D--Advanced Medical Cost management Solutions (AMCMS) SaaS & Healthcare Financial Management System - new task order

From: Federal Government(Federal)
36C10B19R0048

Basic Details

started - 07 Aug, 2019 (about 4 years ago)

Start Date

07 Aug, 2019 (about 4 years ago)
due -

Due Date

N/A
Bid Notification

Type

Bid Notification
36C10B19R0048

Identifier

36C10B19R0048
Department of Veterans Affairs

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF (102106)VETERANS AFFAIRS, DEPARTMENT OF (102106)TECHNOLOGY ACQUISITION CENTER NJ (36C10B) (2447)
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.

Request for Information Advanced Medical Cost Management Solution & Healthcare Financial Management Services TAC Number: TAC-19-56442 Introduction This RFI is for planning purposes only and shall not be considered an Invitation for Bid, Request for Task Execution Plan, Request for Quotation or a Request for Proposal. Additionally, there is no obligation on the part of the Government to acquire any products or services described in this RFI. Your response to this RFI will be treated only as information for the Government to consider. You will not be entitled to payment for direct or indirect costs that you incur in responding to this RFI. This request does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated or received for this effort. Interested parties are responsible for adequately marking proprietary, restricted or competition sensitive information contained in their response. The
Government does not intend to pay for the information submitted in response to this RFI. The North American Industry Classification System (NAICS) for this requirement is 541512 with a size standard of $30 million. Be advised that set-aside decisions may be made based on the information provided in response to this RFI. Responses should be as complete and informative as possible. 2. Submittal Information: All responsible sources may submit a response in accordance with the below information. There is a page limitation for this RFI of 30 pages. The Government will not review any other information or attachments included, that are in excess of the 30 page limit. NO MARKETING MATERIALS ARE ALLOWED AS PART OF THIS RFI. Generic capability statements will not be accepted or reviewed. Your response must address capabilities specific to the services required in the attached PWS and must include the following: Interested Vendors shall at a minimum, provide the following information in the initial paragraph of the submission: Name of Company Address Point of Contact Phone Number Fax Number Email address Company Business Size and Status For VOSB and SDVOSBs, proof of verification in VIP. NAICS code(s) Socioeconomic data Data Universal Numbering System (DUNS) Number Existing Contractual Vehicles (GWAC, FSS, or MAC) Provide a summary of your capability to meet the requirements contained within the draft PWS for the following areas: Detail your company s capabilities and experience supporting healthcare cost management technologies that provides a Software as Service solution that is capable of integrating financial, medical and cost data to accurately forecast, monitor and trend medical services costs using technology and data analytics. Detail your company s capability and experience supporting healthcare cost management technology that provides modeling of data that includes; standard healthcare codes, Medicare reimbursement rates, fee schedules and other required data to accurately manage healthcare cost. Detail your company s capability to determine and manage appropriate accruals for outstanding liabilities of healthcare obligations based on approved referrals for healthcare. Detail your company s capability and experience providing state-of-the art healthcare methods and business processes to model changes in reimbursement rates based on market fluctuations or changes in private sector reimbursements to determine types of care, specialty types or regions that may require reimbursement greater than Medicare, fee schedules or contracted rates. Provide examples of relevant experience with healthcare cost management services or similar efforts and supporting technologies currently deployed. The AMCMS SaaS Solution shall run on a cloud infrastructure and shall be accessible from various client devices through either a thin client interface, such as a web browser (e.g., web-based email) or a program interface. The system shall not require download of software to VA computers. The VA shall not manage or control the underlying cloud infrastructure including network, servers, operating systems, storage or individual application capabilities. The system shall be vendor or third-party hosted and require no servers within VA. Please validate that your proposed solution is a SaaS and describe its hosting environment. The AMCMS SaaS Solution shall have no interface required to be developed or customization to the vendor hosted solution being requested. Can your company s proposed SaaS solution meet all PWS requirements without developing an interface or performing any kind of customization? Please describe your pricing model. Is it driven by total users, concurrent users, transaction based, number of records, etc? Please provide separate Rough Order of Magnitudes (ROMs) for the SaaS solution in accordance with PWS Paragraph 5.2,  Healthcare Financial Management Consulting Services IAW 5.3, and Actuarial Services IAW 5.4. For the SaaS portion of this effort, VA intends on providing no payment until the SaaS solution has achieved a FedRAMP Authorization to Proceed (ATO). Once approved by the VA Authorizing Official, VA intends on setting up a monthly subscription payment for the duration of the base period and option periods, if exercised. Do you concur or propose different payment terms? Corporate experience or expertise in performing these services and specific examples or references. Specific examples or references provided must include the agency, point of contact, dollar value, and contract number. Your company s intent and ability to meet the set aside requirement in accordance with VAAR 852.219-10 (JUL 2019) (DEVIATION) VA Notice of Total SDVOSB and 13 CFR §125.6, which states the contractor will not pay more than 50 percent of the amount paid by the Government to it to firms that are not VIP-listed SDVOSBs. Your response shall include information as to available personnel and financial resources; full names of proposed team members and the PWS requirements planned to be subcontracted to them, which must include the prime planned percentage or the names of the potential team members that may be used to fulfill the set aside requirement. Has the draft PWS provided sufficient detail to describe the technical requirements that encompass the software development and production operations support services to be performed under this effort. ______ YES _______ NO (if No, answer question 13) If NO , please provide your technical comments/recommendations on elements of the draft PWS that may contribute to a more accurate proposal submission and efficient, cost effective effort. Responses are due no later than 10AM EST, August 13th 2019 via email to Stephanie Petrone, Contract Specialist at Stephanie.petrone@va.gov and Christopher Minetti, Contracting Officer at Christopher.minetti@va.gov. Please note Advanced Medical Cost Management Solution & Healthcare Financial Management Services in the subject line of your response. Mark your response as Proprietary Information if the information is considered business sensitive. The email file size shall not exceed 5 MB.

VA Technology Acquisition CenterLocation

Address: VA Technology Acquisition Center

Country : United StatesState : New Jersey

Classification

NAISC: 541512 GSA CLASS CODE: D
naicsCode 541512Computer Systems Design Services
pscCode DIT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONS