R--Audit Services - Colville Indian Health Center and Omak Health Station

expired opportunity(Expired)
From: Federal Government(Federal)
RFQCSU0711

Basic Details

started - 12 Jul, 2019 (about 4 years ago)

Start Date

12 Jul, 2019 (about 4 years ago)
due - 12 Jul, 2019 (about 4 years ago)

Due Date

12 Jul, 2019 (about 4 years ago)
Bid Notification

Type

Bid Notification
RFQCSU0711

Identifier

RFQCSU0711
Department of Health and Human Services

Customer / Agency

Department of Health and Human Services
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

AMENDMENT NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is RFQCSU0711 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-03. The associated North American Industrial Classification System (NAICS) code for this procurement is 541211 with a small business size standard of $20.50M. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.UnisonMarketplace.com will start on the date this solicitation is posted and will end on 2019-07-12 16:00:00.0 Eastern Time or as otherwise displayed at
href="http://www.UnisonMarketplace.com" target="_blank">www.UnisonMarketplace.com. FOB Destination shall be in the Statement of Work.The DHHS IHS Indian Health Service requires the following items, Meet or Exceed, to the following:LI 001: The service is for revenue generation services and compliance audit for medical coding, third party billing and accounts receivable. This job would last from August 1st 2019-February 28th, 2020 ****See Statement of Work - pages 5-7 for detailed job requirements****, 1, JOB;Solicitation and Buy Attachments***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.UnisonMarketplace.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.***For this solicitation, DHHS IHS Indian Health Service intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison, Inc. Unison Marketplace has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. DHHS IHS Indian Health Service is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.UnisonMarketplace.com. There is no cost to register, review procurement data or make a bid on www.UnisonMarketplace.com. Offerors that are not currently registered to use www.UnisonMarketplace.com should proceed to www.UnisonMarketplace.com to complete their free registration. Offerors that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerors may not artificially manipulate the price of a transaction on www.UnisonMarketplace.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.UnisonMarketplace.com process or to collude with the intent or effect of hampering the competitive www.UnisonMarketplace.com process. Should offerors require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com.Use of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive.New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty.Bid MUST be good for 30 calendar days after close of Buy.Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination.This solicitation requires registration with the System for Award Management (SAM) at the time an offer or quotation is submitted, excluding the exceptions outlined in FAR 4.1102(a). Registration information can be found at www.sam.gov.The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/.This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This procurement is being conducted under FAR Part 13, Simplified Acquisition Procedures. 52.204-7 52.212-3 52.213-4 52.222-36A. The contractor shall meet and maintain the following professional qualifications: ïƒ ̃ Utilize a staff of certified coders ïƒ ̃ Utilize a staff of credentialed / experienced billing and A/R specialists ïƒ ̃ Staff must be experience in IHS Internal Controls Policy and compliance ïƒ ̃ Experience with area specific reimbursement guidelines ïƒ ̃ Experience with Charge master functions and transaction code assignment ïƒ ̃ Preferred experience with IHS (Indian Health Service), EHR (Electronic Health Record) and RPMS (Resource Patient Management System) ïƒ ̃ Maintain positive referencesAdditional credentialing information may be required by the Clinic. The required certifications and other required credentialing information by the contractor shall be consistent with and meet the credentialing and privileging requirements of the Clinic and the Indian Health Service.The Contractor will comply with all Federal Regulations and comply with the Indian Health Services Third Party Resource and Internal Control Policy, The Debt Collection Policy, and the Indian Health Services Statistical and Reporting Systems for all Departments. The Contractor will comply with the American Hospital Association (AHA) Official coding guidelines for ICD9-CM and the current procedural terminology (CPT) Guidelines, and any specific IHS Coding and Data Entry Policies and Procedures.The Contractor will have access, with restrictions as defined by the following facilities Colville Indian Health Center and Omak Health Station, to the following service unit RPMS Modules and other access as requested by the contractor and agreed upon by the facility for revenue enhancement and auditing purposes. • Patient Registration System • Third Party Billing System • Accounts Receivable System • Patient Care Compenent/HER, Dental and Pharmacy • Other as deemed necessary by the service unit/area staffInvoices shall be submitted to: The appropriate Service Unit as stated above. Invoices are to be submitted monthly for the services rendered. Contractor shall sign and date invoices. The following information must be included on the invoice as a minimum: • Purchase Order/Contract Number, Task order number • Contractorâ€TMs Name and Address, • Contractorâ€TMs Employee Identification Number, • Dates of service, • Facility Name of where services rendered • Quantity of services, unit cost, and total amount due. Invoices shall be submitted only for services actually completed at time of invoice submission. Payment is also subject to the registration requirements in accordance with clause, 52.204-7 System Award Management (SAM)TAXES The contractor will be responsible for all applicable Federal, State, and local taxes and duties, which includes income or employment related taxes. Internal Revenue Service Forms 941 & 941-V, are the recommended forms. Contractor shall contact their local IRS office for assistance. The quarter end dates are as follows: 1) 1st quarter – April 15 2) 2nd quarter – June 15 3) 3rd quarter – September 15 4) 4th quarter – January 15CONTRACTOR FURNISHED EQUIPMENT AND FACILITIES The Government does not anticipate a need for contractor furnished equipment. B. HIPAA – BUSINESS ASSOCIATE AGREEMENT The contractor, its employees, or subcontractors are subject to requirements of the Business Associate Agreement included in this solicitation/contract.Services under this contract will be performed at the following locations: 1. Colville Indian Health Center Highway 155, Agency Campus PO Box 71 Nespelem, Washington 99155 2. Omak Health Station 517 Benton Street Omak, Washington 99040 In this contract, the above IHS Health Centers and associated facilities shall be referred to as the “Clinicâ€�.The period of performance shall be: August 1, 2019 – February 29, 2020 Monday – Friday 8 am to 5 pm Services will not be provided on federally recognized holidays

See Statement of Work. - -Location

Place Of Performance : See Statement of Work. - -

Country : United States

You may also like

Professional Staffing Services for the Department of Health and Human Services

Due: 30 Jun, 2024 (in 1 month)Agency: Department of Health & Human Svcs

Rainier - Auditing Services

Due: 13 May, 2024 (in 7 days)Agency: League of Oregon Cities

FINANCIAL IMPROVEMENT AUDIT SUPPORT SERVICES

Due: 31 Jan, 2026 (in 21 months)Agency: DEFENSE NUCLEAR FACILITIES SAFETY BOARD

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

NAISC: GSA CLASS CODE: R
pscCode RElectronic Records Management Services