HubZone

Video Remote Interpreting (VRI) and Relay Conference Captioning (RCC) services

Summary: REQUEST FOR INFORMATION (RFI) #1605-CRC-21-NAT-0020 for VIDEO REMOTE INTERPRETING (VRI) and RELAY CONFERENCE CAPTIONING (RCC) SERVICES US Department of Labor (DOL) Office of the Senior Procurement Executive (OSPE) Office of Acquisition Services (OAS) The US Department of Labor (DOL) Office of the Senior Procurement Executive (OSPE) Office of Acquisition Services (OAS), on behalf of the Office of Assistant Secretary of Administration and Management (OASAM) Civil Rights Center (CRC) is seeking information regarding Video Remote Interpreting (VRI) and Relay Conference Captioning (RCC) services. This Request for Information (RFI) is being issued in accordance with Federal Acquisition Regulation Part 10, Market Research. It is for information, planning, and market research purposes only and shall not be construed as either a solicitation or obligation on the part of the DOL. The purpose of this RFI is to help the DOL understand the industry best practices, technical solutions, and sources capable of meeting the Department’s requirements. Specifically, the Government is seeking to determine if there are any questions about the DOL’s requirements, determine if industry notes any omissions in the requirements, and information about sources available to meet the DOL’s requirements. SOURCES SOUGHT: This notice serves to determine the availability and capability of qualified small businesses (including Small Business Administration Certified 8(a) Companies; firms in Historically Underutilized Business Zones (HUBZone); Service-disabled veteran-owned small businesses; and Women-owned small businesses) to provide VRI and RCC services, under GSA’s Multiple Acquisition Schedule (MAS) Language Interpretation Services Special Item Number (SIN) 541930. BACKGROUND: OASAM CRC has a requirement for a qualified vendor to provide VRI and RCC services to DOL’s Reasonable Accommodation Resource Center (RARC). RARC provides guidance and information about, and facilitates the provision of, reasonable accommodations for DOL employees and applicants for DOL employment who have disabilities. By doing so, RARC supports the Department’s commitment to persons with disabilities and efforts to create and maintain an inclusive, diverse work environment where all employees can reach their potential and maximize their contributions. REQUIREMENTS: The Department of Labor is seeking VRI and RCC services as described in the attached Performance Work Statement (PWS). REQUESTED INFORMATION: The information that CRC is seeking from industry is as follows: 1. A rough order of magnitude or estimate to support VRI and RCC services outlined within PWS. Specifically, from a pricing standpoint, this should be a non-binding estimated budget for the services outlined in the PWS. 2. Capabilities Statement from Vendor/Company Profile. 3. Past Performance history on VRI / RCC related contracts/task orders. 4. Comments and Feedback on PWS. RESPONSES: In addition to the requested information, responses shall also include the following: 1. Company name, mailing address, e-mail address, telephone and website address (if available), and the name, telephone number, and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives. 2. Company’s GSA Federal Supply Schedules contract number and Special Item Numbers. 3. Customary practices, including warranty, discounts, contract type under which commercial sales of this services are made. 4. Business size and status (i.e. 8(a), Small Disadvantaged Business, Woman-Owned Small Business, HUBZone, and/or Service-Disabled Veteran-Owned Small Business). 5. DUNS number, CAGE Code, Tax Identification Number, and company structure (Corporation, LLC, partnership, joint venture, etc.). Companies also must be registered in the System of Awards Management at www.beta.sam.gov to be considered as potential sources. This Notice is not to be misconstrued as a Request for Quote. There is no solicitation at this time. This request for information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. Acknowledgment of receipt of responses will not be made, nor will respondents be notified of the outcome of the DOL’s review of the information received. The DOL reserves the right to contact one or more of the respondents if additional information is required. Information obtained as a result of this notice may be reflected in the subsequent solicitation if issued. This announcement is Government market research, and may result in revisions to both its requirements and its acquisition strategy based on industry responses. Responses are due on September 28, 2021 at 2pm Eastern Time. Responses shall be sent via email to Emily Pyatigorsky, Contract Specialist, at pyatigorsky.emily@dol.gov. Please indicate in the subject of your email: Request for Information VRI and RCC Services 1605-CRC-21-NAT-0020 Attachments: PWS and Q&A

Vehicle: PSS

RFP release date: 9/23/2021

Proposal due date: 9/29/2021

Related Attachments:

Read more

Request for INFORMATION: English-Dari and Dari-English Interpretation Services

Summary: REQUEST FOR INFORMATION This is not a solicitation. The Government is issuing this Request for Information to determine a competitive basis. This questionnaire is for market research purposes only. Only contractors capable of performing this type of work should respond to this Request for Information. Your response to this survey is requested by 1300 Mountain Time Thursday, 23 September 2021. Please send by email with responses to the questions below to: – Susan.Hashemi@spaceforce.mil, Contracting Officer, and – Rebecca.Graham@spaceforce.mil, Contracting Officer. ANTICIPATED REQUIREMENT The North American Aerospace Defense Command (NORAD) and United States Norther Command (USNORTHCOM) (NNC) anticipates a requirement for a firm fixed-price service contract for Afghanistan Interpretation Services at eight (8) different locations within the continental United States. The anticipated NAICS code is 541930, Translation and Interpretation Services, with a small business size standard of $8 million. The anticipated SIC code is 7389. To satisfy the Government’s anticipated requirement, contractor support will be required to: – Perform simultaneous and consecutive English-Dari and Dari-English interpretation with translation capability for written summarization as necessary. Ability to interpret Dari is required. Desirable but not mandatory if they also have Pashto proficiency: Simultaneous and Consecutive English-Pashto and Pashto-English Interpretation required. – Must be able to appropriately engage with female Afghan Evacuees, children, and other vulnerable populations. – Personnel providing services must be fully vaccinated against measles, mumps and rubella, as well as the corona virus 2019. – Must dress conservatively with a deep understanding of appropriate customs. – Currently, the contractor will be required to book travel arrangements accommodations; however this may change. – Work schedule will be 40 hours per week with federal holidays off. The duration is anticipated to be 4 weeks for the initial phase, with potential for expansion/extension. – Contractor personnel will provide 8 hours of interpretation per day, per location. – The contractor personnel will accompany the Gender Advisory Support Personnel and will facilitate the Gender Advisor’s interactions with, and collection of information from, Afghan Evacuees, with a primary focus on women and girls. The government estimates the eight (8) Gender Advisory Support Personnel teams will operate concurrently. – Contractor personnel will primarily focus on conversations; however, translation of written material may be necessary. – Contractor personnel shall have a current certification by the American Literary Translators Association (ALTA) or equivalent; a minimum performance level of 12 on the ALTA scoring protocol or equivalent certification is required. – Must be able to begin immediately ideally before 27 September. Travel and onsite interpretation to begin ASAP. REQUESTED RESPONSES 1. Name of your firm: 2. CAGE Code: 3. Point of contact, phone number and email address: 4. Are you able to meet all the above requirements within the timeframe specified? 5. Are you a Small Business classified under the above NAICS code? a. If so, do you fall into a sub-category (e.g. HubZone, 8(a), SDVOSB, WOSB, etc.)? b. Per FAR clause 52.219-14, at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. Can your firm be expected to do this, given your current employee situation? (Please respond yes or no.) 6. Please provide any additional information you feel is necessary:

Vehicle: PSS

RFP release date: 9/21/2021

Proposal due date: 9/27/2021

Related Attachments:

Read more

PSCR Program Management Support

Summary: See Amendment 1. RFQ Title PSCR General Project Management Support Description: ******SOURCES SOUGHT ONLY****** National Institute of Standards and Technology (NIST) Acquisition Management Division Sources Sought for Commercial Item Purchase THIS SOURCES SOUGHT IS NOT A REQUEST FOR QUOTATION. It is a market research tool being used to determine potential and eligible business firms that are capable to provide the services described herein prior to determining the method of acquisition. The National Institute of Standards & Technology (NIST) seeks information on vendors that are capable to provide Public Safety Communications Research (PSCR) General Project Management Support. This announcement is not a Request for Quotation (RFQ) and does not commit the Government to award a contract now or in the future. No solicitation is available currently. Additionally, The Government is not obligated to and will not pay for any information received from potential sources because of this sources-sought announcement. The results of this Sources Sought will be utilized to determine if any Small Business Set-aside opportunities exist. All Small Business Set-aside categories will be considered. In addition, this market research tool is being used to identify potential and eligible firms, of all sizes, prior to determining the method of acquisition and issuance of a solicitation. As a result of this Sources Sought announcement, NIST shall conduct a competitive procurement on GSA and subsequently award a GSA Task Order pursuant to FAR 8.405. NIST anticipates awarding a base year with four one-year-options task order. If at least two qualified small businesses are identified during this market research stage that can fulfill the requirement, in accordance with the requirement descriptions and technical specifications indicated in the DRAFT Performance Work Statement (PWS), then this acquisition shall be solicited as a small business set aside. However, NIST is seeking responses from all responsible sources, including large and small businesses (SB, SDB, WOSB, HUBZone, SDVOSB and VOSB). This requirement is assigned a NAICS code of 541611 for Administrative Management and General Management Consulting Services with a small business size standard of $15 M. The specific purpose of this Sources Sought Announcement is to determine if there are small businesses, within the parameters identified above, that are capable to provide the Services identified in the DRAFT PWS. Interested business organizations that believe they are capable to meet the requirement should submit electronic copies of their capability statement. Please limit responses to five (5) pages or less. Responses should include the following information: 1. Name of company that will provide the service and GSA contract number. 2. Identification and verification of the company’s small business status. 3. Company Profile to include number of employees, office location(s), DUNS number and Cage Code. 4. Relevant experience within the last five years, including any contract number, and Government/Agency or firm point of contact (POC) and current telephone number for the POC. 5. Identify if you were a subcontractor and the work performed as the sub-contractor. 6. Any other relevant information that is not listed above which the Government should consider in developing our service requirement and finalizing our market research. (Company sales brochures or marketing packages will not be considered). REQUIREMENTS OVERVIEW: See the attached DRAFT PWS.

Vehicle: PSS

RFP release date: 9/10/2021

Proposal due date: 10/15/2021

Related Attachments:

Read more

PBS R6 Operations and Mechanical Maintenance Service Market Research

Summary: On behalf of the General Services Administration, 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_1FBuCm5pZVk2AUC Notice: This RFI is being limited to HUBZONE and WOSB ONLY at this time. 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: PSS

RFP release date: 8/24/2021

Proposal due date: 9/7/2021

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

Transportation Financial Analysis Support Services

Summary: Request for Information (RFI) / Sources Sought Notice Subject to FAR clause 52.215-3 entitled “Request for Information or Solicitation for Planning Purposes,” this announcement constitutes a Sources Sought Notice for information and planning purposes for Transportation Financial Analysis Support Services in support of United States Fleet Forces Command. This is not a solicitation announcement for proposals and no contract will be awarded from this announcement. It is not to be construed in any way as a commitment by the Government for any purpose other than to gain the information requested, nor will the Government pay for the information submitted in response. The Government has determined that these supplies and services are commercial items as defined in FAR 2.101. Interested parties are encouraged to respond to this RFI/Sources Sought Notice. Scope The primary objective of this requirement is to provide USFFC with a broad range of detailed transportation analysis, financial analysis, and administrative services to support all Navy and Marine Corps customers for US Fleet Forces Command and Commander Pacific Fleet. Any potential contract resulting from this RFI/Sources Sought Notice is anticipated to be a Firm-Fixed-Price (FFP) task order. See the draft Performance Work Statement (PWS) posted with this notice for additional details. Place of Performance (Site Locations) Primary place of performance is Fleet Forces Command, 1562 Mitscher Ave Suite 250, Norfolk, VA 23551-2487. However, travel in support of PWS is required. NAICS Code The NAICS code for this requirement is anticipated to be 541611, Administrative Management and General Management Consulting Services. The product service code (PSC) is R699, Administrative and Other Services Services. This is a new requirement. Period of Performance Performance is estimated to commence around 05 December 2021. The anticipated period of performance will include a 12-month base period and four 12-month options. Capabilities Statement This is a market research tool. The input provided will help the Navy ascertain the interest, capability, and capacity of potential businesses. If you are an interested business, FLCN appreciates your assistance in providing a capabilities statement addressing the items below. Standard company brochures will not be reviewed. Submissions are not to exceed four standard typewritten pages. All technical questions and inquiries may be submitted within the response. 1. Full business name, address, point of contact, telephone number, and e-mail address 2. Contractor and Government Entity (CAGE) code 3. Size of business: Large Business, Small Business, Small Disadvantaged, 8(a), HubZone, Woman-owned, Service Disabled Veteran-Owned, or other category 4. If the items can be obtained from a GSA or SeaPort-e contract vehicle, provide the applicable contract number. 5. Describe your ability to support the scope of the requirement listed in this notice and in the provided draft PWS. Documentation of technical expertise and qualifications must be presented in sufficient detail for the Government to determine that your company possesses the necessary capabilities contained in this notice. 6. Indicate if your company can be a prime contractor for this effort or, if not, whether your company can be a subcontractor. If subcontractors are to be used, provide the anticipated percentage of effort to be subcontracted and if a small or large businesses will be used. 7. A draft PWS is provided. Please provide any additional feedback you feel is relevant related to the draft PWS and procurement strategy. Please submit any questions you have regarding this RFI / Sources Sought Notice and the draft PWS to Tito Getalla at tito.getalla@navy.mil. Submission Responses should be limited to no more than four standard typewritten pages. Reponses should reference Transportation Financial Analysis Support services and shall be submitted through the SeaPort NxG portal or by e-mail to Tito Getalla at tito.getalla@navy.mil by 10:00 a.m. Eastern time on 27 August 2021. Again, this is not a request for proposals. Respondents will not be notified of the results. Please note that the information within this RFI/Sources Sought Notice may be updated and/or may change prior to an official solicitation, if any, is issued.

Vehicle: PSS

RFP release date: 8/20/2021

Proposal due date: 8/27/2021

Related Attachments:

Read more

Material Management Team (MMT)

Summary: SOURCES SOUGHT SYNOPSIS THIS IS A SOURCES SOUGHT NOTICE ONLY. Mission and Installation Contracting Command Fort Bragg (MICC-FB) has a requirement to procure a non-personal services contract to support the Material Management Team (MMT). The required service commands include but are not limited to the United States Army Reserve Command (USARC). USARC provides support to the Army Reserve Modular Army Reserve Command and Control Unit (ARC2). All logistic support services include but are not limited to Material Management Teams and Intermediate Supply requirements. This support will focus primarily on the following areas: material management, accountability, asset visibility, equipment divestiture, and redistribution and support team series (all classes of supply, and the associated logistics analysis and management functions). This will be a small business set-aside provided that two (2) or more qualified small businesses respond to this sources sought synopsis with information sufficient to support a set-aside. We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small business concerns), to identify their capabilities in meeting the requirement at a fair market price. This notice is issued solely for information and planning purposes it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participated in any future RFQ, IFB or RFP, if any is issued. It is the responsibility of potential offerors to monitor the Government wide Point of Entry (GPE) for additional information pertaining to this requirement. The NAICS code selected for this acquisition is 561210, Facilities Support Services. The size standard for this NAICS code is $41.5M. Attached is the draft Performance Work Statement In response to this sources sought, please provide: 1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certification(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursed, if any. 3. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (including size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. 4. Information to help determine if the Material Management Team (MMT) requirements is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 5. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns. 6. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-3015, if you believe that this action is unreasonable restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from GSA notice or as stated below. Provide the specific aspects that unreasonable restrict competition and the rationale for such conclusion. 7. Recommendations to improve the approach/specifications/draft PWS to acquiring the identified MMT services. Responses to this notice will assist the government in identifying potential sources and determine if a set-aside of the solicitation is appropriate. Statement of Capability should be submitted no later than 4:00 P.M. EST on 23 August 2021. The response information should be electronically mailed to Contract Specialist Casey N. Cambrin at casey.n.cambrin.civ@mail.mil and Contracting Officer Heather D. Clifton at heather.d.clifton.civ@mail.mil.

Vehicle: PSS

RFP release date: 8/16/2021

Proposal due date: 8/26/2021

Related Attachments:

Read more

Parking Garage Management & Administration – ONLY Request for Information (RFI)

Summary: *******THIS IS A RFI ONLY******* The Department of Defense (DoD) Defense Advanced Research Projects Agency (DARPA) seeks information for contractor support in the area of garage management and administration in the following general task areas: 1. Parking Garage Management & Administration, specifically initiate new parking contracts and maintain current contracts for monthly parking of private vehicles belonging to DARPA on-site employees 2. Parking Garage Cleaning, specifically provide general cleaning (e.g., trash pick-up) at least 3 times a week and deep cleaning (e.g. power washing) bi-annually. The DARPA garage is an on-site, underground parking garage for DARPA employees, located at 675 N. Randolph Street, Arlington, VA 22203. The parking garage has 515 parking spaces on 3 floors. The garage is open for use 24/7, 365 days per year. The garage is not intended to be a profit generating enterprise. DARPA will compensate the contractor for managing the garage, all fees collected from individual parking tenants will be submitted to the Government. The Government intends to award a Firm-Fixed-Price contract consisting of a one-year base period and four (4) one-year option periods. The Government anticipates an award in December 2021, with work starting in February 2022. Information submitted in response to this RFI will be used confidentially by the Government to improve its understanding of market capabilities and identify qualified vendors that are capable of supporting and executing the requirements of under the North American Industry Classification System 812930 entitled “Parking Lots and Garages.” All interested and qualified businesses are encouraged to respond to this notice in accordance with the instructions addressed herein. This RFI is for market research purposes only and is not a request for proposal nor does it restrict the Government as to the final acquisition strategy. The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice. Respondents will not be notified of the result of this RFI. Due Date to submit a response to this Notice is Friday, 27 August 2021 before 3:00 PM Eastern Time via ebuy or email (Subject Line: DARPA Parking Garage Management Sources Sought Response – [Company Name]) to Ms. Hillary Dean, Contracting Officer, at hillary.dean@darpa.mil. Submission Requirements There is a maximum page limit of three (3) typed pages using Times New Roman 12 pt font within an 8.5 x 11 page size. Cover letters and extraneous materials (brochures, general capability statements, etc.) need not be submitted and may not be read. Interested firms should submit their response to include the following (in this order): 1. Complete business name, included Data Universal Numbering System (DUNS) number and Commercial and Government Entity (CAGE) code 2. Contact information (POC’s name, title, address, telephone and email) 3. Business size and classification (e.g. large, small, small disadvantaged, SBA Certified 8(a), HUBZone, service disabled veteran-owned, etc.) under NAICS code 812930 4. Government contract vehicles for parking garage management, if any 5. Parking management and administration experience and capability a. Statement on business’s capability to provide garage management and cleaning services b. Evidence of successful performance within the past 5 years of work similar in type, size and scope c. Examples should include contract numbers, project titles, scope of work, dollar amounts, periods of performance and customer/government points of contact (telephone numbers or email addresses) 6. Probability (high, medium, or low) of submitting a proposal for this work Place of Contract Performance: 675 N. Randolph St. Arlington, Virginia 22203 United States

Vehicle: PSS

RFP release date: 8/9/2021

Proposal due date: 8/27/2021

Related Attachments:

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

OWCP Medical Physician Network and Medical Bill Processing Services

Summary: ***IMPORTANT: Please see the below, and also the attached requirements document. Please provide a response to questions below, and in the attached requirements document*** BACKGROUND The Department of Labor (DOL) is conducting market research on industry’s capabilities to provide nationwide medical provider services by means of a provider network or networks, and to serve as a third party biller to receive and process medical bills, according to industry standards and OWCP rules where necessary. DISCLAIMER This Request for Information (RFI) is issued solely for information and does not constitute a solicitation. In accordance with the FAR 15.201 (e), RFIs may be used when the Government wants to obtain price, delivery, other market information, and capabilities for planning purposes. Responses to these notices are not offers and cannot be accepted by the Government to form a binding contract. Respondents are solely responsible for all expenses associated with this RFI response. For the purposes of this RFI, the term “vendor” refers to those members of the industry providing a response to this RFI. Payment will not be provided for information obtained in this RFI, nor will it be returned. Respondents will not be notified of the RFI assessment. INTRODUCTION The U.S. Department of Labor (DOL), Office of Workers’ Compensation Programs (OWCP) administers four major workers’ compensation programs: the Federal Employees’ Compensation Act (FECA), the Energy Employees Occupational Illness Compensation Program Act (EEOICPA), the Black Lung Benefits Act, and the Longshore and Harbor Workers’ Compensation Act (LHWCA). Each program seeks to mitigate the impact of work-related injuries for specified workers through the provision and management of medical and other benefits. In addition, Division of Federal Employees and Longshore Harbor Workers’ Compensation (DFELHWC) claims examiners facilitate return-to-work for workers with work-related injuries or illnesses who are able to work. OWCP claims examiners working in offices throughout the United States adjudicate and manage claims. To provide a sense of scope, in a recent 1-year period OWCP processed 3,343,466 medical bills. The total amount paid in medical benefits was $1,446,174,300. These were distributed among the programs as follows: Federal Employees’ Compensation had 79% of bills and 41% of payments; Energy Employees’ Occupational Illness had 19% of bills and 58% of payments; and Disabled Coal Miners had 2% of bills and 1% of payments. Currently, the OWCP pays claims through a medical bill-processing vendor at a significant administrative cost due to each of the programs having unique needs. The programs are open to change but one of the custom features that OWCP’s bill processing vendor has incorporated historically are the OWCP Treatment Suites. Treatment Suites are in-house, International Classification of Diseases (ICD) code-driven algorithms used to determine authorization requirements and eligibility for payment of Healthcare Common Procedure Coding System (HCPCS) and Current Procedural Terminology (CPT) codes, diagnosis-related groups (DRG), durable medical equipment (DME), therapeutic drug classes, and other services for accepted condition(s) according to Office of Workers’ Compensation Programs (OWCP) business rules. Billed diagnoses are validated against the claimant’s accepted conditions. Below are the Government’s current activities to support this function, which is not an indicator of where future policies will end. Support program-specific business rules, which include prior authorization (PA) levels. There are multiple PA levels available. PA level 1 procedures do not require prior authorization. PA level 2 procedures require review and a payment decision by the bill payment vendor. PA level 3 procedures require review and approval by the OWCP. OWCP also maintains a treatment suite called “Basics”, which includes those HCPCS and CPTcodes, and DME assigned to and part of all standard suites. In addition, the OWCP maintains custom or special treatment suites which include homegrown codes. Process bills for services according to program-specific business rules, accepted conditions and treatment suites (or Contractor provided alternative). OVERVIEW The Government is seeking information from companies that can provide 1) access to provider networks and 2) bill processing services. The government’s goals for its medical provider networks is to provide: -Access to multiple medical provider networks (e.g., preferred provider organization PPO networks of physicians and hospitals). -Ideally, this would include the ability to access networks of physical therapy, durable medical equipment, and other services/products, in an effort to expand the availability and ease of scheduling with providers for our claimants. -Nationwide coverage and access to treating physicians and medical providers through the vendor’s own direct provider contracts or through access to other medical provider networks. -Access to a sufficient nationwide network of physicians to accommodate OWCP Directed Medical Services. The Government’s goals for bill processing services include: -Enrollment capability of non-network providers -Pre-authorization services -Bill processing services that include digital and physical mailroom bill intake (together with 100% required medical attachments to include medical reports, physician progress notes, etc.). -Customer service operations via the web and call centers for claimants and providers. -Processing all bills to payment or denial within 15 calendar days for electronic submission and 28 calendar days for hardcopy bills. -Using industry standard edits, including but not limited to, National Correct Coding Initiative (NCCI), CMMS publicly-available Medically Unlikely Edits (MUEs), utilization review (UR), etc., wherever possible to ensure correct processing of bills and to reduce the risk of successful fraudulent billing. -Using additional government-specified edits where necessary to meet OWCP programs’ regulatory and policy requirements. -Reduce OWCP’s medical and bill-processing administrative costs. Recent market research indicates that insurance companies and third party administrators can provide full service operations with access to physician networks and bill processing services, with full-featured customer service capabilities. These entities have access to their own, and other PPO networks. When processing bills, the company runs the provider associated with the bill through internal edits to determine the most cost efficient PPO network agreement the provider appears in, or to determine the best pricing reduction if the provider is associated with more than one PPO network. CONTRACT STRUCTURE The government envisions a contract structure in which the primary revenue generated to the Contractor will be the difference between the Contractor’s negotiated rates with its network providers and the negotiated OWCP Fee Schedule discounts included in the contract. All costs and profit for rendering required services must be covered by the “Net Proposed Price/Discount”. The Contractor shall pay in-network providers directly, and separately invoice OWCP at the “Net Proposed Price/Discount.” Billing for these services would be by individual service, at contracted rates at the case number level. All the medical support services and associated costs are considered to be FECA/BLBA/EEOICPA/LHWCA benefits. The Contractor shall pay out of network providers the OWCP Fee Schedule amount for the payable services, and bill OWCP the Fee Schedule amount plus an additional per-bill administrative processing fee. SCOPE OF WORK See attached MSWord document for known requirements. DESCRIPTION OF INFORMATION REQUESTED The government is requesting information from vendors interested in doing business with OWCP, regarding industry practices and company capabilities. Answers to government questions in the attached MSWord document should be included. VIRTUAL INDUSTRY DAY EVENT: In addition to the RFI, the government will likely host an Industry Day virtual event. During this event, the government will further clarify the objectives and requirements provided in this RFI. All interested parties will be encouraged to attend and ask questions. Further details will be posted as an amendment to this notice. RESPONSES/CAPABILITY STATEMENT All responses shall include a written Capability Statement, and the following: 1. Company name, mailing address, e-mail address, telephone and website address (if available), and the name, telephone number, and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives. 2. Company’s GSA Federal Supply Schedules contract number, if applicable, and Special Item Numbers. 3. Customary practices, including warranty, discounts, contract type under which commercial sales of these services are made. 4. Business size and status (i.e. 8(a), Small Disadvantaged Business, Woman-Owned Small Business, HUBZone, and/or Service-Disabled Veteran-Owned Small Business). 5. DUNS number, CAGE Code, Tax Identification Number, and company structure (Corporation, LLC, partnership, joint venture, etc.). Companies also must be registered in the System of Awards Management at www.beta.sam.gov to be considered as potential sources. In addition, all interested parties shall provide answers to the questions asked in the attached requirements document. HOW TO RESPOND: Responses to this RFI must be letter sized (8.5 x 11) in length using the standard margins and font. Responses that send sales material will not be assessed. All responses must clearly and directly address capabilities and answer Government questions, and must also comply with the format identified above. Again, responses consisting of marketing material will not be reviewed. All responses are to be submitted electronically to the DOL contract speci

Vehicle: PSS

RFP release date: 6/30/2021

Proposal due date: 7/26/2021

Related Attachments:
Related Attachment

Read more
PHP Code Snippets Powered By : XYZScripts.com