CMS

Medicare Physician Fee Schedule (PFS) Analysis Support

Summary: IAW the Omnibus Budget Reconciliation Act of 1989 (OBRA 89) (Pub. L. 101 239, enacted on December 19, 1989), and the Omnibus Budget Reconciliation Act of 1990 (OBRA 90 (Pub. L. 101 508, enacted on November 5, 1990), CMS must procure a contractor to provide analytical and clinical review services in support of the development of the Medicare physician fee schedule (PFS), and support of policy development. This includes incorporation of changes in Relative Value Units (RVUs) for the physician work, practice expense (PE), and malpractice expense (MP), calculation of the direct PE inputs and indirect PE for each service, revising and utilizing the analytic crosswalk, developing MP RVUs for new, revised and potentially misvalued codes, utilization of existing MP RVUs and geographical practice cost indices (GPCIs), calculating and using budget neutrality adjustments and calculating and using conversion factor (CF) updates.

Vehicle: PSS

RFP release date: 9/29/2021

Proposal due date: 10/20/2021

Related Attachments:

Read more

Oversight Activities of MA, PDPs, PACE, and other related Health Care Org

Summary: The Contractor shall provide the Centers for Medicare & Medicaid Services’ (CMS’) Medicare Parts C and D Oversight and Enforcement Group (MOEG) with technical program area expertise that is applied to performance audits, audit support services, and other oversight and enforcement activities of Medicare private plan organizations such as: Medicare Advantage Organizations (MAOs), Medicare Prescription Drug Plans (PDPs), Medicare-Medicaid Plans (MMP), and Programs of All-Inclusive Care for the Elderly (PACE) plans (collectively “health care organizations”). The Contractor will perform audit and oversight activities that evaluate health care organizations’ compliance with regulatory requirements, as well as provide technical assistance to sponsors in all functional areas outlined in this Statement of Work (SOW). Routine performance audits are necessary to identify non-compliance with regulations, validate self-reported data and to help administer and oversee Medicare programs. Performance audits and oversight activities provide CMS with necessary information to help facilitate improvements to health care organization performance and operations.

Vehicle: PSS

RFP release date: 9/15/2021

Proposal due date: 10/6/2021

Related Attachments:

Read more

JCAHO & CMS Patient Satisfaction Surveys for WRSU

Summary: The WRSU has a Joint Commission and CMS requirement for survey and data collection services. The Quality Management Department is in need of standardized survey and data collection services to measure patient perspectives on hospital, emergency and ambulatory care at the Whiteriver Indian Hospital. Please see attached SOW and Instructions to Offerors for requirement details. Please submit pricing for base year and four (4) option years.

Vehicle: PSS

RFP release date: 9/3/2021

Proposal due date: 9/10/2021

Related Attachments:

Read more

6 CTS Camp Bullis and Nellis AFB Supporting Positions

Summary: Provide Combat Mission Support (CMS) personnel to augment and improve the unit’s ability to deliver the Tactical Air Control Party Formal Training Unit (TACP FTU) mission in accordance with PAD 15-06 and ACC PPLAN 18-01 directives. The contract will consist of Tactical Athlete Coaches, Vehicle Fleet Managers, and a Close Quarter Battle/Small Unit Tactics Coach. The CMS personnel will be base at Camp Bullis, TX and Nellis AFB, NV. See attached TOPR and PWS for more information.

Vehicle: PSS

RFP release date: 8/26/2021

Proposal due date: 9/10/2021

Related Attachments:

Read more

HCAHPS patient survey

Summary: The Crownpoint Healthcare Facility, Indian Health Service (IHS) is conducting market research for potential sources from the “Approved HCAHPS Survey Vendors” listing, for Hospital Consumer Assessment and Hospital Provider and Systems (HCAHPS) standardized survey instrument and data collection methodology for measuring patient’s perspective on hospital inpatient care. Scope Contract services are being requested to meet the CMS HCAHPS requirements in developing and implementing a standardized survey instrument and data collection methodology for measuring patient perspective on inpatient care . Specific Education & Certification Requirements for this need may include: The company provider/company must be registered an approved to serve as a vendor for HCAHPS implementation as required by CMS (Centers for Medicaid/Medicare Services). The Crownpoint Healthcare Facility is conducting this Sources Sought to identify two (2) or more businesses or small business contractors who possess the capabilities to provide services as specified above and to determine their availability, capability and adequacy. If your firm may be interested in this requirement, and has performed similar projects, we request the information shown below. If your firm is a qualified small business for the NAICS code 541611 ($16.5 dollars) please indicate as such in accordance with https://www.sba.gov/sites/default/files/files/Size_Standards_Table.pdf As permitted by FAR Part 10, this is a market research tool being utilized for informational and planning purposes. Your responses will assist the Government in the development of its acquisition strategy for a possible Request for Proposal (RFP), to be issued at a later date, and in determining whether any type of small business set-aside is possible for this procurement or whether full and open competitive procedures should be utilized. This notice shall not be construed as a RFP or as any commitment or obligation on the part of the Government to issue a solicitation. The Government does not intend to award a contract on the basis of this request, so proposals will not be considered. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests. Response is strictly voluntary – it is not mandatory to submit a response to this notice to participate in any formal RFP process that may take place in the future. However, it should be noted that information gathered through this notice may significantly influence our acquisition strategy. All interested parties will be required to respond separately to any solicitations posted as a result of this sources sought notice. This is strictly market research and the Government will not entertain any questions. Respondents will not be notified of the results of the evaluation. We appreciate your interest and thank you in advance for responding to the Sources Sought. Submission Instructions: Qualified firms shall submit a statement of interest on company letterhead demonstrating the firm’s qualifications to perform the defined work. Responses must be complete and sufficiently detailed to address the specific information. The documentation shall address, at a minimum, the following: A. Company Profile to include: 1. Company name and address; 2. Affiliate information: parent company, joint venture partners, and potential teaming partners; 3. Year the firm was established and number of employees; 4. Two points of contact (names, titles, phone numbers and email addresses); 5. DUNS number and CAGE Code, as registered in the System for Award Management (SAM) at http://www.sam.gov/: 6. Small Business designation/status (must correlate with SAM registration): _____ Small business _____ HUBZone _____ WOSB _____ 8(a) _____ VOSB _____ SDVOSB _____ Other Than Small Business _____ Small Disadvantaged Business

Vehicle: PSS

RFP release date: 8/20/2021

Proposal due date: 8/30/2021

Related Attachments:

Read more

Scientific, Programming, and Analytical Support for the SEER-MHOS Data Resource

Summary: The Contractor shall provide specialized analytic support (described in detail below) for the data resource, NCI-directed SEER-MHOS studies, publications, and presentations. In addition, the Contractor shall also support targeted dissemination of methodological guidance and training materials. Throughout the duration of the contract, the Contractor shall be responsible for knowing current CMS and NCI privacy and confidentiality regulations related to access to and use of these data and comply with all requirements. The Contractor shall issue Data Use Agreements and any other data security documents required by NCI to access the data. All data collection procedures and data storage shall also comply with all HIPAA requirements of the Federal Government. See attached RFQ for requirements, submission instructions and evaluation criteria.

Vehicle: PSS

RFP release date: 8/18/2021

Proposal due date: 8/25/2021

Related Attachments:

Read more

CCIIO Service Desk(Formally Marketplace Service Desk)

Summary: The Centers for Medicare & Medicaid Services (CMS) issues the attached draft Center forConsumer Information and Insurance Oversight (CCIIO) Service Desk (CSD) PerformanceWork Statement (PWS) to all the NITAAC CIO-SP3 Small Business contract holders for reviewand comment.You are invited to submit comments in response to subject PWS no later than 10:00 am on August 9, 2021. Eastern Time (ET).This is not a formal solicitation. CMS will not be responding directly to questions and will usethe comments to improve our documentation. CMS plans to issue the formal solicitation as asmall business set aside by late August, 2021. CMS intends to award this task order byDecember 16, 2021.

Vehicle: CIO-SP3

RFP release date: 8/2/2021

Proposal due date: 8/9/2021

Read more

Draft RFP – CCIIO Service Desk DRAFT PWS (Formally Marketplace Service Desk)

Summary: The Centers for Medicare & Medicaid Services (CMS) issues the attached draft Center forConsumer Information and Insurance Oversight (CCIIO) Service Desk (CSD) PerformanceWork Statement (PWS) to all the NITAAC CIO-SP3 Small Business contract holders for reviewand comment.You are invited to submit comments in response to subject PWS no later than 10:00 am on August 9, 2021. Eastern Time (ET).This is not a formal solicitation. CMS will not be responding directly to questions and will usethe comments to improve our documentation. CMS plans to issue the formal solicitation as asmall business set aside by late August, 2021. CMS intends to award this task order byDecember 16, 2021.

Vehicle: CIO-SP3

RFP release date: 8/2/2021

Proposal due date: 8/9/2021

Related Attachments:
Related Attachment
Related Attachment

Read more

Physical Access Management (PAM) Development and Maintenance

Summary: This is a SMALL BUSINESS SOURCES SOUGHT NOTICE. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of qualified small businesses (e.g., small disadvantaged business, veteran owned small business, women-owned small business, service-disabled veteran owned small business, and HUBZone small business) capable of providing web development, Windows server and Linux server maintenance services for CMS to support the Physical Access Management (PAM) system. PAM is a subsystem of the CMS Electronic Security System (ESS) that provides automation of physical security processes at CMS facilities using a web portal and automation scripts. The information from this market research will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered small business under the applicable NAICS code (i.e., 541511) should not submit a response to this notice. Please see the attached for additional information.

Vehicle: IT 70

RFP release date: 7/28/2021

Proposal due date: 8/11/2021

Related Attachments:
Related Attachment

Read more

CMS Salesforce Enterprise Integration (SEI) Market Research

Summary: On behalf of the Department of Health and Human Services, GSA is conducting market research related to the subject requirement. To see the description of the requirement and any attachments, please copy and paste the below URL into a new browser. Only responses via the URL will be accepted! URL: https://feedback.gsa.gov/jfe/form/SV_8owwUyLyipCATzg Note: If the link does not work, please clear your browser history/cache and then copy and paste URL into a new browser. All inquiries in regards to this RFI should be sent to: rfi@research.gsa.gov Please include the RFQ number. Phone inquiries will not be accepted

Vehicle: IT 70

RFP release date: 7/28/2021

Proposal due date: 8/11/2021

Related Attachments:

Read more
PHP Code Snippets Powered By : XYZScripts.com