Small Disadvantaged Business

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

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

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

Microsoft Premier Support Services

Summary: To: GSA Schedule Contractors From: Acquisition Services Directorate/Interior Business Center/Department of the Interior Subject: Request for Quotation (RFQ) AQD RFQ/Solicitation No. 140D0421Q0457 The U.S. Department of the Interior, through its Franchise Fund activity, Acquisition Services Directorate (AQD or “Government”) is issuing this competitive Request for Quotations (RFQ) for the purpose of entering into a Task Order under the General Services Administration (GSA) Federal Supply Schedule (FSS) Multiple Award Schedule (MAS) 54151S – Information Technology Professional Services IT Professional Services and/or labor categories for database planning and design; systems analysis, integration, and design; programming, conversion and implementation support; network services, data/records management, and testing. AQD will conduct this acquisition using Subpart 8.4 of the Federal Acquisition Regulation (FAR). The requirement identified herein is to secure a contractor to provide Premier Microsoft Support Services provided by Microsoft personnel. The Government contemplates the award of a firm fixed-price task order resulting from this Request for Quote (RFQ) for Premier Microsoft Support Services provided by Microsoft personnel. This RFQ is an SBA Certified Small Disadvantaged Business set-aside. The due date for your response to this solicitation, both technical and price quotations, is on or before 10:00 AM Eastern Time (ET), July 30, 2021. All responses must be posted in GSA eBuy. If you have questions regarding this solicitation, please submit your inquiries to the Contracting Officer, David Boyd at david_boyd@ibc.doi.gov no later than 10:00 AM ET, July 9, 2021 Questions submitted via telephone or facsimile will not be addressed.

Vehicle: IT 70

RFP release date: 6/28/2021

Proposal due date: 7/30/2021

Related Attachments:
Related Attachment
Related Attachment
Related Attachment
Related Attachment
Related Attachment
Related Attachment
Related Attachment

Read more
PHP Code Snippets Powered By : XYZScripts.com