R– Recovery Audit Third-party Health Insurers Underpayment Services
Notice Type: Sources Sought Notice
Posted Date:
Office Address:
Subject: R-- Recovery Audit Third-party Health Insurers Underpayment Services
Classification Code: R - Professional, administrative, and management support services
Solicitation Number: 36C77718Q9070
Contact: Contract Specialist:
Description:
Page 6 of 22DISCLAIMER
This
Agency:
Office:
Notice type: Post Date:
Sources Sought
Response Date:
Original Proposed Set-Aside: Full & Open
Classification Code: R704
NAICS Code: 541211
Synopsis: THIS IS NOT A SOLICITATION. This is a Request for Information (RFI) Sources Sought Notice issued in accordance with FAR 15.201(e) to conduct market research. This
Contracting Office Address:
SAO Central
PCAC-
Points of contact:
Contract Specialist
314-894-6656 x65115
Objective: This RFI is for Recovery Audit services that review different claim types and provide services to pursue payment of underpaid collected closed
1. Specific Response Instructions: Please submit your
a. No more than 10 pages (excluding transmittal page). Include the name, email address and phone number of the appropriate representative of your company; The Government will not review information or attachments in excess of the 5 page limit.
b. Submit your response via email to [email protected].
c. Submit your response by
d. Mark your response as Proprietary Information if the information is considered business sensitive.
e. Marketing Materials are not allowed as part of this
2. Information Requested:
a. Company Information/Socio Economic Status
b. Provide the company size and POC information
c.
d. Indicate whether your company, subcontractors, teaming partners, joint ventures have a Federal Socio-Economic Status, e.g., Small Business, Service-Disabled Veteran Owned Small Business, Veteran Owned Small business, Women-Owned Small Business, Disadvantaged Small business (8A), and
Scope of Work: See attached sample Performance Work Statement (PWS).
Questions for Industry: A previous
Review the PWS carefully including the scope of work and number of claims to be reviewed per year. Has your company provided this service within the last three (3) years at an enterprise level (with enterprise level consisting of receiving requirements from a large healthcare organization supporting 3 or more locations across CONUS) Provide in your response the contract number(s), date of award and completion, dollar value, a general statement regarding timeframe (within three (3) years), type (must be healthcare), number of claims processed (relative to the PWS) and a current Point Of contact for each contract with information to contact them. (Note: The government requires confirmation of capability and will not use resources to track down POCs) .
Is your company interested in performing these services and will your company be able to accommodate performance within the next six(6) months (provide labor, management, equipment, and other resources, etc.)
Company
Performance Work Statement (PWS)
1. Title of Project: Recovery Audit Third-party Health Insurers Underpayment Services
2. Background: Public Laws (PL) 99-272, 101-508, and 102-579 granted
OCC Revenue Operations CPAC is seeking services to actively review insurance carrier payments to determine appropriate collections and, if underpayments are identified, pursue the collection of the under paid amount.
3. Objectives: Review claim types identified and provide services to pursue payment of underpaid collected/closed
3.1.
3.1.1. Partial payment received and the payment received is the full amount expected from the insurance carrier.
3.1.2. Usual and customary payment received.
3.1.3. Payment applied to the veteran s deductible.
3.1.4. Treatment does not meet medical necessity (this claim should be resubmitted to Revenue Utilization Review (RUR) prior to any decrease to file appeal; if no appeal, it will be closed).
3.1.5 Procedure is not authorized (this claim should be resubmitted to RUR prior to any decrease to file appeal; if no appeal it will be closed).
3.1.6. Medicare Part A deductible paid to another provider.
3.2. VHA s revenue cycle includes the following high level steps. The scope of work for this project begins following Step 5:
Step 1: Enrolled Veteran with third party insurance is seen in a
Step 2: The encounter is coded and billed to the third party payer using industry standard claim forms/electronic submissions
Step 3: The third party payer receives and adjudicates the claim
Step 4: VA Accounts Management staff perform follow up activity until the claim is processed to completion and
Step 5: VA Accounts Management staff decrease the outstanding balance to zero and mark the claim Collected/Closed.
Note: If VA s systems determine the claim to be paid at the negotiated rate, the claim may be decreased automatically. For example,
4. Scope of Work: The Contractor shall provide an analysis of all collected/closed
The contractor shall not auto-generate mass mailing or appeal requests.
The contractor shall not use the threat of litigation or other aggressive tactics under this task order to elicit payment from
5. Applicable Documents:
The Health Insurance Portability and Accountability Act of 1996 (HIPAA all existing and revised statutes)
Title 38 USC Section 1729 and Title 38 CFR Part 17.101 and Part 17.106
Federal Information Security Management Act (FISMA)
VA Financial Policy Volume XII, Chapter 5
6. Mandatory Tasks and Deliverables: The Contractor shall perform the mandatory tasks and provide the specific deliverables described below within the performance period stated in this Performance Work Statement (PWS). If, for any reason, any deliverable cannot be delivered on time according to the below schedule, the Contractor shall provide a written explanation to the Program Manager (PM)/Contracting Officer s Representative (COR) three days prior to deliverable due date. This written transmittal shall include a firm commitment of when the work shall be completed. This transmittal to the PM/COR shall cite the reasons for the delay and the impact on the overall project.
Task 6.1 Kick-Off Meeting
The Contractor and COR shall establish a bilaterally acceptable date (but not later than (NLT) 10 business days of award) for the kick-off meeting and shall provide a briefing in (
The Contractor shall provide a meeting agenda at least two (2) business days prior to the meeting and meeting minutes shall be provided to all attendees within three (3) business days after conclusion of the meeting. The Contractor shall coordinate with the COR to invite the Contracting Officer, Contract Specialist, and any other necessary
Deliverables:
Contract Management Plan. One time. NLT 10 business days after award
Agenda NLT two (2) business days prior the kick-off meeting
Meeting Minutes NLT three (3) business days post kick-off meeting
Note:
Task 6.2: Project Plan: The Contractor shall provide a draft project management plan within two (2) weeks of the date of award. The Contractor shall schedule a conference call within two (2) weeks of the date of award to discuss the project plan. The specific focus will be to discuss the timeframes and tasks. Within one (1) week of this meeting the Contractor shall submit a formal project plan outlining resources and timeframe for completing the work outlined. The initial project plan will be for the base year of the contract. It is the responsibility of the Contractor to update the project plan as necessary and submit to the Government for additional approval. The initial project plan and subsequent updates must be approved by the
The project plan shall include the following:
Insurance carrier communication plan At a minimum the communication plan shall include written and verbal methods the Contractor plans to utilize and sample communications
Contractor Organizational Chart At a minimum the organizational chart shall identify the names and titles of key personnel and the organizational structure to include the inclusion of any subcontractors in the organizational structure of this effort
The Contractor shall provide and maintain a detailed, product based, resource loaded, project management plan/schedule (PMP) compliant with Project Management Body of Knowledge (PMBOK) guidance in
The PMP shall also incorporate a
The contractor shall discuss the QCP and the QASP with the Customer to define what methodologies and metrics will be used to track contract performance and agreed to at the kickoff meeting and subsequently throughout performance, and be responsible for providing a briefing on the established QASP. It shall include Contractor roles, report on the methodologies to be implemented by the Contractor in the execution of the assigned Tasks/Deliverables, report the progress of key metrics and identification of any potential barriers. The initial brief shall be at the kick off meeting, and as necessary throughout contract performance, but reviewed at least annually.
Deliverables:
Project Management Plan and Execution. NLT 10 business days after the kick-off meeting updated as needed thereafter.
Task 6.3: Feasibility Assessment Report - Period of performance is thirty (30) days from issuance of the task order
6.3.1 Initial Assessment: The Contractor shall evaluate CPAC FY16 Fiscal Year collected/closed
Deliverable 6.3:
Feasibility Assessment Report. Due 30 business days after assigned.
Note:
6.4 CPAC Recovery Audit Services North Central CPAC: Period of performance is 12 months from execution of task order:
Utilizing criteria identified in the initial feasibility assessment report, the Contractor shall perform recovery audit services of collected/closed
Twice monthly a VA POC will provide to the Contractor a listing of claims determined to be reviewed by the Contractor as part of the recovery effort. Claims appropriate for review will have the following characteristics:
Any collected/closed claims that meet the criteria agreed to as part of the initial assessment
Excludes; all pharmacy, Medicare, Medicaid, ChampVA, Tricare, Tricare for Life claims, Regional Counsel claims, tort cases and worker s compensation
Includes;
Inpatient hospital
Outpatient hospital
Professional
Prior to submitting any correspondence to third party payers, the Contractor will provide copies of correspondence templates to
The Contractor shall perform the following tasks as part of the CPAC Recovery Audit Process:
Review collected/closed claims report and identification of claims subject to potential underpayment
Review electronic remittance advice information or scanned paper explanation of benefits (EOBs) through
Receive extracts and provide secure data transfer capabilities to receive and transmit extracts of sensitive information in accordance with FISMA from both
Receive access to the VHA VistA system for the purpose of documenting actions taken to pursue additional collections in VistA (TPJI) following CPAC established standard operating procedures.
Appropriate comments should be made to each account in VistA each time a recovery effort or contact is initiated.
Prepare and submit documents in support of the claim recovery
Support the claim through the appeals process
Participate in conference calls with
Maintain quality customer service and provide accurate and timely responses to the Government and insurance carriers. This includes responding to written, telephonic and electronic inquires within the appropriate timeframes.
The following table identifies the amount type of denial by volume and dollar amount for each CPAC.
Table 1 CPAC Denial Data FY 2016
Table 2 Claim Compliant Payment Percentage FY 2016
The contractor shall provide
The contractor shall provide a monthly activities report (Deliverable C) containing; but not limited to, percentages recovered, denial analysis, and status of accounts. The report shall be submitted in both detail and summary in a format that is easy to review and comprehend results and trends. Report shall also contain details of recovery efforts for each claim, including date of contact, type of contact, and results of each contact. The report shall specify appeal information to include; a listing of appeals by date of appeal, current status (open or closed) and appeal outcomes. Report shall be submitted to the designated
Utilizing a Government provided template the Contractor shall maintain and report monthly, a record of any health record information (Protected Health Information or PHI) printed and provided to insurance carriers in the course of the recovery audit Deliverable D).
The contractor shall conduct monthly conference call meetings with
Monthly performance assessment data and trend analysis
Issues and concerns of both parties
Projected outlook for upcoming months and progress against expected trends, including a corrective action plan analysis
Recommendations for improved efficiency and/or effectiveness
Issues arising from the performance monitoring processes
The contractor shall provide any newly identified and/or supplementary insurance information identified during the audit/recovery process to
Full
Date of Birth (DOB)
Social Security Number (SSN)
Insurance Identification Number
Insurance
Insurance Address
Insurance Phone Number
Group
Group Number
Plan Type
Effective Date
Termination Date
Coverage Limitations
Deliverables:
Correspondence Templates NLT 10 business days prior to Contractor use
Monthly report of payments NLT five (5) business days after month end
Monthly activities report NLT five (5) business days after month end
Monthly PHI report NLT five (5) business days after the month end
Monthly conference call minutes NLT three (3) business days after the meeting
Monthly insurance identification report NLT five (5) business days after month end
Note:
6.5 Optional Task: Recovery Audit Services Central Plains CPAC- Period of performance is 12 months from execution of task order:
The contractor shall provide services identified in Task 6.4 CPAC Recovery audit Services for the Central Plains CPAC,
The Contractor shall have thirty (30) days after the optional task is issued via task order to begin performance.
Deliverables:
Monthly report of payments NLT five (5) business days after month end
Monthly activities report NLT five (5) business days after month end
Monthly PHI report NLT five (5) business days after the month end
Monthly conference call minutes NLT three (3) business days after the meeting
Monthly insurance identification report NLT five (5) business days after month end
Note:
6.6 Optional Task: CPAC Recovery Audit Services Florida Caribbean CPAC- Period of performance is 12 months from execution of task order:
The contractor shall provide all services identified in Task 6.4 CPAC Recovery audit Services for the Florida Caribbean CPAC,
Deliverables:
Monthly report of payments NLT five (5) business days after month end
Monthly activities report NLT five (5) business days after month end
Monthly PHI report NLT five (5) business days after the month end
Monthly conference call minutes NLT three (3) business days after the meeting
Monthly insurance identification report NLT five (5) business days after month end
Note:
6.7 Optional Task: CPAC Recovery Audit Services Mid-Atlantic-CPAC Period of performance is 12 months from execution of task order:
The contractor shall provide all services identified in Task 6.4 CPAC Recovery audit Services for the Mid-Atlantic CPAC,
Deliverables:
Monthly report of payments NLT five (5) business days after month end
Monthly activities report NLT five (5) business days after month end
Monthly PHI report NLT five (5) business days after the month end
Monthly conference call minutes NLT three (3) business days after the meeting
Monthly insurance identification report NLT five (5) business days after month end
Note:
6.8 Optional Task: CPAC Recovery Audit Services Mid-South CPAC- Period of performance is 12 months from execution of task order:
The contractor shall provide all services identified in Task 6.4 CPAC Recovery audit Services for the Mid-South CPAC,
Deliverables:
Monthly report of payments NLT five (5) business days after month end
Monthly activities report NLT five (5) business days after month end
Monthly PHI report NLT five (5) business days after the month end
Monthly conference call minutes NLT three (3) business days after the meeting
Monthly insurance identification report NLT five (5) business days after month end
Note:
6.9 Optional Task: CPAC Recovery Audit Services North-East CPAC- Period of performance is 12 months from execution of task order:
The contractor shall provide all services identified in Task 6.4 CPAC Recovery audit Services for the North-East CPAC,
Deliverables:
Monthly report of payments NLT five (5) business days after month end
Monthly activities report NLT five (5) business days after month end
Monthly PHI report NLT five (5) business days after the month end
Monthly conference call minutes NLT three (3) business days after the meeting
Monthly insurance identification report NLT five (5) business days after month end
Note:
6.10 Optional Task: CPAC Recovery Audit Services West CPAC- Period of performance is 12 months from execution of task order:
The contractor shall provide all services identified in Task 6.4 CPAC Recovery audit Services for the West CPAC,
Deliverables:
Monthly report of payments NLT five (5) business days after month end
Monthly activities report NLT five (5) business days after month end
Monthly PHI report NLT five (5) business days after the month end
Monthly conference call minutes NLT three (3) business days after the meeting
Monthly insurance identification report NLT five (5) business days after month end
Note:
Table 1, Mandatory Deliverable Table
Deliverable
Description
Quantity
Due Date
6.1. A
Contract Management Plan
1
NLT 10 business days after award
6.1. B
Kick Off Agenda
1
NLT 2 business days prior to meeting
6.1. C
Kick Off Meeting Minutes
1
NLT 3 business days post meeting
6.2A
Project Management Plan
1
NLT 10 business days after the kick-off meeting updated as needed thereafter
6.3. A
Initial Assessment Report Analysis of Feasibility
1
NLT 30 business days from assignment
6.4 A
Correspondence Templates
UNK
NLT 10 business days prior to contractor use
6.4 B, 6.5A, 6.6A, 6.7A, 6.8A, 6.9A, 6.10A
Monthly Report of Payments
12
NLT 5 business days after month end
6.4 C, 6.5B, 6.6B, 6.7B, 6.8B, 6.9B, 6.10B
Monthly Activities Reports
12
NLT 5 business days after month end
6.4 D, 6.5C, 6.6C, 6.7C, 6.8C, 6.9C, 6.10C
Monthly PHI Reports
12
NLT 5 business days after month end
6.4 E, 6.5D, 6.6D, 6.7D, 6.8D, 6.9D, 6.10D
Monthly Conference Call Agenda
12
NLT 2 business days prior to the meeting
6.4 F,6.5E, 6.6E, 6.7E, 6.8E, 6.9E, 6.10E
Monthly Conference Call Minutes
12
NLT 3 business days after the meeting
6.4 G, 6.5F, 6.6F, 6.7F, 6.8F, 6.9F, 6.10F
Monthly Insurance Identification Report
12
NLT 5 business days after month end
7. Quality Control: The Government will evaluate the quality of the administrative services provided, but retains no control over the services rendered.
7.1 Contractor s Quality Control Program: The Contractor shall develop and maintain an effective internal quality control program to ensure that services performed are in accordance with the PWS. The Contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. As a minimum requirement, the Contractor shall internally develop quality control procedures that address the areas identified below in the Government s Quality Assurance Surveillance Plan (QASP).
7.2 Performance Monitoring: Contractor s performance will be monitored through the use of a formal QASP. This plan will provide specific performance standards used for monitoring and measuring the Contractor s performance. The Contractor's performance shall be monitored through direct observation, validated user complaint(s), periodic sampling, progress or status meetings, and analysis of Contractor s reports.
The PM/COR will certify receipt of services and/or goods and recommends acceptance of the services/deliverables. This process will be used for approval of payment for the Contractor s invoices and will serve as the mechanism to document that the overall performance of the Contractor has been acceptable for the period of time covered by the invoice.
PERFORMANCE STANDARDS MATRIX TABLE
ID
Required
Service
Performance
Standards
Acceptable
Quality
Levels
Method
Of
Surveillance*
Incentive
1
Contract Management and Project Management Plans
Plans submitted no later than the required due dates
97%
Direct Observation, 100% Inspection
Progress Meetings
Positive PP ratings and option renewal
2
Assessment Feasibility Report Analysis of Feasibility
Report submitted no later than the required due date with required elements
97%
100% Inspection
Positive PP ratings and option renewal
3
Monthly Reports
Reports submitted no later than the required due dates
97%
Direct Observation, 100% Inspection, Progress Meetings
Positive PP ratings and option renewal
4
Contractor Personnel maintain
No loss of
100%
Direct Observation
Positive PP ratings and option renewal
5
Maintain quality customer service and timely responses to government and insurance carriers
No more than 5 complaints during contract period
Less than 5 complaints per contract year
Direct Observation
Validated user/customer complaints
Positive PP ratings and option renewal
6
Timely documentation of monthly conference call meetings with
The contractor shall provide meeting agendas and minutes by the required due dates
97%
Direct Observation
100% Inspection
Positive PP ratings and option renewal
7
Contractor performs recovery audit review in accordance with contract requirements
The Contractor s determination that an underpayment did or did not occur on the claim. The completeness and accuracy of underpayment analysis
95%
Direct Observation, Periodic Sampling
Positive PP Ratings and option renewal
8
VistA TPJI comments document recovery effort and support contractor payment
Vista Comments shall be completed in accordance with VA Standard Operating Procedures
95% Accuracy
Random Sampling
Periodic Sampling
Positive PP ratings and option renewal
8.0 Financial Management of Collected Funds
8.1 General: Collections from
Recovery audit cases that are reviewed and found to have received a refund request from a
8.2 Payment to the Contractor: Task 6.3, Assessment Feasibility Report will be paid on a firm fixed price basis when the report is complete and accepted by the government. For all other tasks, Contractor will be paid monthly and at the agreed percentage only based on collected (recovered) funds
Payment to the contractor will cease 6 months after task order expiration for all cases submitted to
9. Government-Furnished Equipment (GFE)/Government Furnished Information (GFI):
Most work can be done remotely from the Contractor location; however, one work cubicle with GFE will be provided for staff member(s) performing printing functions onsite at the Mid-Atlantic CPAC in
10. Performance Details:
10.1 Period of Performance: The period of performance shall be five (5) years,
Feasibility Assessment Report-
Audit Recovery Services- 01 June 2018-30 April 2023
10.2. Place of Performance: Work shall be primarily performed at the Contractor s site. On-site office space for one contractor staff member shall be made available at the Mid-Atlantic CPAC located in
10.3 Observance of Government Holidays. There are 10 Federal holidays set by law (USC Title 5 Section 6103). Under current definitions, four are set by date:
If any of the above falls on a Saturday, then Friday shall be observed as a holiday. Similarly, if one falls on a Sunday, then Monday shall be observed as a holiday. The other six holidays are set by a day of the week and month:
Memorial
Labor
10.4. Type of Contract: The Government anticipates award of a firm fixed price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contract. The contract will include a FFP CLIN for the Feasibility Assessment Report. As well, the contract will include a CLIN for Recovery Audit Services that will be firm fixed percentage (%) of recovered funds contract. This percentage fee will be determined at the time of award based off of the successful offeror s proposed fee (See 38 USC Section 1729).
10.5. Travel: Travel and per diem are not reimbursable under this contract.
11. Key Personnel. The contractor shall provide the appropriate level of labor mix that constitutes both professional and technical expertise in order to accomplish the work that is reflected within the body of this PWS. Certain skilled experience professional and/or technical personnel are essential for accomplishing the work to be performed. These Key Personnel professionals, or Key personnel , are the individuals whose resumes were submitted and marked by the vendor as Key Personnel. The Contracting Officer may notify the Contractor, to allow the contractor to cure any discrepancies or non-performance issues, within the specified number of days that shall be annotated within the body of the cure notice. The Contracting Officer reserves the right to request immediate removal of any Key Personnel for non-performance issues, for conflict of interest issues, or any other issues that are not in the best interests of the
At a minimum, the Contractor shall designate a Project Manager and Health Care Reimbursement Denials management subject matter expert with 7-10 years experience as key personnel. The Contractor may designate additional key personnel at its discretion.
It is an integral requirement of this contract that the contractor shall provide staff experienced in healthcare consulting including a comprehensive knowledge and understanding of common reimbursement methodologies and payment practices for Medicare and other third party payers. Key personnel demonstrating an understanding of the federal regulatory process as well as the
If a Key Personnel employee/partner/subcontractor of the contractor is requested to be removed from the contract due to any detrimental reasons, the contractor shall have (3) business days to provide the government with a suitable replacement to be vetted. The reason for removal will be documented and replacement personnel shall be identified within (3) business days of the notification. Employment and staffing difficulties shall not be justification for failure to meet established schedules.
11.1 Substitution of Key Personnel. All Contractor requests for approval of substitutions hereunder shall be submitted in writing to the COR and the Contracting Officer at least (30) calendar days in advance of the effective date, whenever possible, and shall provide a detailed explanation of the circumstances necessitating the proposed substitution, a complete resume for the proposed substitute, and any other information requested by the Contracting Officer necessary to vet the proposed substitution. New personnel shall not commence work until all necessary security requirements have been fulfilled and resumes provided and accepted. The COR and the Contracting Officer will evaluate such requests and promptly notify the Contractor of approval or disapproval in writing.
11.2 Management and Oversight. The Contractor shall be responsible for managing and overseeing the activities of all the Contractor, subcontractor and/or partnership personnel and subcontractor personnel, used in performance of this effort. The Contractor s management responsibilities shall include all business activities necessary to ensure the accomplishment of timely and effective support performed in accordance with the requirements contained within this PWS.
11.3 Domain Knowledge.
The Contractor shall ensure that personnel assigned to this contract shall have the following domain knowledge of healthcare revenue, healthcare finance, risk management, quality management, and project and program management. Domain knowledge criteria are specified below: Personnel shall have an in depth knowledge of health care revenue cycle processes in addition to the following:
1. Specific knowledge of Project Management;
2. Expert knowledge of Project Management; Certified in Project Management Professional (PMP) from
3. Expert knowledge of healthcare revenue cycle;
4. Specific knowledge healthcare billing and collections processes and
5. Expert knowledge of healthcare business analytics
12. Formal Acceptance or Rejection of Deliverables: The Government will review each deliverable within (10) business days and provide comments. The Contractor shall have (3) business days to incorporate the Government s comments and make appropriate revisions.
13. Changes to the PWS: Any changes to this PWS shall be authorized and approved only through written correspondence from the CO. A copy of each change will be kept in a contract folder, along with all other products of the contract. Costs incurred by the Contractor through the actions of parties other than the CO shall be borne by the Contractor.
14. Operations during Emergency Situations: Individual contingency operation plans shall be activated immediately after determining that an emergency has occurred, shall be operational within 12 hours of activation, and shall be sustainable until the emergency situation is resolved and normal conditions are restored or the contract is terminated, whichever comes first. In case of a life threatening emergency, the COR shall immediately make contact with the Contractor Task Manager to ascertain the status of any Contractor personnel who were located in Government controlled space affected by the emergency. When any disruption of normal, daily operations occur, the Contractor Task Manager shall promptly open an effective means of communication and verify:
Key points of contact (Government and Contractor)
Temporary work locations (alternate office spaces, telework, virtual offices, etc.)
Means of communication available under the circumstances (e.g. email, webmail, telephone, FAX, courier, etc.)
Essential work products expected to continue production by priority
The Contractor Task Manager, in coordination with the COR, shall make use of the resources and tools available to continue CPAC contracted functions to the maximum extent possible under emergency circumstances. The Contractor shall obtain approval from the COR and Contracting Officer prior to incurring costs over and above those allowed for under the terms of this contract. Regardless of contract type, and of work location, Contractors performing work in support of authorized tasks within the scope of their contract shall charge those hours accurately in accordance with the terms of this contract.
15. Confidentiality and Non-Disclosure: It is agreed that:
The preliminary and final deliverables, as well as all associated working papers and other material deemed relevant by
The CO will be the sole authorized official to release, verbally or in writing, any data, draft deliverables, final deliverables, or any other written or printed materials pertaining to this contract. No information shall be released by the Contractor. Any request for information relating to this contract presented to the Contractor shall be submitted to the CO for response.
Press releases, marketing material, or any other printed or electronic documentation related to this contract shall not be publicized without the written approval of the CO.
Non-Disclosure and Conflict of Interest: The Contractor and Contractor s staff may have access to Government-sensitive information and shall be required to sign non-disclosure and conflict of interest statements.
16. Business Associate Agreement: The contractor shall provide a fully executed Business Associate Agreement (BAA). Work may not begin until a fully executed BAA has been received and accepted (to be included in contract award).
Link/URL: https://www.fbo.gov/spg/VA/VAAAC/VAAAC/36C77718Q9070/listing.html



65– EYEGLASS CONTRACT
Lockton adds JoAnne Steed to employee benefits operation in Florida
Advisor News
- 2025 Top 5 Advisor Stories: From the ‘Age Wave’ to Gen Z angst
- Flexibility is the future of employee financial wellness benefits
- Bill aims to boost access to work retirement plans for millions of Americans
- A new era of advisor support for caregiving
- Millennial Dilemma: Home ownership or retirement security?
More Advisor NewsAnnuity News
- Great-West Life & Annuity Insurance Company Trademark Application for “EMPOWER BENEFIT CONSULTING SERVICES” Filed: Great-West Life & Annuity Insurance Company
- 2025 Top 5 Annuity Stories: Lawsuits, layoffs and Brighthouse sale rumors
- An Application for the Trademark “DYNAMIC RETIREMENT MANAGER” Has Been Filed by Great-West Life & Annuity Insurance Company: Great-West Life & Annuity Insurance Company
- Product understanding will drive the future of insurance
- Prudential launches FlexGuard 2.0 RILA
More Annuity NewsHealth/Employee Benefits News
Life Insurance News
- Baby On Board
- 2025 Top 5 Life Insurance Stories: IUL takes center stage as lawsuits pile up
- Private placement securities continue to be attractive to insurers
- Inszone Insurance Services Expands Benefits Department in Michigan with Acquisition of Voyage Benefits, LLC
- Affordability pressures are reshaping pricing, products and strategy for 2026
More Life Insurance News