The RFP Database
New business relationships start here

RFI for Revenue Cycle Solution


New Jersey, United States
Government : Federal
RFI
Go to the link
This document has expired, therefore the above link may no longer work.

Request for Information
Management Consulting Services and Healthcare Revenue Workflow Management and Business Information Technology Tools
TAC Number: TAC-19-55659

Introduction

This action is intended to be competed under the Transformation Twenty One Total Technology Next Generation (T4NG) multiple award, indefinite delivery, indefinite quantity contract using fair opportunity procedures in accordance with Federal Acquisition Regulation 16.505. This request for information (RFI) is issued to determine if alternative solutions are available, and the availability of Vendor Information Pages (VIP) verified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran Owned Small Businesses (VOSBs) that are capable of providing the services identified in the attached Performance Work Statement (PWS).

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 $27.5 million. A company that is not a VIP registered and verified SDVOSB or VOSB (https://www.vip.vetbiz.va.gov/)
should not respond to this notice.
The Government has an upcoming requirement for support for the Office of Health for Community Care (OCC) - Revenue Operations (RO) Program Management Office (PMO) and at the seven (7) regionally aligned Consolidated Patient Account Centers (CPACs). Specifically, this effort will be for management consulting, training, maintenance, and additional technical support. Included with this proposed effort is renewal of and maintenance for the existing solution, which is comprised of the following commercial-off-the-shelf (COTS) software Huron Healthcare ONTRACB., TRACB., QUIC software along with Clarity RevFind and Clarity Pivot developed by MDClarity.
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 10 pages. The Government will not review any other information or attachments included, that are in excess of the 10-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, T4NG, or MAC)

Provide a summary of your capability to meet the requirements identified above for the following areas:

Provide a summary of your technical capability to meet the requirements detailed above.

Detail your solution s capabilities and your company experience supporting healthcare revenue workflow management technologies that provides an electronic mechanism to assist in the prioritization, distribution, tracking and reporting of revenue cycle accounts. Detail your company s capability and experience supporting healthcare payer compliance technology that provides scenario modeling of insurance carrier agreements to include provision of automatic calculation of expected allowed amounts and reporting capabilities. Detail your company s capability and experience providing state-of-the art healthcare methods and business processes to improve efficiency, effectiveness and accountability.

If proposing an alternative COTS/Software solution, other than the solution described above, please detail your ability to deploy your solution to the Enterprise within the next 3 months to provide seamless support of VA Revenue cycle efforts. Additionally, provide detail into how your solution will be able to interoperate with the with the Cerner Electronic Health Record Modernization solution.

If intending to provide the solution identified above, then please provide your companies relationship to the Original Software Developers and capability of providing required maintenance and licenses.
Provide examples of relevant experience with Public healthcare revenue services or similar efforts, supporting technologies currently deployed.
Detail your experience in migrating customer facing Cloud Hosted environments in a scalable agile framework
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. Specifically, the Government is interested in the following:

The intent and ability to meet the set aside requirement in accordance with VAAR 852.219-10 (JUL 2016) (DEVIATION) VA Notice of Total SDVOSB and 13 CFR B'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 SDVOSBs as defined by VAAR 852.219-10 (JUL 2016) (DEVIATION). 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.


Responses are due no later than 10:00 AM EST June 19, 2019, via email to Michael Weckesser, Contract Specialist at Michael.weckesser@va.gov. Please note Revenue Cycle Solution 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.

Michael Weckesser
Contract Specialist
732-795-1097

michael.weckesser@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP