Medicare Cost Reporting Services
ID: 75H70424R00011AType: Combined Synopsis/Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFINDIAN HEALTH SERVICEDIVISION OF ACQUISITIONS POLICY HQROCKVILLE, MD, 20857, USA

NAICS

Other Accounting Services (541219)

PSC

SUPPORT- MANAGEMENT: ACCOUNTING (R703)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Indian Health Service (IHS) under the Department of Health and Human Services is seeking proposals for Medicare Cost Reporting Services, aimed at supporting the financial management of healthcare services for American Indians and Alaska Natives. The selected contractor will be responsible for preparing and submitting up to 53 Medicare cost reports annually, conducting financial analyses, and ensuring compliance with Medicare and Medicaid regulations, which are critical for the reimbursement processes of over 600 healthcare facilities. This procurement is significant as it underscores the federal government's commitment to maintaining healthcare service levels in underserved populations while ensuring financial accountability. Proposals are due by 07:30 AM (EST) on September 23, 2024, and should be submitted electronically to Brendon Moran at brendon.moran@ihs.gov, with a total estimated contract value of $62,500 for each option period.

    Point(s) of Contact
    Brendon Moran, Contracting Officer
    brendon.moran@ihs.gov
    Files
    Title
    Posted
    The document pertains to the Past Performance Survey for the Indian Health Service's solicitation for Medicare Cost Reporting Services, detailing requirements for contractors. It outlines the information necessary for evaluating a contractor's past performance on federal contracts, including project descriptions, performance goals, staffing requirements, and timeline adherence. The rating scheme categorizes performance levels ranging from "Excellent" to "Unacceptable" across several dimensions such as quality of service, cost control, timeliness, business relations, and customer satisfaction. Participants must assess contractors based on objective indicators, and provide detailed ratings and comments, which will contribute to an overall past performance rating. This survey is integral for the selection process in government RFPs, ensuring that only qualified contractors are considered for federal projects.
    The provided document appears to be a corrupted or encrypted government file, making it essentially unreadable and devoid of meaningful content. Without clear context or identifiable topics, it is impossible to glean any information regarding federal RFPs, federal grants, or state and local RFPs from this file. A proper analysis and summary require a coherent text with discernible themes and relevant details, which this file lacks due to its corrupted state. Consequently, it cannot be summarized effectively or linked to any governmental purpose or process related to RFPs or grants.
    The document outlines the cost proposal for the RFP # 75H70424R00011A concerning Medicare Cost Reporting Services, issued by the Indian Health Service (IHS), specifically the Office of Resource Access and Partnerships. It details the cost structure for various tasks required in the contract, which includes a BASE period and optional tasks spread across four option periods. Each section breaks down costs associated with core contract tasks and several optional tasks related to revenue cycles, ancillary studies, and specific access indicators for users. A total cost is calculated based on the combined expenses of the base and all options, emphasizing fiscal management within federal procurement processes. This pricing sheet serves as a structured framework for bidders to present their financial proposals, ensuring transparency and accountability in government spending related to healthcare service reporting.
    The document provides a comprehensive list of healthcare facilities and offices associated with federal and tribal entities, primarily focusing on Indian health service providers in various regions of the United States, including Alaska, Albuquerque, Bemidji, Billings, Great Plains, Nashville, Navajo, Oklahoma, Phoenix, and Tucson. Each entry categorizes facilities as either federal or tribal, outlining their specific roles within the health services structure. The report also includes a section on contract-related information from Novitas concerning various healthcare facilities, including critical access hospitals and home offices. Overall, the file serves to catalog healthcare providers eligible for government grants, Request for Proposals (RFPs), or contracts, indicating the federal government's commitment to ensuring healthcare accessibility for Native American populations through structured oversight and funding mechanisms. The cataloging of facilities suggests strategic planning for health service delivery in tribal areas and aims to streamline funding and resources effectively.
    The document outlines the Urban Indian Health Programs, focusing on various program types and their locations across the United States. It categorizes health services into Full/Limited Ambulatory Care, Residential/Outpatient Substance Abuse Services, and Outreach/Referral Services, highlighting the diverse offerings for urban Native American populations. Specific areas are listed, each detailing the healthcare providers and program types available, spanning regions like Albuquerque, Bemidji, Billings, California, Great Plains, Navajo, Oklahoma City, Phoenix, Portland, Seattle, and Tucson. Notably, Tucson is introducing a new limited ambulatory service in 2024. The data showcases a commitment to comprehensive health services for urban Native Americans through federal and community partnerships. The document's purpose aligns with government funding initiatives aimed at improving healthcare accessibility and addressing specific health disparities faced by Native American populations in urban settings. The structured presentation effectively communicates the services available, facilitating potential collaboration or grant opportunities for interested parties.
    The document lists various youth wellness centers located across the United States, specifically within tribal or federal jurisdictions. Each entry provides the center's name, geographical location, and associated Indian Health Service (IHS) Area. The centers are primarily situated in states with significant Native American populations, such as California, Alaska, Oklahoma, and New Mexico, indicating a concerted federal effort to address youth wellness through these established facilities. The existence of these centers reflects the government's commitment to providing mental health and substance abuse services tailored for youth in Native American communities. This listing may serve as a resource for stakeholders interested in federal grants, RFPs, or partnerships aimed at enhancing youth wellness initiatives. Overall, the document underscores the importance of targeted health services in fostering the well-being of Native American youth.
    The document outlines an RFP for Medicare Cost Reporting Services by the Indian Health Service (IHS), aimed at ensuring compliance with Medicare and Medicaid regulations for over 600 healthcare facilities serving American Indians and Alaska Natives. Key responsibilities for the contractor include preparing and submitting up to 53 cost reports annually, managing All-Inclusive Rates (AIRs), and conducting various analyses to enhance healthcare reimbursement processes. The contractor is required to facilitate monthly progress reports, organize kick-off meetings, and undertake specific analytical tasks such as evaluating the reimbursement impact of converting facilities to Critical Access Hospital (CAH) or Rural Emergency Hospital (REH) status. Additional tasks involve calculating Disproportionate Share Hospital reimbursement rates and developing AIRs for Urban Indian Organizations and Youth Regional Treatment Centers. Deliverables are structured around timelines and detailed in a tracking table, emphasizing accountability and systematic reporting to the IHS. This RFP highlights the federal government's commitment to maintaining healthcare service levels in rural settings while ensuring financial sustainability through accurate cost reporting and analysis.
    The document outlines the Questions and Answers for the Request for Proposal # 75H70424R00011A concerning Medicare Cost Reporting Services. It confirms the existence of an incumbent contractor, specifies that a single-award contract is anticipated with a hybrid fixed price structure, and indicates that remote work is permitted, although travel is required. The expected award date is September 30, 2024, and proposals must include resumes for key personnel along with Right to Represent documents. The RFP is for a recompete effort of a recurring requirement, with payment terms set to net 15 days and quarterly billing. The document clarifies that on-site visits will vary, typically involving 15-20 hospitals annually, and confirms that the cost report preparation will reference periods ending September 30, 2024. It outlines that revenue cycle analyses may involve a limited number of hospitals rather than all, and two optional analyses can be considered. This summary indicates the procedural and operational expectations for prospective contractors in relation to Medicare cost reporting services under the federal government's guidelines.
    The document outlines a solicitation for Medicare Cost Reporting Services by the Indian Health Service (IHS). It indicates the intention to award a firm-fixed price contract with an overall budget of $62,500 for each option period, covering necessary travel expenses to designated facilities. The IHS provides comprehensive healthcare to American Indians and Alaska Natives, requiring contract support for Medicare cost report submissions to the Centers for Medicare and Medicaid Services (CMS). The contract’s scope includes the development of Medicare cost reports, financial analysis, and calculations of reimbursement rates. Key tasks consist of preparing up to 53 cost reports annually, conducting analyses of Disproportionate Share Hospital reimbursement, and determining All-Inclusive Rates for various health service classifications. Deliverables must be submitted to the Contracting Officer's Representative (COR) for verification and acceptance, adhering to a timeline that includes monthly reports and specific due dates for critical cost reports. This initiative underscores federal efforts to properly manage healthcare funding for underserved populations while ensuring regulatory compliance and financial accountability in Medicare and Medicaid reimbursements.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Sol_75H70724Q00141 Survey and Data Collection Services (HCAHPS survey) Zuni Comprehensive Community Health Center
    Active
    Health And Human Services, Department Of
    The Indian Health Service (IHS) is soliciting proposals for survey and data collection services related to the HCAHPS (Hospital Consumer Assessment of Healthcare Providers and Systems) survey at the Zuni Comprehensive Community Health Center in New Mexico. The contractor will be responsible for managing all aspects of the survey process, including setup, mailing, data verification, and reporting results, while ensuring compliance with federal, state, and local regulations, including HIPAA for patient confidentiality. This contract is crucial for collecting patient feedback to improve healthcare quality and will be awarded as a firm-fixed-price contract with a base period of 12 months and four optional renewal periods. Interested vendors must submit their proposals by October 4, 2024, and direct any inquiries to Shannon Eldridge-Shorty at shannon.eldridge-shorty@ihs.gov or by phone at 505-256-6768.
    IHS, Pawnee Nephrology Services
    Active
    Health And Human Services, Department Of
    The Indian Health Service (IHS) is seeking proposals for nephrology services at the Pawnee Indian Health Center (PIHC) in Oklahoma, with the intent to award a one-year contract. The contractor will provide on-site nephrology care twice a month, with the possibility of adjustments based on patient demand, and must adhere to IHS quality standards and regulatory guidelines. This procurement is crucial for enhancing healthcare services for Native American populations, ensuring comprehensive nephrology care, and maintaining compliance with public health standards. Interested vendors must submit their quotes by 4:00 PM CST on September 5, 2023, to Judy Eaves at judy.eaves@ihs.gov, and the procurement is unrestricted with a focus on promoting participation from small and disadvantaged business enterprises.
    Sol_75H70724Q00138_IntelePharmacy Will Call System for Zuni Comprehensive Community Health Center
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for the IntelePharmacy Will Call System to enhance pharmacy operations at the Zuni Comprehensive Community Health Center in Zuni, New Mexico. The procurement aims to alleviate congestion and improve patient service by implementing a system that manages prescription notifications and will call medication storage, with a contract duration of 12 months and options for renewal. This initiative is crucial for improving operational capacity and integrating technology in healthcare services, ensuring efficient patient care. Interested vendors must submit their proposals, including technical specifications and pricing, by September 30, 2024, with inquiries directed to Shannon Eldridge-Shorty at shannon.eldridge-shorty@ihs.gov.
    Medical Malpractice Tort Claim Peer Review Services
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified vendors to provide Medical Malpractice Tort Claim Peer Review Services as part of a Sources Sought Notice. The selected contractor will be responsible for reviewing up to 50 medical malpractice claims annually, delivering written Standard of Care Reports within a 30 to 60-day timeframe, and must have a pool of Board Certified physicians across various medical specialties. This initiative is crucial for ensuring compliance with the Federal Tort Claims Act and improving operational efficiency within federal healthcare settings. Interested parties must submit their responses by September 27, 2024, to Brendon Moran, Contracting Officer, at Brendon.Moran@ihs.gov, and should ensure they are registered in the System for Award Management (SAM).
    Firm Fixed-Price, Non-Personal Healthcare Service, Commercial Item, Indefinite Delivery/Indefinite Quantity (ID/IQ), Contract to provide Medical Laboratory Technologist Services for the Rosebud IHS Hospital, Rosebud, South Dakota
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service, is seeking proposals for a Firm Fixed-Price, Non-Personal Healthcare Service contract to provide Medical Laboratory Technologist Services at the Rosebud IHS Hospital in South Dakota. The contract aims to secure up to 12 qualified medical technologists to deliver comprehensive laboratory services from October 15, 2024, to October 14, 2025, with the potential for four additional option years, emphasizing the importance of culturally competent care for the Native American community. The total contract value is capped at $7.5 million over five years, and interested contractors must submit their proposals by October 1, 2024, while ensuring compliance with health care standards and maintaining staffing levels. For further inquiries, contact Wenda Wright at wenda.wright@ihs.gov or call 605-226-7724.
    Jicarilla Service Unit Family Medicine Physician Non Personal Healthcare Services
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service, is seeking proposals for Family Medicine Physician Non-Personal Healthcare Services at the Jicarilla Service Unit located in Dulce, New Mexico. The contract requires the provision of independent healthcare services, focusing on family medicine, with a commitment of 40 hours per week over a base year and four optional renewal years. This procurement aims to enhance healthcare access and quality for Indigenous populations, ensuring compliance with federal healthcare standards and regulations, including HIPAA for privacy and data security. Interested offerors must submit their proposals by 12:00 PM MST on October 7, 2024, and can direct inquiries to Eric Wright at eric.wright@ihs.gov or by phone at 505-256-6752.
    Mescalero Service Unit Optometrist Non Personal Healthcare Services
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service, is seeking proposals for non-personal healthcare services in optometry at the Mescalero Service Unit in New Mexico. The primary objective is to procure optometric services to diagnose and treat visual disorders, with contractors expected to operate independently while adhering to industry standards and federal regulations. This procurement is crucial for ensuring quality eye care for American Indian populations, emphasizing cultural sensitivity and compliance with HIPAA guidelines. Interested offerors must submit their proposals by email to Eric Wright at eric.wright@ihs.gov by 12:00 pm MST on September 25, 2024, and must be registered in the System for Award Management (SAM) to be eligible for contract award.
    24/7 Telebehavioral Health Services - New Sunrise Regional Treatment Center (NSRTC) - Pueblo of Acoma, NM
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking proposals for 24/7 Telebehavioral Health Services at the New Sunrise Regional Treatment Center (NSRTC) located in Pueblo of Acoma, New Mexico. The procurement aims to provide mental health services to adolescents suffering from Serious Mental Illness (SMI) and Substance Use Disorders (SUD) through telehealth, thereby enhancing access to care and addressing treatment gaps in the community. This contract, which is a Total Small Business Set-Aside, will be awarded for a base year with four option years, emphasizing the importance of culturally competent care and quality assurance in mental health outcomes for Native American youth. Interested vendors must submit their proposals by 5:30 PM MDT on October 18, 2024, and can direct inquiries to Shandiin DeWolfe at Shandiin.DeWolfe@ihs.gov.
    One (1) Advanced Practice Nurse (Nurse Anesthetist) Services
    Active
    Health And Human Services, Department Of
    The Indian Health Service (IHS) is seeking qualified sources to provide Advanced Practice Nurse (Nurse Anesthetist) Services for the Clinical Division at the Northern Navajo Medical Center (NNMC) in Shiprock, New Mexico. The procurement aims to fulfill a critical need within the anesthesiology department, with an anticipated contract duration of 12 months, consisting of a 6-month base period and a 6-month option period. This opportunity is part of the IHS's commitment to supporting Indian Economic Enterprises under the Buy Indian Act, emphasizing the importance of compliance and certification for interested parties. Interested vendors must submit their capabilities package to Matthew Atcitty by September 23, 2024, at 12:00 PM MST, including necessary documentation to confirm their eligibility and experience.
    Woodrow Wilson Keeble Memorial Health Care Center USP Compliance
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service, is soliciting proposals for the renovation of the Woodrow Wilson Keeble Memorial Health Care Center in Sisseton, South Dakota, focusing on achieving USP compliance. The project encompasses various construction activities, including demolition, mechanical reroutes, masonry work, and upgrades to the pharmacy and ambulance garage, all while ensuring adherence to federal construction standards and local regulations. This initiative is crucial for enhancing healthcare infrastructure and maintaining operational continuity for the facility, which serves an underserved community. Proposals are due by October 18, 2024, at 2:00 PM CT, and interested contractors should direct inquiries to Shaukat Syed at shaukat.syed@ihs.gov or call 214-767-3934.