submit your response via email to christopher.lankford@va.gov; Submit your response by 10:00 A.M. Central Time on Friday, June 23, 2017.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LeVAMC/VAMCKS/VA25517Q0677/listing.html)
 
Document(s)
Attachment
 
File Name: VA255-17-Q-0677 VA255-17-Q-0677.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3591995&FileName=VA255-17-Q-0677-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3591995&FileName=VA255-17-Q-0677-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04547459-W 20170618/170616234407-ad56e22a3d75fffc2e17971d942c9c30 (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.