flyer 1 subject: rfp no. 11-10 healthchoices ......e. mentor protégé program (mpp) 44 f. domestic...
TRANSCRIPT
COMMONWEALTH OF PENNSYLVANIA
DEPARTMENT OF PUBLIC WELFARE Division of Procurement
Room 525, Health & Welfare Building
625 Forster Street
PO Box 2675
Harrisburg, PA 17120
Daniel R. Boyd Telephone 717-783-3767
Director Fax 717-787-3560
December 8, 2010
FLYER 1
SUBJECT: RFP NO. 11-10 HealthChoices Physical Health Services for the Southwest
Zone
Dear Prospective Offeror: The attached package represents a formal issuance of materials related to the Commonwealth
of Pennsylvania, Department of Public Welfare Request for Proposal 11-10, HealthChoices
Physical Health Services for the Southwest Zone. The following material is being sent to all entities that were mailed the original RFP package:
Written answers to the questions submitted for the above referenced RFP. The answers serve as the official response from the Office of Medical Assistance Programs, Department of Public Welfare (DPW), to the questions raised by prospective bidders concerning this RFP.
Appendix B, D, H, and K amendments
Amended RFP
Technical amendments
PowerPoint Presentation from the pre-proposal conference
Attendance list from the pre-proposal conference
NO ADDITIONAL QUESTIONS REGARDING RFP 11-10 WILL BE ACCEPTED OR
ANSWERED EITHER VERBALLY OR IN WRITING.
All proposals must be received by January 14, 2011, at or before 2:00 p.m., by the Department of Public Welfare, Division of Procurement, Room 525, Health and Welfare Bldg, 625 Forster Street, Harrisburg, Pennsylvania 17120. Sincerely,
Daniel R. Boyd, Director DPW Division of Procurement
HealthChoices Physical Health Southwest RFP 11-10 1
REQUEST FOR PROPOSALS FOR
HEALTHCHOICES PHYSICAL HEALTH SERVICES
for
Allegheny, Armstrong, Beaver, Butler, Fayette, Greene, Indiana, Lawrence, Washington
and Westmoreland counties.
ISSUING OFFICE
Commonwealth of Pennsylvania
Department of Public Welfare
Bureau of Financial Operations
Division of Procurement
Room 525 Health and Welfare Building
625 Forster Street
Harrisburg, PA 17120
RFP NUMBER
11-10
DATE OF ISSUANCE
10/29/10
HealthChoices Southwest RFP
HealthChoices Physical Health Southwest RFP 11-10 2
TABLE OF CONTENTS
HEALTHCHOICES PHYSICAL HEALTH SERVICES for
Allegheny, Armstrong, Beaver, Butler, Fayette, Greene, Indiana, Lawrence, Washington and
Westmoreland counties.
CALENDAR OF EVENTS 5
PART I: GENERAL INFORMATION 6
I-1 Purpose 6
I-2 Issuing Office 6
I-3 Scope 6
I-4 Problem Statement 6
I-5 Type of Agreement 7
I-6 Rejection of Proposals 8
I-7 Incurring Costs 8
I-8 Preproposal Conference 8
I-9 Questions and Answers 8
I-10 Addenda to the RFP 9
I-11 Response Date 9
I-12 Proposals 9
I-13 Disadvantaged Business Information 10
I-14 Information Concerning Small Businesses in Enterprise Zones 11
I-15 Contractor Partnership Program 12
I-16 Mentor Protégé Program 13
I-17 Economy of Preparation 14
I-18 Alternate Proposals 14
I-19 Discussions for Clarification 14
I-20 Prime Responsibility 14
I-21 Proposal Contents 15
I-22 Best and Final Offers 15
I-23 News Releases 16
I-24 Restriction of Contact 16
I-25 Debriefing Conferences 16
I-26 Issuing Office Participation 16
I-27 Term of Agreement 17
I-28 Offeror’s Representations and Authorizations 17
I-29 Notification of Selection 18
I-30 RFP Protest Procedure 18
I-31 Use of Electronic Versions of this RFP 18
I-32 Liquidated Damages 19
HealthChoices Physical Health Southwest RFP 11-10 3
PART II: PROPOSAL REQUIREMENTS 20 II-1 Statement of the Problem 20
II-2 Work Plan-Disadvantaged Business 20
II-3 Prior Experience 20
II-4 Personnel 22
a. Executive Management 23
b. Key Administrative Positions 23
c. Organization 24
d. Staffing Plans 24
e. Subcontracts 25
II-5 Work Statement 25
II-6 Financial Condition 32
II-7 Objections and Additions to Agreement Terms and Conditions 34
II-8 Disadvantaged Business Submittal 35
II-9 Domestic Workforce Utilization Certification 39
II-10 Contractor Partnership Program Submittal 39
II-11 Mentor Protégé Program (MPP) Submittal 40
PART III: CRITERIA FOR SELECTION 42
III-1 Mandatory Responsiveness Requirements 42
III-2 Technical Nonconforming Proposals 42
III-3 Evaluation 42
III-4 Criteria for Selection 42
a. Technical 42
b. Disadvantaged Business Participation 43
c. Enterprise Zone Small Business Participation 43
d. Contractor Partnership Program 44
e. Mentor Protégé Program (MPP) 44
f. Domestic Workforce Utilization 44
PART IV: WORK STATEMENT 45
IV-1 Objectives 45
IV-2 Nature and Scope 45
IV-3 Requirements 45
IV-4. Contract Requirements –Disadvantaged Business & Enterprise Zone 46
IV-5. CPP Reporting Requirements 47
IV-6. Mentor Protégé Program (MPP) 48
HealthChoices Physical Health Southwest RFP 11-10 4
RFP APPENDICES
APPENDIX A-DRAFT HEALTHCHOICES AGREEMENT
APPENDIX B-DATA BOOK
APPENDIX C-FORMAT FOR QUESTIONS
APPENDIX D-PROPOSAL COVER SHEET
APPENDIX E-STANDARD TERMS AND CONDITIONS FOR SERVICES
APPENDIX F-DEPARTMENT OF PUBLIC WELFARE ADDENDUM TO STANDARD
TERMS AND CONDITIONS
APPENDIX G-OFFEROR’S MANAGED CARE EXPERIENCE
APPENDIX H-CORPORATE REFERENCE QUESTIONNAIRE
APPENDIX I-EXECUTIVE STAFF AND KEY ADMINISTRATIVE PERSONNEL
CHECKLIST
APPENDIX J-OWNERSHIP STRUCTURE AND RELATED INFORMATION
APPENDIX K-HEDIS REPORTING FORM
APPENDIX L-DOMESTIC WORKFORCE UTILIZATION CERTIFICATION
HealthChoices Physical Health Southwest RFP 11-10 5
CALENDAR OF EVENTS
The Commonwealth will make every effort to adhere to the following schedule:
Activity Responsibility Date
Deadline to submit Questions via email to
[email protected] Potential Offerors 11/16/10
Preproposal Conference—Location:
The Pennsylvania Child Welfare Training Program
403 East Winding Hill Road
Mechanicsburg, PA 17055
Phone: (717) 795-9048
DEPARTMENT/
Potential Offerors
11/23/10
12:30 pm
Answers to Potential Offeror questions posted to the
DGS Web site
(http://www.dgsweb.state.pa.us/RTA/Search.aspx) no
later than this date.
DEPARTMENT 12/02/10
Please monitor DGS Web site for all communications
regarding the RFP. Potential Offerors N/A
Sealed proposal must be received by the Issuing Office
at:
Commonwealth of Pennsylvania
Office of Administration
Contract Policy, Management and Procurement
Room 525 Health and Welfare Building
625 Forster Street
Harrisburg, Pennsylvania 17120
Offerors 01/14/2011
HealthChoices Physical Health Southwest RFP 11-10 6
PART I
GENERAL INFORMATION
I-1. Purpose
This request for proposals (RFP) provides to those interested in submitting proposals
for the subject procurement (Offerors) sufficient information to enable them to prepare
and submit proposals for the Department of Public Welfare’s (Department)
consideration on behalf of the Commonwealth of Pennsylvania (Commonwealth) to
satisfy a need for Managed Care Organizations (MCOs) in the HealthChoices Physical
Health program in the Southwest (SW) Zone.
I-2. Issuing Office
The Bureau of Financial Operations, Division of Procurement (Issuing Office) has
issued this RFP on behalf of the Commonwealth. The sole point of contact in the
Commonwealth for this RFP shall be Cynthia Clea the Project Officer for this RFP.
Please refer all inquiries to the Project Officer.
Cynthia Clea, Director
Division of Program Initiatives, Contract Management & Communications
Department of Public Welfare
Bureau of Managed Care Operations
P.O. Box 2675
Harrisburg, PA 17105
Phone Number – (717) 772-6300
E-Mail Address – [email protected]
I-3. Scope
This RFP contains instructions governing the requested proposals, including the
requirements for the information and material to be included; a description of the
service to be provided; requirements which Offerors must meet to be eligible for
consideration and general evaluation criteria; and other requirements specific to this
RFP as set forth in the draft HealthChoices Agreement (Appendix A).
I-4. Problem Statement
This RFP has been issued to procure the services of MCOs to operate the
HealthChoices Physical Health program in the SW Zone. As the result of this
procurement, the Department will enter into agreement negotiations with no more than
five MCOs. The Department reserves the right to negotiate with fewer than five MCOs
if the Department determines that doing so is in the best interest of the
Commonwealth. The anticipated composition of the MCO market will heavily
influence this decision. Participation in the HealthChoices SW program will be limited
to Commonwealth-licensed HMOs. MCOs submitting proposals for the HealthChoices
HealthChoices Physical Health Southwest RFP 11-10 7
SW program will be required to have operating authority for every county in the
HealthChoices SW Zone no later than three months prior to the implementation
date of 1/1/2012 and will be required to provide a copy of their Certificate of
Authority to the Project Officer
I-5. Type of Agreement
It is proposed that, if the Department enters into an agreement as a result of this RFP, it
will be a full risk, capitated agreement. The Department, in its sole discretion, may
undertake negotiations with Offerors whose proposals, in the judgment of the
Department, show them to be qualified, responsible, and capable of providing the
services.
The Department will pay each MCO, using a schedule of per member per month
(PMPM) capitation rates. The Department may make other types of payments, as
provided by the Agreement. These may include, but are not limited to:
Maternity Care Payments
Home Nursing Risk Sharing Payments
High Cost Risk Pool Payments
The following information is included in Appendix B, Data Book
2010-2011 Rate ranges without allowance for Gross Receipts Tax or Hospital
Assessment
Pre-adjustment 11-12 Data Book
2010-2011 Rates Trend Chart
2010-2011 Admin-profit Load Chart
The Department will provide an initial schedule of rates to those Offerors preliminarily
determined to be qualified to provide services. The Department will afford those
Offerors the opportunity of a meeting to answer questions and concerns about the
development of the initial schedule of rates. The Department will consider
documented evidence from those Offerors demonstrating any potential errors in the
Department’s rate setting methodology. The Department may, at its discretion,
reevaluate the rate setting methodology based on the documented evidence. The
Department will provide a final schedule of rates for each selected Offeror. The final
schedule of rates will be set forth in the final Agreement. The Department shall have
the sole right to make the final rate offer. If the Offeror does not accept the
Department’s final rate offer, the Department may, at its sole discretion, reject the
proposal.
Capitation rates and maternity care rates and any other payments made under the
Agreement year will remain the same as rates for the previous Agreement Year, unless
the Agreement is amended to provide different rates.
The Department may choose to risk-adjust capitation rates. The Department will share
detailed information with the MCO on the risk-adjusted rate methodology. The MCO
will accept capitation rates that are adjusted upward or downward, using rate
HealthChoices Physical Health Southwest RFP 11-10 8
adjustment factors computed by the Department, consistent with the risk adjustment
methodology shared by the Department with the MCO.
It is proposed that if an Agreement is entered into as a result of this RFP, capitation
payments will be made monthly; unless specified otherwise in the Agreement, each
capitation payment will be paid one month after the program month, except that the
capitation payment for May of each year will be paid in July. The submission of a
proposal in response to this RFP will constitute acknowledgement and acceptance of
this capitation timing of payments.
I-6. Rejection of Proposals
The Department reserves the right, in its sole and complete discretion, to reject any
proposal received as a result of this RFP or to negotiate separately with competing
Offerors.
I-7. Incurring Costs
The Department is not liable for any costs the Offeror incurs in preparation and
submission of its proposal, in participating in the RFP and Readiness Review process
or in anticipation of award.
I-8. Preproposal Conference
The Department will hold a Preproposal Conference as specified in the Calendar of
Events. The purpose of this conference is to provide opportunity for clarification of
the RFP. Offerors should forward all questions to the RFP Project Officer in
accordance with Section I-10 to ensure adequate time for analysis before the Issuing
Office provides an answer. Offerors may also ask questions at the conference. The
preproposal conference is for information only. Any answers furnished during the
conference will not be official until they have been verified, in writing, by the Issuing
Office. All questions and written answers will be posted on the Department of General
Services’ (DGS) Web site as an addendum to, and shall become part of, this RFP.
Attendance at the Preproposal conference is mandatory.
I-9. Questions and Answers
If an Offeror has any questions regarding this RFP, the Offeror must submit the
questions by email (with the subject line ―RFP 11-10 Question‖) to the Issuing
Officer named in Part I, Section I-2 of the RFP. If the Offeror has questions, they
must be submitted via email no later than the date indicated on the Calendar of
Events. The format for questions shall be submitted to the Project Officer as outlined
in Appendix C. The Offeror shall not attempt to contact the Project Officer by any
other means. The Issuing Office shall post the answers to the questions on the DGS
Web site by the date stated on the Calendar of Events.
All questions and responses as posted on the DGS Web site are considered as an
addendum to, and part of, this RFP in accordance with RFP Part I Section I-10. Each
Offeror shall be responsible to monitor the DGS Web site for new or revised RFP
HealthChoices Physical Health Southwest RFP 11-10 9
information. The Department shall not be bound by any verbal information nor shall it
be bound by any written information that is not either contained within the RFP or
formally issued as an addendum by the Issuing Office. The Issuing Office does not
consider questions to be a protest of the specifications or of the solicitation.
I-10. Addenda to the RFP
If the Department deems it necessary to revise any part of this RFP before the proposal
response date, the Issuing Office will post an addendum to the DGS Web site at
http://www.dgsweb.state.pa.us/RTA/Search.aspx. It is the Offeror’s responsibility to
periodically check the website for any new information or addenda to the RFP.
Answers to the questions asked during the Questions & Answers period also will be
posted to the Web site as an addendum to the RFP.
1-11. Response Date
To be considered for selection, hard copies of proposals must arrive at the Issuing
Office on or before the time and date specified in the RFP Calendar of Events. The
Issuing Office will not accept proposals via email or facsimile transmission. Offerors
who send proposals by mail or other delivery service should allow sufficient delivery
time to ensure timely receipt of their proposals. If, due to inclement weather, natural
disaster, or any other cause, the Commonwealth office location to which proposals are
to be returned is closed on the proposal response date, the deadline for submission will
be automatically extended until the next Commonwealth business day on which the
office is open, unless the Issuing Office otherwise notifies Offerors. The hour for
submission of proposals shall remain the same. The Issuing Office will reject
unopened, any late proposals.
I-12. Proposals
1. To be considered, Offerors should submit a complete response to this RFP to the
Issuing Office, using the format provided in Part II, providing seven (7) paper copies
of the Technical Submittal and two (2) paper copies of the Disadvantaged
Business Submittal, two (2) paper copies of the Mentor Protégé Program
Submittal, and two (2) paper copies of the Contractor Partnership Program
Submittal. In addition to the paper copies of the proposal, Offerors shall submit two
complete and exact copies of the entire proposal (Technical, Disadvantaged Business,
and Contractor Partnership Program Submittal, along with all requested documents) on
CD-ROM or Flash drive in Microsoft Office or Microsoft Office-compatible format.
The electronic copy must be a mirror image of the paper copy and any spreadsheets
must be in Microsoft Excel. The Offerors may not lock or protect any cells or tabs.
Offerors should ensure that there is no costing information in the technical submittal.
The CD or Flash drive should clearly identify the Offeror and include the name and
version number of the virus scanning software that was used to scan the CD or Flash
drive before it was submitted. The Offeror shall make no other distribution of its
proposal to any other Offeror or Commonwealth official or Commonwealth consultant.
Each proposal page should be numbered for ease of reference. An official authorized
to bind the Offeror to its provisions must sign the proposal. If the official signs the
Proposal Cover Sheet (Appendix D to this RFP) and the Proposal Cover Sheet is
HealthChoices Physical Health Southwest RFP 11-10 10
attached to the Offeror’s proposal, the requirement will be met. For this RFP, the
proposal must remain valid for 120 days or until an agreement is fully executed. If the
Department selects the Offeror’s proposal for award, the contents of the selected
Offeror’s proposal will become, except to the extent the contents are changed through
Best and Final Offers or negotiations, contractual obligations. The information in the
proposal will become a public record upon execution, except as limited by Section 106
(b)(1) of the Commonwealth Procurement Code, 62 Pa. C.S. § 106 (b)(1).
Each Offeror submitting a proposal specifically waives any right to withdraw or
modify it, except that the Offeror may withdraw its proposal by written notice received
at the Issuing Office’s address for proposal delivery prior to the exact hour and date
specified for proposal receipt. An Offeror or its authorized representative may
withdraw its proposal in person prior to the exact hour and date set for proposal
receipt, provided the withdrawing person provides appropriate identification and signs
a receipt for the proposal. An Offeror may modify its submitted proposal prior to the
exact hour and date set for proposal receipt only by submitting a new sealed proposal
or sealed modification which complies with the RFP requirements.
I-13. Disadvantaged Business Information
The Department encourages participation by small disadvantaged businesses as prime
contractors, joint ventures and subcontractors/suppliers and by socially disadvantaged
businesses as prime contractors.
Small Disadvantaged Businesses are small businesses that are owned or controlled by a
majority of persons, not limited to members of minority groups, who have been
deprived of the opportunity to develop and maintain a competitive position in the
economy because of social disadvantages. The term includes:
a) Issuing Office of General Services Bureau of Minority and Women Business
Opportunities (BMWBO)-certified minority business enterprises (MBEs) and
women business enterprises (WBEs) that qualify as small businesses; and
b) United States Small Business Administration-certified small disadvantaged
businesses or 8(a) small disadvantaged business concerns.
c) Businesses that BMCO determines meet the Small Business Administration criteria
for designation as a small disadvantaged business.
Small businesses are businesses in the United States that are independently owned, are
not dominant in their field of operation, employ no more than 100 full-time or full-time
equivalent employees and earn less than $20 million in gross annual revenues ($25
million in gross annual revenues for those businesses in the information technology
sales or service business).
Socially disadvantaged businesses are businesses in the United States that BMWBO
determines are owned or controlled by a majority of persons, not limited to members
of minority groups, who are subject to racial or ethnic prejudice or cultural bias, but
which do not qualify as small businesses. In order for a business to qualify as ―socially
disadvantaged,‖ the Offeror must include in its proposal clear and convincing evidence
HealthChoices Physical Health Southwest RFP 11-10 11
to establish that the business has personally suffered racial or ethnic prejudice or
cultural bias stemming from the business person’s color, ethnic origin or gender.
Questions regarding this Program can be directed to:
Issuing Office of General Services
Bureau of Minority and Women Business Opportunities
Room 611, North Office Building
Harrisburg, PA 17125
Phone: (717) 787-6708
Fax: (717) 772-0021
Email: [email protected]
Website: www.dgs.state.pa.us
A database of BMWBO- -certified minority- and women-owned businesses can be
accessed at http://www.dgsweb.state.pa.us/mbewbe/VendorSearch.aspx. The federal
vendor database can be accessed at http://www.ccr.gov by clicking on Dynamic Small
Business Search (certified companies are so indicated).
I-14. Information Concerning Small Businesses in Enterprise Zones
The Department encourages participation by small businesses, whose primary or
headquarters facility is physically located in areas the Commonwealth has identified as
Designated Enterprise Zones, as prime contractors, joint ventures and
subcontractors/suppliers.
The definition of headquarters includes, but is not limited to, an office or location that
is the administrative center of a business or enterprise where most of the important
functions of the business are conducted or concentrated and location where employees
are conducting the business of the company on a regular and routine basis so as to
contribute to the economic development of the geographical area in which the office or
business is geographically located.
Small businesses are businesses in the United States that are independently owned, are
not dominant in their field of operation, employ no more than 100 full-time or full-time
equivalent employees and earn less than $20 million in gross annual revenues ($25
million in gross annual revenues for those businesses in the information technology
sales or service business).
There is no database or directory of small businesses located in Designated Enterprise
Zones. Information on the location of Designated Enterprise Zones can be obtained by
contacting:
Aldona M. Kartorie
Center for Community Building
PA Issuing Office of Community and Economic Development
4th
Floor, Commonwealth Keystone Building
400 North Street
Harrisburg, PA 17120-0225
Phone: (717) 720-7409
Fax: (717) 787-4088
Email: [email protected]
HealthChoices Physical Health Southwest RFP 11-10 12
I-15. Contractor Partnership Program (CPP)
a. Overview
The Contractor Partnership Program (CPP) was created by Pennsylvania’s Department
of Public Welfare to create additional employment opportunities within the
Commonwealth. The CPP is designed to leverage the economic resources of the
Department to create jobs for individuals currently receiving TANF cash assistance by
maximizing the recruitment, hiring and retention of those individuals by
Commonwealth contractors, subcontractors and grantees. The CPP utilizes its
partnerships with the local Workforce Investment Agencies (WIAs), County
Assistance Offices (CAOs), service delivery providers and other community action
agencies to advance this goal.
The CPP requires all individuals contracting with the Department to make a
commitment to fill their vacancies and new positions with individuals currently
receiving TANF cash assistance. The CPP will work cooperatively with contractors to
assist in these efforts by coordinating the resources of local service providers to assist
in the identification of qualified individuals for employment opportunities. While the
CPP will provide assistance the Contractor is ultimately responsible for ensuring the
goal is met.
Through CPP, the Department expects not only to increase the employment rate for
individuals receiving TANF cash assistance, but to continue to contribute to the
economic growth of the Commonwealth.
b. Eligibility Requirements
In order for Contractors to receive credit toward meeting the CPP contract
requirements they must hire individuals currently receiving TANF cash assistance
from the Department. This includes but it is not limited to individuals currently
participating in any of the Department’s employment and training programs such as
EARN (Work Support and Career Development), Supported Work, Supported
Engagement, Industry Specific Initiatives, KEYS., as well as, those individuals in self
initiated activities at the CAO. Individuals receiving medical assistance and/or foods
stamps only are not eligible.
For more information about the Contractor Partnership Program please contact:
Contractor Partnership Program
PA Department of Public Welfare
Health & Welfare Building
2nd Floor West
7th
& Forster Streets
Harrisburg PA 17105
Phone: 1-866-840-7214/Fax: (717) 787-4106
Email: [email protected]
HealthChoices Physical Health Southwest RFP 11-10 13
I-16 Mentor Protégé Program (MPP)
a. Protégé Program Overview:
The MPP is a key element of the Department of Public Welfare's contracting goal to
mentor and develop skills related to the services identified in this RFP and to assure
that Commonwealth of PA CERTIFIED Minority and Woman Owned Business
Enterprises and Disadvantaged Businesses are provided access to opportunities
generated under this agreement. The MPP has been launched to achieve that objective.
The MPP requires all individuals contracting with DEPARTMENT to make a
commitment to establish a formal Mentor Protégé Program that will further develop
the skills related to the services in this RFP with regard to the capacity and capability
of Commonwealth of PA CERTIFIED Minority and Woman Owned Business
Enterprises and Disadvantaged Businesses. DEPARTMENT is committed to assisting
prime contractors who undertake this important small business growth and
development initiative. Each contractor electing to participate in this program will
identify Commonwealth of PA Certified Minority and woman Owned Business
Enterprises and Disadvantaged Businesses to receive mentorship assistance.
Refer to the Department of General Services for a listing of Commonwealth of PA
CERTIFIED Minority and Woman Owned Business Enterprises and Disadvantaged
Businesses:
Department of General Services
Bureau of Minority and Women Business Opportunities
611 North Office Building
Harrisburg, PA.
Phone: (717) 783-3119.
E-mail: [email protected]
Website: www.dgs.state.pa.us
Contractors are encouraged to seek input and guidance from Department’s Bureau of
Equal Opportunity – Mentor Protégé Plan (DEPARTMENT BEO - MPP) in selecting
participants for mentorship by contacting:
Merry-Grace Majors. Director
Bureau of Equal Opportunity (DEPARTMENT BEO – MPP)
Mentor Protégé Program
Department of Public Welfare
Commonwealth of Pennsylvania
Phone: (717) 787-3336
E-mail: [email protected]
DPW BEO - MPP will also assist contractors who are unable to identify minority or
women owned enterprises or disadvantaged businesses for participation. Contractors
should document their efforts to ensure consideration of Commonwealth of PA
CERTIFIED Minority and Woman Owned Business Enterprise or Disadvantaged
Business protégés prior to the award of any affected contract. While DEPARTMENT
HealthChoices Physical Health Southwest RFP 11-10 14
BEO - MPP will provide assistance, the Offeror is ultimately responsible for ensuring
the goal is met.
b. Eligibility Requirements:
In order for Contractors to receive credit toward meeting the MPP contract
requirements, they must prepare a Mentor Protégé Program Plan for any business that
is Commonwealth of PA CERTIFIED Minority or Woman Owned Business Enterprise
or Disadvantaged Business as defined by the Department of General Services, Bureau
of Minority and Women Owned Business Opportunities.
For more information about the Mentor Protégé Program, you may contact:
Merry-Grace Majors. Director
Bureau of Equal Opportunity (DEPARTMENT BEO – MPP)
Mentor Protégé Program
Department of Public Welfare
Commonwealth of Pennsylvania
Phone: (717) 787-3336
E-mail: [email protected]
I-17 Economy of Preparation
Offerors should prepare proposals simply and economically, providing a
straightforward and concise description of the Offeror’s ability to meet the
requirements of the RFP and Agreement.
I-18. Alternate Proposals
The Department has identified the basic approach to meeting its requirements,
allowing Offerors to be creative and propose their best solution to meeting these
requirements. The Department will not accept alternate proposals.
I-19. Discussions for Clarification
Offerors may be required to make an oral or written clarification of their proposal to
the Issuing Office to ensure thorough mutual understanding and Offeror
responsiveness to the solicitation requirements. The Project Officer will initiate
requests for clarification.
I-20. Prime Responsibility
The agreement will require the selected Offeror to assume responsibility for all
services offered in its proposal whether it produces them itself or by
subcontract/subagreement. The Department will consider the selected Offeror to be
the sole point of contact with regard to the HealthChoices Agreement.
HealthChoices Physical Health Southwest RFP 11-10 15
I-21. Proposal Contents
A. Confidential Information. The Commonwealth is not requesting, and does not
require, confidential proprietary information or trade secrets to be included as part of
Offerors’ submissions in order to evaluate proposals submitted in response to this
RFP. Accordingly, except as provided herein, Offerors should not label proposal
submissions as confidential or proprietary or trade secret protected. Any Offeror who
determines that it must divulge such information as part of its proposal must submit the
signed written statement described in subsection c. below and must additionally
provide a redacted version of its proposal, which removes only the confidential
proprietary information and trade secrets, for required public disclosure purposes.
B. Commonwealth Use. All material submitted with the proposal shall be considered the
property of the Commonwealth of Pennsylvania and may be returned only at the
Issuing Office’s option. The Commonwealth has the right to use any or all ideas not
protected by intellectual property rights that are presented in any proposal regardless of
whether the proposal becomes part of an agreement. Notwithstanding any Offeror
copyright designations contained on proposals, the Commonwealth shall have the right
to make copies and distribute proposals internally and to comply with public record or
other disclosure requirements under the provisions of any Commonwealth or United
States statute or regulation, or rule or order of any court of competent jurisdiction.
C. Public Disclosure. After the award of an agreement pursuant to this RFP, all proposal
submissions are subject to disclosure in response to a request for public records made
under the Pennsylvania Right-to-Know-Law, 65 P.S. § 67.101, et seq. If a proposal
submission contains confidential proprietary information or trade secrets, a signed
written statement to this effect must be provided with the submission in accordance
with 65 P.S. § 67.707(b) for the information to be considered exempt under 65 P.S. §
67.708(b)(11) from public records requests. Financial capability information
submitted in response to Part II, Section II-7 of this RFP is exempt from public records
disclosure under 65 P.S. § 67.708(b)(26).
I-22. Best and Final Offers
The Department reserves the right to conduct discussions with Offerors for the purpose
of obtaining ―best and final offers.‖ To obtain best and final offers from Offerors, the
Department may do one or more of the following:
i. Enter into pre-selection negotiations,
ii. Schedule oral presentations; and
iii. Request revised proposals.
The Department will limit any discussions to responsible Offerors (those that have
submitted responsive proposals and possess the capability to fully perform the
agreement’s requirements in all respects and the integrity and reliability to assure good
faith performance) whose proposals the Department has determined to be reasonably
susceptible of being selected for award. The Criteria for Selection found in Part III,
HealthChoices Physical Health Southwest RFP 11-10 16
Section III-4, shall also be used to evaluate the best and final offers. Price reductions
shall have no effect upon the Offeror’s Technical Submittal. Dollar commitments to
Disadvantaged Businesses and Enterprise Zone Small Businesses can be reduced only
in the same percentage as the percent reduction in the total price offered through
negotiations. However, Offerors are encouraged to maintain or increase their
commitment to Disadvantage Business during the best and final offer process and
negotiations.
I-23. News Releases
Offerors shall not issue news releases, Internet postings, advertisements, or any other
public communication pertaining to this Project without prior written approval of the
Department, and then only in coordination with the Department.
I-24. Restriction of Contact
From the issue date of this RFP until the Department selects a proposal for award, the
Project Officer is the sole point of contact concerning this RFP. Any violation of this
condition may be cause for the Department to reject the offending Offeror’s proposal.
If the Department later discovers that the Offeror has engaged in any violations of this
condition, the Department may reject the offending Offeror’s proposal or rescind its
award. Offerors must agree not to distribute any part of their proposals beyond the
Department. An Offeror who shares information contained in its proposal with other
Commonwealth personnel and/or competing Offeror personnel may be disqualified.
I-25. Debriefing Conferences
Offerors whose proposals are not selected will be notified of the name of the selected
Offerors and given the opportunity to be debriefed. The Issuing Office will schedule
the time and location of the debriefing. The debriefing will not compare the Offeror
with other Offerors, other than the position of the Offeror’s proposal in relation to all
other Offeror proposals. An Offeror’s exercise of the opportunity to be debriefed does
not constitute the filing of a protest.
I-26. Issuing Office Participation
Offerors shall provide all services, supplies, facilities and other support necessary to
complete the identified work, except as provided in this Section I-26.
Project monitoring will be the responsibility of the Office of Medical Assistance
Programs and/or other offices, as determined by the Department. The Department will
designate staff to coordinate the project, provide or arrange technical assistance, and
monitor for Readiness Review and compliance with Agreement requirements, as well
as the approved waiver, and program policies and procedures. At its discretion, the
Department may commence monitoring before the effective and/or operational dates of
the Agreement, and before the formal Readiness Review period.
I-27. Term of Agreement
HealthChoices Physical Health Southwest RFP 11-10 17
The term of the Agreement will commence on 01/01/2012 and will end after five (5)
years. The Department may, at its discretion, choose to extend the term of the
agreement for one additional period of three (3) years.
.
I-28. Offeror’s Representations and Authorizations
By submitting its proposal, each Offeror understands, represents, and acknowledges
that:
a. The Offeror’s information and representations in the proposal are material and
important, and the Issuing Office may rely upon the contents of the proposal in
awarding the agreement. The Commonwealth shall treat any misstatement,
omission or misrepresentation as fraudulent concealment of the true facts
relating to the Proposal submission, punishable pursuant to 218 Pa. C.S. §
4904.
b. The Offeror has not attempted, nor will it attempt, to induce any firm or person
to refrain from submitting a proposal to this RFP, or to submit any
noncompetitive proposal or other form of complementary proposal.
c. The Offeror makes its proposal in good faith and not pursuant to any agreement
or discussion with, or inducement from, any firm or person to submit a
complementary or other noncompetitive proposal.
d. To the best knowledge of the person signing the proposal for the Offeror, the
Offeror, its affiliates, subsidiaries, officers, directors, and employees are not
currently under investigation by any governmental agency and have not in the
last four (4) years been convicted or found liable for any act prohibited by State
or Federal law in any jurisdiction, involving conspiracy or collusion with
respect to bidding or proposing on any public contract or agreement, or have
been excluded from participating in any federal health care programs, except as
disclosed in its proposal.
e. To the best of the knowledge of the person signing the proposal for the Offeror
and except as the Offeror has otherwise disclosed in its proposal, the Offeror
has no outstanding, delinquent obligations to the Commonwealth including, but
not limited to, any state tax liability not being contested on appeal or other
obligation of the Offeror that is owed to the Commonwealth.
f. The Offeror is not currently under suspension or debarment by the
Commonwealth, or any other state, or the federal government, and if the
Offeror cannot so certify, then it shall submit, along with its proposal, a written
explanation of why it cannot make such certification.
g. The Offeror has not, under separate agreement with the Department, made any
recommendations to the Department concerning the need for the services
described in its proposal or the specifications for the services described in its
proposal.
HealthChoices Physical Health Southwest RFP 11-10 18
h. Each Offeror, by submitting its proposal, authorizes all Commonwealth
agencies to release to the Commonwealth information concerning the Offeror’s
Pennsylvania taxes, unemployment compensation and workers’ compensation
liabilities.
i. Until selected Offerors receive a fully executed and approved written
agreement from the Department, there is no legal and valid agreement, in law
or equity, and the Offeror will not begin to perform.
I-29. Notification of Selection
The Issuing Office will notify the selected Offerors in writing of their selection for
negotiation after the Issuing Office has determined, taking into consideration all of the
evaluation factors, the proposals that are the most advantageous to the Issuing Office.
I-30. RFP Protest Procedure
Offerors and prospective Offerors who are aggrieved in connection with the solicitation or
award under this RFP may file a protest with the Department. Any such protest must be in
writing and must comply with the requirements set forth in the Commonwealth
Procurement Code at 62 Pa.C.S. §1711.1. In no event may an Offeror file a protest later
than seven days after the date the notice of award is posted on the DGS website. The date
of filing is the date of receipt of the protest.
Any protest filed in relation to this RFP must be delivered to:
Department of Public Welfare
Division of Procurement
Room 525 Health and Welfare Building
625 Forster Street
Harrisburg, Pennsylvania 17120
Attn: Daniel R. Boyd
Email address: [email protected]
Fax: 717-787-3560
Offerors and prospective Offerors may file a protest electronically or by facsimile but
also must simultaneously send a hard copy of the protest to the address listed above.
I-31. Use of Electronic Versions of this RFP
This RFP is being made available by electronic means. If an Offeror electronically
accepts the RFP, the Offeror acknowledges and accepts full responsibility to insure
that no changes are made to the RFP. In the event of a conflict between a version of
the RFP in the Offeror’s possession and the Issuing Office’s version of the RFP, the
Issuing Office’s version shall govern.
I-32 Liquidated Damages
HealthChoices Physical Health Southwest RFP 11-10 19
The selected Offeror agrees that its failure to meet certain contractual requirements as
defined in this section will result in damage to the Department; however, it is
impractical and extremely difficult to establish the actual amount of damage to the
Department. In the event, the selected Offeror fails to meet a contractual requirement
as defined in this section; in addition to any other remedies the Department may have,
the Department may assess the amounts described in the agreement as liquidated and
agreed upon damages.
A. Assessment of Liquidated Damages – the Department, in its sole
discretion, may assess liquidated damages. Liquidated damages shall be paid by
the selected Offeror and collected by the Department by deducting them from the
invoices submitted under the agreement, or any other contract or agreement the
selected Offeror has with the Commonwealth, by collecting them through
performance security, if any, or by billing the selected contractor as a separate
item.
B. Delays – The Department may not assess liquidated damages if the selected
Offeror’s failure to satisfy the contract requirement is caused by the Department
or if the delay arises out of causes beyond the control and without fault or
negligence of the selected contractor, its subcontractors, consultants or agents.
C. Disadvantaged Business Commitment – the selected Offeror must fulfill
its agreed upon commitment to Disadvantaged Business as defined in its final
work plan approved by the Department. The Department may impose liquidated
damages up to the maximum amount set forth in this section for the selected
Offeror’s failure to meet this agreed upon commitment, including the agreed upon
time frames. In the event the selected Offeror fails to meet its agreed upon
commitment, The Department may assess up to the amount of 75% of the amount
of selected Offeror’s Disadvantaged Business commitment.
D. Contractor Partnership Program – The selected Offeror must fulfill it’s
agreed upon commitment to the Contractor Partnership Program as defined in its
final work plan approved by the Department. The Department may impose
liquidated damages up to the maximum amount set forth in this section for the
selected Offeror’s failure to meet this agreed upon commitment, including the
agreed upon time frames. In the event the selected Offeror fails to meet its agreed
upon commitment to the Contractor Partnership Program, the amount assessed
will be a percentage of the value of the agreement and determined prior to
execution of the agreement.
HealthChoices Physical Health Southwest RFP 11-10 20
PART II
PROPOSAL REQUIREMENTS
Offerors must submit their proposals in the format, including heading descriptions, outlined
below. To be considered, the proposal must respond to all requirements in this part of the
RFP. Offerors should provide any other information thought to be relevant, but not applicable
to the enumerated categories, as an appendix to the Proposal. Disadvantaged Business cost
data should be kept separate from and not included in the Technical Submittal. Each Proposal
shall consist of the following separately sealed submittals:
a. Technical Submittal, which shall be a response to RFP Part II, Sections II-1
through II-7 and Domestic Workforce Utilization Certification Submittal II-9;
b. Disadvantaged Business Submittal, in response to RFP Part II, Section II-8;
c. Contractor Partnership Program Submittal, in response to RFP Part II, Section
II-10; and
d. Mentor Protégé Program Submittal, in response to the RFP Part II, Section II-
11.
The Department reserves the right to request additional information which, in the
Department’s opinion, is necessary to assure that the Offeror’s competence, number of
qualified employees, business organization, and financial resources are adequate to perform
according to the RFP.
The Department may make investigations as deemed necessary to determine the ability of the
Offeror to perform the Project, and the Offeror shall furnish to the Department all requested
information and data. The Department reserves the right to reject any proposal if the evidence
submitted by, or investigation of, such Offeror fails to satisfy the Department that such Offeror
is properly qualified to carry out the obligations of the RFP and to complete the Project as
specified.
II-1. Statement of the Problem (Limit to 3 pages)
State in succinct terms your understanding of the problem presented or the service
required by this RFP.
II-2. Work Plan – Disadvantaged Business. Provide a work plan for meeting your
proposed Disadvantaged Business commitment, including time frames. Please describe
any mentoring that will be provided to the Disadvantaged Businesses
II-3 Prior Experience. (Limit to 10 pages not including Appendices) Experience shown should be work done by individuals who will be assigned to the SW
Zone as well as that of your company.
HealthChoices Physical Health Southwest RFP 11-10 21
a. Corporate Background. The Offeror must describe the corporate history and
relevant experience of the Offeror and any subcontractors. This section must
detail information on the ownership of the company (names and percent of
ownership), the date the company was established, the date the company began
operations, the physical location of the company, and the current size of the
company. The Offeror must provide a corporate organizational chart as part of
this section.
Offerors must identify any current contracting or subcontracting relationship(s)
that may result in a conflict of interest with the requirements of this RFP.
Offerors must also abide by the Department’s conflict of interest standards
identified in Appendix E, Standard Terms and Conditions for Services and
Appendix F, Department of Public Welfare Addendum to Standard Terms and
Conditions.
b. Corporate Experience. The Offeror must describe experience providing
similar services, including the name, address, and telephone number of the
responsible official of the customer, company, or agency who may be
contacted. This section of the proposal must include a description of the
Offeror’s:
i. Qualifications and experience as a fiscal intermediary for MA or other
third party billing systems;
ii. Qualifications and experience with MA managed care systems;
iii. Experience with other Commonwealth agencies;
iv. Experience in relation to Disadvantaged Business program, including
the amounts committed and amounts actually paid to each
Disadvantaged Business during the preceding five (5) years. This
experience is not limited to the Disadvantaged Business program in the
Commonwealth but shall include similar programs in other
jurisdictions.
The Offeror must also submit Appendix G, Offeror’s Managed Care
Experience. If the Offeror has no prior experience as referenced above,
explain what qualifications or past experiences may serve as a substitute.
c. References. The Offeror must provide a list of at least three (3) relevant
contracts within the past three (3) years to serve as corporate references. This
list shall include the following for each reference:
i. Name of contractor
ii Type of contract
iii. Contract description, including type of service provided
iv. Total contract value
v. Contracting officer’s name and telephone number
vi. Role of subcontractor(s) (if any)
HealthChoices Physical Health Southwest RFP 11-10 22
vii. Time period in which service was provided
The Offeror must submit Appendix H, Corporate Reference Questionnaire,
directly to the contacts listed. The references should return completed
questionnaires in sealed envelopes to the Offeror. The reference individual should
sign their name over the seal. The Offeror must include these sealed references
with its proposal.
Offers should describe their experience in relation to Disadvantaged Business commitments,
including the amounts committed and amounts actually paid to each Disadvantaged Business.
This experience is not limited to the Disadvantaged Business program in the Commonwealth
but may include similar programs.
II-4. Personnel
The Offeror must submit a description of the MCO's overall organizational structure
and its proposed organizational structure for the operation of the HealthChoices SW
program. The Offeror should demonstrate that all of the requirements of this RFP and
set forth in the draft Agreement are provided for by the MCO.
A selected Offeror may combine functions or split the responsibility for a function
across multiple HealthChoices Zones, unless otherwise indicated, as long as it can
demonstrate that the duties of the function will be carried out. If an Offeror proposes
to combine or split responsibility, its response to this section must clearly indicate
which individuals and offices will be responsible for each duty and function, and
demonstrate that such duties and functions will be effectively performed and
coordinated.
Similarly, a selected Offeror may contract with a third party to perform these
functions, subject to the subcontractor conditions set forth in the draft Agreement. If
an Offeror proposes to engage a subcontractor to perform any of the functions
discussed in this section of the RFP, Offerors may cross-reference and need not
duplicate the descriptions of such subcontractors requested below in Section II-4.e of
this RFP, Subcontracts. Selected contractors are required to keep the Department
informed at all times of the management individual(s) whose duties include each of the
responsibilities outlined in this section.
In addition, the Department is aware that Offerors who do not currently provide
services to recipients in one of the three HealthChoices zones may not currently
employ individuals who are responsible to perform the functions described in this
section. Such Offerors will therefore be unable to provide names or actual résumés as
requested for the positions and functions below, and may instead provide proposed job
descriptions and the related information requested where practical, taking care to
ensure that their responses to the Work Statement in Sections II-5 of this RFP clearly
establish that qualified individuals will be employed, and their names and résumés
provided to the Issuing Office, in time to ensure that all required functions will be
performed.
HealthChoices Physical Health Southwest RFP 11-10 23
a. Executive Management (Section V.M of the draft Agreement)
Full time positions for executive management as described in V.M. of the draft
Agreement are understood to mean full time dedicated to the Medicaid
Managed Care Program in Pennsylvania
For the Chief Executive Officer and/or Chief Operations Officer, Chief
Financial Officer, Chief Medical Officer, Pharmacy Director, HealthChoices
Program Manager and the Chief Information Officer provide the following
information:
1. Describe the executive’s role in the organization.
2. During the most recent 36 months, how many months was this position not
filled by an employee permanently assigned to the position? During the most
recent 36 months, how many different people filled this position?
3. Describe the level of effort he/she provides related to each of the major
program areas of contract management, financial management, quality
management, utilization management, data management, recipient services and
provider utilization.
4. Résumés of the executive management personnel already employed by the
organization must be included as an appendix to your proposal.
5. Attach a job description for each management position identified in the MCO
for the proposed organizational structure for the HealthChoices SW program.
6. Specify where these personnel will be physically located during the time they
are engaged to work.
b. Key Administrative Positions (Section V.N of the draft Agreement)
In this section, the Offeror must identify the name and position of the person
authorized to finalize an Agreement with the Department, and the name and
position of the person who will have ultimate responsibility and accountability
for the Agreement should one be entered into.
In addition, for each of the key administrative positions/functions listed below,
provide the following information:
1. Résumés of key administrative personnel already employed by the
organization who will be working on the HealthChoices SW program must
be included as an appendix.
2. Attach a job description that includes minimum education for each staff
position identified in the MCO for the proposed organizational structure for
the HealthChoices SW program.
3. Specify where these personnel will be physically located during the time
they are engaged to work.
Key Administrative Positions/Functions
Quality Management Coordinator
Utilization Management Coordinator
HealthChoices Physical Health Southwest RFP 11-10 24
FT Special Needs Unit Coordinator
FT Government Liaison
Maternal Health/EPSDT Coordinator
Member Services Manager
Provider Services Manager
Complaint, Grievance and DEPARTMENT Fair Hearing Coordinator
Claims Administrator
Contract Compliance Officer
Other key personnel identified by Offeror
For ease of reference, Offerors may use the chart in Appendix I, Executive
Staff and Key Administrative Personnel Checklist, to ensure that their response
provides all the documents and information pertaining to the Executive
Management and Key Administrative positions and functions discussed in this
section.
Board Members
The Offeror must describe the role of board members in governance and policy
making and specify the manner in which MA recipients are to be represented in
an advisory and/or decision making capacity for the HealthChoices SW
program. In accordance with Pennsylvania Department of Health regulations,
one-third of the board's membership must be "subscribers" of the MCO.
c. Organization
The Offeror must submit a current or proposed organizational chart so that a
determination can be made as to whether the overall organizational structure
reflects usual and customary business practices consistent with other managed
care programs operating in the Commonwealth. Offerors need not duplicate
but may cross-reference organizational charts provided elsewhere in the
proposal, e.g., Section II-4.d
The Offeror must submit, as an appendix, its organization's Articles of
Incorporation. If it’s Articles of Incorporation does not include all the
information in Appendix J. Ownership Structure and Related Information, this
information must also be provided.
d. Staffing Plans
The Offeror must include a comprehensive statement of its proposed staffing
plan demonstrating how it will provide adequate staffing to address all
requirements found in the RFP and the draft Agreement. Include
comprehensive organizational charts that detail the number of staff and
positions for each existing or proposed Department within the MCO.
HealthChoices Physical Health Southwest RFP 11-10 25
e. Subcontracts
Provide a description of each subcontractor with responsibilities related to the
provision of services to recipients (including, but not limited to, the provision
of medical services, recipient services, etc.) and administrative support
including, but not limited to, claims processing along with an organizational
synopsis of services to be provided by each of these subcontractors. Provide a
separate response for each subcontract. (Limit to 2 pages for each subcontract)
Note that, if the subcontractor provides for any financial risks, the
HealthChoices MCO will be required to comply with the subcontracting
requirements set forth in Section XIII of the draft Agreement.
II-5. Work Statement (Soundness of Approach)
Work Statement Questionnaire:
In this section the Offeror will respond to the following questionnaire, taking care to be
as concise as possible in its responses. In responding, the Offeror should repeat each
question and then follow each question with the specific response. Please note that
page limits have been established for the response to each question. While the
Department will take note of an Offeror’s adherence to these limits, they represent only
the maximum permissible length of a response. Offerors are not required to and
should not expand their responses to the maximum length if a question may be fully
answered in fewer pages. All page limits apply to response text only; not to any
additional specifically requested documents, such as HEDIS® reports.
When possible, Offerors currently participating in HealthChoices in the SW Zone
or another zone are encouraged to describe their current practices and to also describe
changes or improvements to their current operations and to use examples from their
HealthChoices line of business when explaining their future plans related to a question.
Offerors new to HealthChoices should provide responses on line(s) of business
deemed to be most relevant. They should also describe how they would adapt their
current line(s) of business to the HealthChoices Program.
Work Statement Questionnaire
Medical Management
1. Describe the management techniques, policies, procedures or initiatives you have in place to
avoid and reduce unnecessary emergency room utilization. Provide HEDIS® data using
Appendix K, HEDIS® Reporting Form. Describe your strategy moving forward to improve
performance in this area. (Limit to six pages)
2. Describe the management techniques, policies, procedures or initiatives you have implemented
to promote health care equity (i.e., reductions in disparity in treatment and outcomes among
disparate races and ethnic groups) for your members. Please provide evidence of success.
Describe your strategy moving forward to improve performance in this area. (Limit to six
pages)
HealthChoices Physical Health Southwest RFP 11-10 26
Work Statement Questionnaire
3. Describe the management techniques, policies or initiatives you have in place to promote the
cultural competency (as defined in Section II of the draft Agreement found in Appendix A) of
your network providers. Describe your strategy moving forward to improve performance in
this area. (Limit to four pages)
4. Describe the policies and processes you have in place to assist members with limited English
proficiency (LEP). Please describe LEP policies/procedures from an internal perspective
related to member services, as well as in the provider network at point of service. (Limit to 2
pages)
5. Describe the management techniques, policies, procedures or initiatives you have in place to
effectively and appropriately control avoidable hospitalization and hospital readmissions.
Describe your strategy moving forward to improve performance in this area. (Limit to two
pages)
6. Describe any provider incentive programs that reward quality outcomes, resulting in
improvements in chronic care measures. Provide information on whether the programs were
successful, including what percent of network providers met performance requirements and
received rewards. Describe your strategy moving forward for provider incentive programs.
(Limit to two pages)
7. Describe any member incentive programs you have in place to encourage members to engage
in wellness programs. Provide evidence of the levels of success of the programs, including the
size of the target population, the percentage of target population that received the incentive,
and any associated quality outcome data of the target population.. Describe your strategy
moving forward for member incentive programs. (Limit to four pages)
8. Describe how you encourage provider usage of electronic medical records. (Limit to four
pages)
9. Describe the software you use to identify and track outcomes of members who are being care
managed, including predictive modeling software. (Limit to two pages)
10. Describe policies; procedures and processes you use to identify, stratify, and case manage
pregnant members to ensure that all medically necessary services are provided including
depression and smoking cessation.
Describe all measurable results in terms of clinical outcomes that have resulted from your
prenatal case management activities. Provide HEDIS® data using Appendix K, HEDIS®
Reporting Form. Describe any future quality improvement activities or plans to improve birth
outcomes (Limit to six pages)
11. Describe the policies, procedures and activities or initiatives you use to provide disease
management for members with diabetes, asthma and cardiovascular disease; including:
Identification and outreach to members requiring disease management services.
Stratification (risk levels) and interventions you will implement for each risk level to
provide disease management services for these members.
Facilitation and monitoring of recipient compliance with treatment plans.
Chronic care management programs and how you manage recipients with chronic
conditions.
Chronic care teams / Navigators.
Describe all measurable results in terms of clinical outcomes that have resulted from your
disease management activities. Provide HEDIS® data using Appendix K, HEDIS® Reporting
Form. Describe any future quality improvement activities or plans to improve your disease
management program(s) outcomes. (Limit to six pages)
HealthChoices Physical Health Southwest RFP 11-10 27
Work Statement Questionnaire
12. Describe the policies, procedures or initiatives you have in place to develop and maintain a
comprehensive health education program, excluding your disease management program.
Identify specific areas of focus and explain your rationale. Describe your strategy moving
forward to improve in this area. (Limit to four pages)
13. Describe in detail how you use encounter data, trending and other ad hoc internal reports,
HEDIS®, EQR, and CAHPS® to systematically and objectively monitor, measure and evaluate
the quality and appropriateness of care and services provided. (Limit to four pages)
14. Describe the policies, procedures and processes you use to conduct provider profiling that
assess the quality of care delivered by network Primary Care Practitioners (PCPs) and other
acute care providers (such as high volume specialists and hospitals), including how you will:
Identify high volume specialists
Determine which providers will be profiled
Interpret profile results for individual providers, and;
Utilize profile results to conduct provider follow up and education.
(Limit to two pages)
15. Describe data-driven clinical performance improvement projects you have initiated in the past
twenty-four (24) months that have resulted in statistically significant performance
improvement outcomes for a managed care population. Please provide two (2) examples
including supporting data. (Limit to four pages)
16. Describe efforts you have made to assess provider satisfaction during the past year and the
actions taken as a result of your assessment. Please provide your last provider satisfaction
survey and a summary of the results. (Limit to two pages)
17. Describe your plan’s approach to utilization management, including:
Lines of accountability for utilization policies and procedures and for individual medical
necessity determinations;
Data sources and processes to determine which services require prior authorization and
how often these requirements will be re-evaluated;
Process and resources to develop utilization review criteria;
Prior authorization processes for Members requiring services from non-participating
providers or for members who require expedited prior authorization review and
determination due to conditions that threaten the Member’s life or health;
Processes to ensure consistent application of criteria by individual clinical reviewers
(Limit to six pages)
18. Describe policies, procedures and processes that you will use to conduct outreach and follow-
up to ensure that children and adolescents receive all recommended preventive and screening
services, and all medically necessary follow-up treatment. Describe measurable results in
terms of clinical outcomes that have resulted from your childhood and adolescent outreach and
follow-up activities. Provide HEDIS® data using Appendix K, HEDIS® Reporting Form.
Describe any future quality improvement activities or plans to improve the health status for
children and adolescents. (Limit to six pages)
19. Describe the policies, procedures and processes you have in place to address smoking
cessation, particularly smoking cessation for pregnant women. Provide information on whether
the programs are successful. Describe your strategy moving forward to improve performance
in this area. (Limit to two pages)
20. Describe the policies, procedures and processes you have in place to address childhood obesity.
Provide information on whether the programs are successful. Describe your strategy moving
forward to improve performance in this area. (Limit to two pages)
HealthChoices Physical Health Southwest RFP 11-10 28
Work Statement Questionnaire
Management to Control Costs
21. Demonstrate how you monitor the performance of your subcontractors to ensure all Agreement
responsibilities are met. Provide sample reports showing any actions taken to improve
performance and ensure positive results. Describe any sanctions or penalties that apply if the
subcontractor fails to perform up to the expectations of your organization. Attach sample
performance monitoring reports. (Limit to two pages)
22. Describe your method and process for capturing third party resource and payment information
from your claims system for use in reporting cost-avoided dollars and provider-reported savings
to the Issuing Office. Explain how you will use such information. Describe the process you use
for retrospective post-payment recoveries of health-related insurance as well as your process for
adjudicating a claim involving an auto accident. (Limit to four pages)
23. During the last 36 months, how many times have you submitted a revised regulatory filing with
a state or federal agency other than DEPARTMENT? List each occurrence and provide a brief
explanation. (Limit to two pages)
24. How will you promote transparency by making information available to recipients regarding the
cost of common inpatient, outpatient and health care provider services and the overall cost or
price of their care? If applicable, describe how you assure transparency for your other lines of
business (e.g., Medicare, commercial programs). (Limit to two pages)
25. Describe any other cost-saving programs/initiatives you have implemented in the last 36 months
and provide information on cost-savings realized related to these programs/initiatives. Please
identify cost-savings plans you have planned, but not implemented. (Limit to four pages)
Coordination of Care
26. Describe the policies, procedures and processes you have in place to ensure access to care and
seamless coordination of care across the continuum of health care services for members with
special needs (including, but not limited to members with complex chronic conditions,
behavioral/physical health dual diagnoses, children in substitute care and medically fragile
children). Describe how you will assist members with special health care needs and chronic
conditions to identify and access community resources that may provide services that the MA
Program does not cover. (Limit to four pages)
27. What are your processes for transitioning and coordinating care for membership (21 years and
under) as they age into adult categories of assistance that may provider less service coverage?
Describe your strategy moving forward to improve coordination of care. (Limit to two pages)
28. Describe your plan to create, maintain, and continuously improve collaboration with
HealthChoices Behavioral Health Managed Care Organizations (BH-MCOs) Include a
description of methods you will use to exchange information relevant to ensuring care
coordination using behavioral health utilization data provided by the Department. (Limit to
two pages)
29. Describe the process you will use to coordinate with County Offices of Children, Youth and
Families to ensure that Children in Substitute Care receive necessary services. (Limit to two
pages)
30. Describe your process for care coordination to ensure that members receive adequate in-home
services to divert them from entering long term care facilities. (Limit to two pages)
31. What methods do you use to ensure the quality of care delivered by out-of-network providers?
Describe any potential barriers and the resolution process. (Limit to two pages)
HealthChoices Physical Health Southwest RFP 11-10 29
Work Statement Questionnaire
Pharmacy
32. Describe your approach to control pharmacy costs. Describe programs/initiatives that have been
successful at controlling costs. (Limit to 3 pages)
33. Describe policies and procedures you use to determine medications that are included and
excluded from the drug formulary (including the use of generics and over-the-counter
medications) and how those policies and procedures comply with the MA Program’s drug
formulary guidelines. How do you make non-formulary drugs available when medically
necessary? How do you communicate these decisions to members and providers? (Limit to 5
pages)
34. Describe your policies, procedures or processes for conducting both retrospective and
prospective drug utilization review within the MA Program’s Drug Utilization Review
guidelines. Provide evidence of success. Describe your strategy moving forward to improve
performance in this area (Limit to 4 pages)
35. Describe your pharmacy prior authorization process, including the following:
How are prior authorization criteria developed?
How are requests for prior authorization made?
How do providers (pharmacies and prescribers) and recipients learn about the authorization
process and criteria? (Limit to 4 pages)
36. In regard to pharmacy point of sale, explain:
Who adjudicates your pharmacy claims?
How do you ensure adequate oversight and monitoring of the pharmacy claims
processor, including fraud and abuse and encounter data?
Are all outpatient medications processed through pharmacy claims? If not, what other method
of claims processing is used (e.g., professional claim with HCPCs codes?) (Limit to 3 pages)
37. Describe your specialty pharmacy program. Describe your future plans, including plans to
purchase and effectively manage specialty drugs. (Limit to 3 pages)
38. Describe how your pharmacy claim information is coordinated with medical claim data to
provide comprehensive care management. (Limit to 2 pages)
39. Describe how you will use the CMS Drug File to ensure access to all drugs covered under the
MA Program and compliance with data reporting requirements for the Federal Drug Rebate
Program. (Limit to 4 pages)
Management Information Systems
40. Provide a general systems description, including:
A systems diagram that describes each component of the management information system
and all other systems that interface with or support it;
How each component will support the major functional areas of HealthChoices (In-Plan
Services; Coordination of Care; Member Services; Maternity Care Payments; Complaint,
Grievance and Fair Hearings; Pharmacy; Special Needs; Provider Network; Provider
Services; Service Access; Quality Management/Utilization Management (QM/UM); Claims
Payment and Processing, and; Encounter Data Reporting System).
(Limit to 10 pages, including the diagram)
41. Describe any modifications or updates to your Management Information System (MIS) within
the next year that will be necessary to meet the requirements of this Agreement, and your plan
for their completion. (Limit to four pages)
HealthChoices Physical Health Southwest RFP 11-10 30
Work Statement Questionnaire
42. What is the current capacity of your MIS/claims processing? Explain your process to readily
expand your MIS/claims processing should the capacity of either be exceeded through
enrollment of program members. (Limit to two pages)
43. Explain your process for ensuring your subcontractors meet the same MIS requirements for
which you are responsible. (Limit to three pages)
44. Describe the capability your management will have to access a database of service information
to create ad hoc reports for both MCO management and the Issuing Office. Include a
description of the system and software, an overview of the data that will be held, and the
resources and the capability you will have to use large amounts of data to create ad hoc reports.
(Limit to five pages and list of monthly, quarterly, annual and ad hoc reports)
45. Describe the capability you will have to access your subcontractor’s information to create ad
hoc reports for subcontractor oversight and for the Issuing Office upon request. (Limit to three
pages)
46. Describe your approach for ensuring complete encounter data is submitted accurately and
timely to the Issuing Office consistent with required formats. (Limit to two pages)
47. The MCO will be required to have a data completeness monitoring program and submit a data
completeness monitoring plan as described in the Agreement. Describe your approach to
providing this data completeness monitoring plan. (Limit to three pages)
48. How will you ensure and verify that providers and subcontractor(s) submit timely, accurate,
complete and required encounter data elements to you for subsequent transmission to the
Issuing Office? How often will you verify the data? (Limit to three pages)
49. How will you manage the non-submission of encounter data by a provider or subcontractor?
Will it result in any assessment of penalties? If so, please describe. (Limit to two pages)
50. Describe in detail your process for utilizing the daily, weekly, and monthly files to manage your
membership. Include the process for resolving discrepancies between your membership data
and the above files. (Limit to four pages)
51. Explain in detail your process for providing membership information to each of your
subcontractors (dental, vision, etc.). Include the subcontractor’s name, their purpose and how
often membership data is submitted. (Limit to three pages)
52. Explain your process for maintaining your provider file with detailed information on each
provider sufficient to support provider payment and also meet the Issuing Office’s reporting and
Encounter Data Requirements. Include how you cross-reference your internal provider ID
number with the PROMISe provider ID and the provider’s NPI number. (Limit to two pages)
53. Explain your processes for ensuring providers are enrolled in MA and have a valid PROMISe
Provider ID number and NPI. Include how you will monitor your subcontractors to ensure their
providers are enrolled in MA and have a valid PROMISe Provider ID number and NPI. (Limit
to two pages)
54. Describe the claims processing systems that will support the Agreement. (Limit to three pages)
55. What is your plan to ensure that claims timeliness standards are met and that providers are paid
timely? (Limit to two pages)
Provider Network Composition and Network Management
56. Describe your organization’s policy to ensure that all licensed health care providers – including
nurses, certified registered nurse practitioners, advanced nurse practitioners, midwives,
physician assistants, dental hygienists, and expanded function dental assistants – can practice to
the fullest extent of their education and training. Provide the percent of your network that
comprises these health care providers. (Limit to two pages)
HealthChoices Physical Health Southwest RFP 11-10 31
Work Statement Questionnaire
57. Explain your methodology to ensure that your membership has access to and utilizes both
routine and specialty dental care (e.g., regular cleanings, oral surgery) within each county in the
Zone. Specifically include:
How you provide access for members with special needs and others who may need special
accommodations to receive dental treatment.
Recruitment efforts to increase dental participation
Special arrangements with clinics or dental schools to increase member access to dental
services.
Outreach, education and incentive programs to encourage members to keep dental
appointments and ensure that they receive routine and specialty dental care.
Explain how you ensure that your members have access to dental disease management
programs specifically for members with cardiovascular disease, diabetes and for pregnant
women. (Limit to four pages)
58. Explain your plan to ensure that your provider network meets the network and access
requirements in the draft Agreement. Specifically include:
How you will ensure that your provider Network is ethnically diverse and similar to the
demographic profile of your members within the SW Zone.
Whether and how you will include providers from other lines of business into your SW
Zone network to ensure access (e.g., Medicare, commercial programs).
What method you plan to use on an ongoing basis to assess and ensure that the network
standards outlined in the draft Agreement are maintained for all provider types on an
ongoing basis (e.g., travel requirements, appointment access standards, detection of fraud
and abuse).
Describe your process for continuous improvement in your network over and above
contract compliance.
Describe how you will ensure that appointment access standards are met when members
cannot access care within your provider network and must go to an out-of-network
provider?
Describe how you will collect and record language needs for those recipients with limited
English proficiency and how you ensure all written notices are language appropriate.
Describe how you educate and coordinate interpreter services with your network providers.
(Limit to six pages)
59. How do you intend to use GeoAccess mapping to ensure network adequacy? (Limit to two
pages)
60.. Explain the policy and procedure utilized to insure your provider directories are accurate and up
to date? Please describe how policies are applied to both hard-copy and on-line or electronic
versions. (limit to 3 pages)
61. Explain your plan to manage contracted skilled nursing and home health providers to meet
members’ growing needs for access to home and community based services for medically
complex cases. (Limit to two pages)
62. With regard to shift nursing services; describe the strategies you will follow to insure that the
provision of authorized services is monitored concurrently and not solely in a retrospective
manner. (Limit to two pages)
HealthChoices Physical Health Southwest RFP 11-10 32
Work Statement Questionnaire
63. Explain your strategy to address the potential issue of a hospital choosing not to contract with
all MCOs within a county. Past experience has shown that hospitals may competitively bid for
contracts and only contract with a designated number of MCOs. Should your organization be
unable to secure an agreement with a hospital within a county, what strategies will you
undertake to ensure that your members will be able to have access to both primary and specialty
care? If non-participating providers are initially the only way you can guarantee access within a
county, what steps will you take to recruit the providers into your network? (Limit to two
pages)
64. What risk adjustment strategies and/or provider incentives do you employ in PCP contracting to
ensure members with complex medical needs have adequate access to primary care and care
coordination services? How do you measure and assure that these members have adequate
access to care? (Limit to two pages)
65. How do you monitor and evaluate PCP compliance with availability and scheduling
requirements outlined in the draft Agreement? What is your plan to ensure PCP-to-member
ratio requirements are maintained throughout the term of the Agreement? (Limit to two pages)
66. How do you ensure that members have access to medical care for needs that arise after hours
and for urgent, non-emergency situations? How do you monitor providers to ensure that
follow-up is done with the member and the member’s PCP to facilitate transfer of information
from the after hours provider? Describe any incentive programs you have in place to improve
access to care by rewarding providers who provide extended and/or after hours care. (Limit to
two pages)
67. Please explain the availability of your staff in the field to assist providers with billing issues,
authorization requirements or other types of training needs for both new providers and
established providers. (Limit to two pages)
68. Describe the policies and procedures followed in response to the network termination/loss of a
large-scale provider group or health system. Please develop the response taking the following
areas into consideration,
The system utilized for identification and notification of members affected by the
provider loss;
The automated systems and membership supports utilized in assisting affected members
with provider transitions;
Systems and policies utilized in continuity of care for members experiencing provider
transition;
Outcomes experienced in coverage of the membership with existing network resources
following the terminations. (Limit to 5 pages)
II-6. Financial Condition
Offerors must submit information about the financial conditions of the company in this
section. For ease in assembling the proposal, the Offeror should append its financial
documentation rather than including it in the main body of the proposal. The Offeror
must provide the following information:
a. The identity of each entity that owns at least five percent (5%) of the Offeror.
HealthChoices Physical Health Southwest RFP 11-10 33
b. For the Offeror and for each entity that owns at least five percent (5%) of the
Offeror:
i) Audited financial statements for the two (2) most recent fiscal years for
which statements are available. The statements must include a balance
sheet, statement of revenue and expense and a statement of cash flow.
Statements must include the auditor’s opinion and the notes to the
financial statements submitted by the auditor to the Offeror. If audited
financial statements are not available, explain why and submit
unaudited financial statements.
ii) Unaudited financial statements for the period between the last month
covered by the audited statements and the month before the proposal is
submitted.
iii) Documentation about available lines of credit, including maximum
credit amount and amount available thirty (30) business days prior to
the submission of the proposal.
iv) The most recent set of quarterly financial statements filed with the
Department of Insurance.
v) State of incorporation.
vi) Type of incorporation, as profit or non-profit.
vii) Bond rating.
viii) A.M. Best rating for life/health.
ix) Standard and Poor rating.
x) Weiss rating.
xi) The Offeror will provide its Risk Based Capital Ratio for the year filed
most recently with the Pennsylvania Insurance Issuing Office.
If any information requested is not applicable or not available, provide an
explanation. Offerors may submit appropriate documentation to support
information provided.
c. Explain how your response provides proof of fiscal soundness. Section VII.A.2. of
the draft Agreement, Equity Requirements, and Section VII.A.3 of the draft
Agreement, Risk Based Capital (RBC).
d. If the Offeror plans to enter into a subcontract at a cost of at least eighty percent of
anticipated Agreement revenues received from the Department, and if the
subcontract provides for financial risk on the part of the subcontractor, provide
items listed in Section II-6.b above, as they relate to the proposed subcontractor.
HealthChoices Physical Health Southwest RFP 11-10 34
e. Identify any proposed subcontractor in which the Offeror has five percent (5%) or
more ownership interest.
f. Identify how Offeror satisfies the SAP-Basis equity requirement. Each Offeror
must have SAP-basis equity, as of 01/01/2012 or as of a more recent date, equal
to or greater than the highest amount determined by the following ―three part
test‖:
$10.0 million;
6.0% of revenue earned by the licensed HMO during the most recent four
(4) calendar quarters; or
6.0% of revenue earned by the licensed HMO during the current quarter
multiplied by three (3).
Note: The Department will not permit a successful Offeror to implement a
HealthChoices program in the SW Zone unless it has SAP-basis equity as of the
last day of the second quarter prior to the program implementation date, at least
equal to the amount determined by the formula above. Failure to comply with the
equity requirement, or with the requirement to provide documentation satisfactory
to the Department , may result in rejection of the proposal.
g The Offeror shall explain how it will fund development and start up costs,
including the source of funds. Provide information and documentation to enable
the Department to conclude whether sources have and are committed to providing
the expected funds.
h. List any financial interest in subcontractors the Offeror may have in its
organization, or any financial interests its organization has in proposed
subcontractors. Copies of proposed sub contractual arrangements are to be
included as an appendix. The Department will approve all subcontracts used by
the selected Offeror.
i The Offeror will state whether it has changed its independent actuary or
independent auditor in the last two years. If it has, it must explain why.
II-7. Objections and Additions to Agreement Terms and Conditions
The Offeror will identify which, if any, of the terms and conditions (contained in
Appendices A, E and F) it would like to negotiate and what additional terms and conditions
the Offeror would like to add to the agreement. The Offeror’s failure to make a submission
under this paragraph will result in its waiving its right to do so later, but the Department may
consider late objections and requests for additions if to do so, in the Department’s discretion,
would be in the best interest of the Commonwealth. The Department may, in its sole
discretion, accept or reject any requested changes to the standard contract terms and
conditions. The Offeror shall not request changes to the other provisions of the RFP, nor
shall the Offeror request to completely substitute its own terms and conditions for
Appendices A, E and F. All terms and conditions must appear in one integrated Agreement.
HealthChoices Physical Health Southwest RFP 11-10 35
The Issuing Office will not accept references to the Offeror’s, or any other, online guides or
online terms and conditions contained in any proposal.
Regardless of any objections set out in its proposal, the Offeror must submit its proposal on
the basis of the terms and conditions set forth in Appendices A, E and F. The Issuing Office
will reject any proposal that is conditioned on the negotiation of terms and conditions.
II-8. Disadvantaged Business Submittal
A. Disadvantaged Business Information
i) To receive credit for being a Small Disadvantaged Business or a Socially
Disadvantaged Business or for entering into a joint venture agreement with a
Small Disadvantaged Business or for subcontracting with a Small
Disadvantaged Business (including purchasing supplies and/or services through
a purchase agreement), an Offeror must include proof of Disadvantaged
Business qualification in the Disadvantaged Business Submittal of the proposal,
as indicated below:
1. A Small Disadvantaged Businesses certified by BMWBO as an
MBE/WBE must provide a photocopy of their BMWBO certificate.
2. Small Disadvantaged Businesses certified by the U.S. Small Business
Administration pursuant to Section 8(a) of the Small Business Act (15
U.S.C. § 636(a)) as an 8(a) or small disadvantaged business must submit
proof of U.S. Small Business Administration certification. The owners
of such businesses must also submit proof of United States citizenship.
3. Businesses, which assert that they meet the U.S. Small Business
Administration criteria for designation as a small disadvantaged business,
must submit: a) self-certification that the business meets the Small
Business Administration criteria and b) documentary proof to support the
self-certification. The owners of such businesses must also submit proof
of United States citizenship, and provide any relevant small
disadvantaged business certifications by other certifying entities.
4. All businesses claiming Small Disadvantaged Business status, whether as
a result of BMWBO certification, or U.S. Small Business Administration
certification as an 8(a) or self-certification as a U.S. Small Business
Administration small disadvantaged business, must attest to the fact that
the business has no more than 100 full-time or full-time equivalent
employees.
5. All businesses claiming Small Disadvantaged Business status, whether as
a result of BMWBO certification or U.S. Small Business Administration
certification as an 8(a) or self-certification as a U.S. Small Business
Administration small disadvantaged business, must submit proof that
their gross annual revenues are less than $20,000,000 ($25,000,000 for
those businesses in the information technology sales or service business).
This can be accomplished by including a recent tax return or audited
financial statement.
HealthChoices Physical Health Southwest RFP 11-10 36
ii) All businesses claiming status as a Socially Disadvantaged Business must
include in the Disadvantaged Business Submittal of the proposal clear and
convincing evidence to establish that the business has personally suffered
racial or ethnic prejudice or cultural bias stemming from the business person’s
color, ethnic origin or gender. The submitted evidence of prejudice or bias
must:
1. Be rooted in treatment that the business person has experienced in
American society, not in other countries.
2. Show prejudice or bias that is chronic and substantial, not fleeting or
insignificant.
3. Indicate that the business person’s experience with the racial or
ethnic prejudice or cultural bias has negatively impacted his or her entry
into and/or advancement in the business world.
BMWBO shall determine whether the Offeror has established that a business is
socially disadvantaged by clear and convincing evidence.
iii) In addition to the above verifications, the Offeror must include in the
Disadvantaged Business Submittal of the proposal the following information:
1) Those Small Disadvantaged Businesses submitting a proposal as the
Offeror must include a numerical percentage which represents the total
percentage of the work to be performed by the Offeror and not by
subcontractors and suppliers.
2) Those Small Disadvantaged Businesses submitting a proposal as a part
of a joint venture partnership must include a numerical percentage
which represents the total percentage of the work to be performed by
the Small Disadvantaged Business joint venture partner and not by subcontractors and suppliers or by joint venture partners who are not
Small Disadvantaged Businesses. Offeror must also provide:
a. The amount of capital, if any, each Small Disadvantaged
Business joint venture partner will be expected to provide.
b. A copy of the joint venture agreement signed by all parties.
c. The business name, address, name and telephone number of
the primary contact person for the Small Disadvantaged
Business joint venture partner.
3) All Offerors must include a numerical percentage which represents the
total percentage that the Offeror commits to paying to Small
Disadvantaged Businesses as subcontractors. To support its total
percentage DB subcontractor commitment, Offeror must also include:
a) The dollar amount of each subcontract commitment to a
Small Disadvantaged Business;
HealthChoices Physical Health Southwest RFP 11-10 37
b) The name of each Small Disadvantaged Business. The
Offeror will not receive credit for stating that after the
contract is awarded it will find a Small Disadvantaged
Business.
c) The services or supplies each Small Disadvantaged
Business will provide, including the timeframe for
providing the services or supplies.
d) The location where each Small Disadvantaged Business
will perform services.
e) The timeframe for each Small Disadvantaged Business
to provide or deliver the goods or services.
f) A signed subcontract or letter of intent for each Small
Disadvantaged Business. The subcontract or letter of
intent must identify the specific work, goods or services
the Small Disadvantaged Business will perform and how
the work, goods or services relates to the project.
g) The name, address and telephone number of the primary
contact person for each Small Disadvantaged Business.
4) The total percentages and each subcontractor commitment will become
contractual obligations once the contract is fully executed.
5) The name and telephone number of the Offeror’s project (contact)
person for the Small Disadvantaged Business information.
iv) The Offeror is required to submit two copies of its Disadvantaged Business
Submittal. The submittal shall be clearly identified as Disadvantaged Business
information and sealed in its own envelope, separate from the remainder of the
proposal.
v) A Small Disadvantaged Business can be included as a subcontractor with as
many prime contractors as it chooses in separate proposals.
vi) An Offeror that qualifies as a Small Disadvantaged Business and submits a
proposal as a prime contractor is not prohibited from being included as a
subcontractor in separate proposals submitted by other Offerors.
B. Enterprise Zone Small Business Participation.
i) To receive credit for being an Enterprise Zone Small Business or entering
into a joint venture agreement with an Enterprise Zone Small Business or
subcontracting with an Enterprise Zone Small Business, an Offeror must
include the following information in the Disadvantaged Business Submittal
of the proposal:
1) Proof of the location of the business’ headquarters (such as a lease or
deed or Issuing Office of State corporate registration), including a
description of those activities that occur at the site to support the other
businesses in the enterprise zone.
HealthChoices Physical Health Southwest RFP 11-10 38
2) Confirmation of the enterprise zone in which it is located (obtained
from the local enterprise zone office).
3) Proof of United States citizenship of the owners of the business.
4) Certification that the business employs 100 or fewer employees.
5) Proof that the business’ gross annual revenues are less than $20,000,000
($25,000,000 for those businesses in the information technology sales
or service business). This can be accomplished by including a recent
tax return or audited financial statement.
6) Documentation of business organization, if applicable, such as articles
of incorporation, partnership agreement or other documents of
organization.
ii) In addition to the above verifications, the Offeror must include in the
Disadvantaged Business Submittal of the proposal the following
information:
1) The name and telephone number of the Offeror’s project (contact) person for the Enterprise Zone Small Business.
2) The business name, address, name and telephone number of the
primary contact person for each Enterprise Zone Small Business
included in the proposal. The Offeror must specify each
Enterprise Zone Small Business to which it is making
commitments. The Offeror will not receive credit for stating
that it will find an Enterprise Zone Small Business after the
contract is awarded or for listing several businesses and stating
that one will be selected later.
3) The specific work, goods or services each Enterprise Zone Small
Business will perform or provide.
4) The estimated dollar value of the contract to each Enterprise
Zone Small Business.
5) Of the estimated dollar value of the contract to each Enterprise
Zone Small Business, the percent of the total value of services or
products purchased or subcontracted that each Enterprise Zone
Small Business will provide.
6) The location where each Enterprise Zone Small Business will
perform these services.
7) The timeframe for each Enterprise Zone Small Business to
provide or deliver the goods or services.
HealthChoices Physical Health Southwest RFP 11-10 39
8) The amount of capital, if any, each Enterprise Zone Small
Business will be expected to provide.
9) The form and amount of compensation each Enterprise Zone
Small Business will receive.
10) For a joint venture agreement, a copy of the agreement, signed
by all parties.
11) For a subcontract, a signed subcontract or letter of intent.
iii) The dollar value of the commitment to each Enterprise Zone Small
Business must be included in the same sealed envelope with the
Disadvantaged Business Submittal of the proposal. The following will
become a contractual obligation once the contract is fully executed:
1) The amount of the selected Offeror’s Enterprise Zone Small
Business commitment;
2) The name of each Enterprise Zone Small Business; and
2) The services each Enterprise Zone Small Business will provide,
including the timeframe for performing the services.
II-9. Domestic Workforce Utilization Certification
Complete and sign the Domestic Workforce Utilization Certification contained in Appendix
L of this RFP. Offerors who seek consideration for this criterion must submit in hardcopy the
signed Domestic Workforce Utilization Certification Form in the same sealed envelope with
the Technical Submittal.
.
II-10 Contractor Partnership Program Submittal
The following general information must be included in the Contractor Partnership
Program Submittal of the proposal:
a. Offeror’s name, telephone number and mailing address.
b. County where the Offeror’s headquarters is located if in Pennsylvania.
c. The name, title, telephone number, mailing and email address of the contact
person for the Contractor Partnership Program.
d. Mailing address for all satellite offices located in Pennsylvania including the
county.
e. Type of business entity. (i.e. not for profit, government entity, public
corporation, university etc.)
HealthChoices Physical Health Southwest RFP 11-10 40
f. If a subcontractor will provide the primary service of the contract, list the
company name and mailing address for offices located in Pennsylvania
including the county.
g. Type of services being provided.
h. Type of positions needed for this project. Please specify management vs. non-
management positions.
In addition to the above requested information; in order to receive credit for a response
to the Contractor Partnership Program, Offerors must provide a written narrative that
address the following statements and include the information in the Contractor
Partnership Submittal of the proposal. All of the statements listed below pertain to the
hiring of individuals that are currently receiving TANF cash assistance.
1. Identify the anticipated number of employees that will be assigned to this project
including vacancies.
2. Identify the number of management and non management employees.
3. State the number of TANF cash assistance recipients that will be hired. Please
do not include percentages.
4. Describe the strategy that will be employed to identify and recruit individuals
that meet the eligibility requirements for the Contractor Partnership Program.
5. Describe the methods that will be used to retain TANF recipients once they are
employed.
6. Provide a brief explanation of the efforts that will be made to ensure TANF
hiring commitments are met and remain in effect throughout the existence of the
Agreement.
II-11 Mentor Protégé Program (MPP) Submittal.
To receive credit for a response to the MPP, the following information must be included in the
MPP Submittal of the Proposal:
a. Offeror’s name, telephone number and mailing address
b. County where the Offeror’s headquarters is located
c. The name, title, telephone number, mailing and e-mail address of the contact
person for the MPP.
c. Mailing address for all satellite offices located in Pennsylvania including
county.
d. Type of business entity: (i.e. not for profit, government entity, public
corporation, university, etc.)
In addition to the above requested information; in order to receive credit for a response to the
MPP, Offerors must provide a written Mentor Protégé Plan that must include:
(1) The Protégé company's name and address
(2) Protégé company’s contact person, title, telephone number, mailing
and e-mail address
HealthChoices Physical Health Southwest RFP 11-10 41
(3) A Mentor Protégé Plan addressing the following areas to include
meeting dates, time frames, goal setting, performance expectations and
outcomes:
(a) Technical Assistance. Assistance in technical areas.
(b) Budget Infrastructure. Assistance pertaining to general
business management or corporate infrastructure, provided by
the Mentor, may include the following:
(1) Organizational planning management: strategic
planning, business planning, legal/risk management,
proposal development
(2) Business development/marketing/sales: market
research, product forecasting, web-based marketing,
e-commerce.
(3) Human Resource management
(4) Financial management
(5) Contract management
(6) Facilities and plant management: security, health
and safety
(7) Any other assistance designed to develop the
capabilities of the Protégé
HealthChoices Physical Health Southwest RFP 11-10 42
PART III
CRITERIA FOR SELECTION
III-1. Mandatory Responsiveness Requirements
To be eligible for selection, a proposal must be:
(a) Timely received from an Offeror;
(b) Properly signed by the Offeror.
III-2 Technical Nonconforming Proposals. The Department reserves the right, in its sole
discretion, to waive technical or immaterial nonconformities in an Offeror’s proposal.
III-3 Evaluation. The Department has selected a committee of qualified personnel to
review and evaluate timely submitted proposals. Independent of the committee, BMWBO and
the CPP will evaluate the Disadvantaged Business, Mentor Protégé Program, and CPP
Submittals respectively, and provide the Department with a rating for this component of each
proposal. The Department will notify in writing of its selection for negotiation the responsible
Offerors whose proposals are determined to be the most advantageous to the Commonwealth
as determined by the Department after taking into consideration all of the evaluation factors.
The Department will award an agreement only to an Offeror determined to be responsible in
accordance with the most current version of Commonwealth Management Directive 215.9,
Contractor Responsibility Program.
III-4 Criteria for Selection.
The following criteria will be used in evaluating each proposal. In order for a proposal to be
considered for selection for best and final offers or selection for negotiations, the total score
for the technical submittal of the proposal must be greater than or equal to 70% of the highest
scoring technical submittal.
a. Technical: The Issuing Office has established the weight for the Technical
criterion for this RFP as 80 % of the total points. Evaluation will be based upon
the following in order of importance:
Priority Rank 1 Prior Experience
Priority Rank 2 Work Statement Questionnaire
Priority Rank 3 Financial Condition
Priority Rank 4 Personnel Qualifications
Priority Rank 5 Statement of the Problem
HealthChoices Physical Health Southwest RFP 11-10 43
b. Disadvantaged Business Participation BMWBO has established the weight for
the Disadvantaged Business Participation criterion for this RFP as 20 % of the
total points. Evaluation will be based upon the following in order of priority:
Priority Rank 1 Proposals submitted by Small
Disadvantaged Businesses.
Priority Rank 2 Proposals submitted from a joint
venture with a Small
Disadvantaged Business as a joint
venture partner.
Priority Rank 3 Proposals submitted with
subcontracting commitments to
Small Disadvantaged Businesses.
Priority Rank 4 Proposals submitted by Socially
Disadvantaged Businesses.
Each proposal will be rated for its approach to enhancing the utilization of
Small Disadvantaged Businesses and/or Socially Disadvantaged Businesses.
Each approach will be evaluated, with Priority Rank 1 receiving the highest
score and the succeeding options receiving scores in accordance with the
above-listed priority ranking
To the extent that an Offeror qualifies as a Small Disadvantaged Business or a
Socially Disadvantaged Business, the Small Disadvantaged Business or
Socially Disadvantaged Business cannot enter into subcontract arrangements
for more than 40% of the total estimated dollar amount of the agreement. If a
Small Disadvantaged Business or a Socially Disadvantaged Business
subcontracts more than 40% of the total estimated dollar amount of the
agreement to other contractors, the Disadvantaged Business Participation
scoring shall be proportionally lower for that proposal.
c. Enterprise Zone Small Business Participation: In accordance with the
priority ranks listed below, bonus points in addition to the total points for this
RFP, will be given for the Enterprise Zone Small Business Participation
criterion. The maximum bonus points for this criterion is 3% of the total points
for this RFP. The following options will be considered as part of the final
criteria for selection:
Priority Rank 1 Proposals submitted by an
Enterprise Zone Small Business
will receive three percent bonus
for this criterion. Priority Rank 2 Proposals submitted by a joint
venture with an Enterprise Zone
Small Business as a joint venture
HealthChoices Physical Health Southwest RFP 11-10 44
partner will receive two percent
bonus for this criterion.
Priority Rank 3 Proposals submitted with a
subcontracting commitment to an
Enterprise Zone Small Business
will receive one percent bonus for
this criterion.
Priority Rank 4 Proposals with no Enterprise Zone
Small Business Utilization shall
receive no points under this
criterion.
To the extent that an Offeror is an Enterprise Zone Small Business, the Offeror
cannot enter into agreement or subcontract arrangements for more than 40% of
the total estimated dollar amount of the agreement in order to qualify as an
Enterprise Zone Small Business for purposes of this RFP.
d. Contractor Partnership Program (CPP) During the evaluation process, CPP
will evaluate each Submittal for its approach in enhancing employment
opportunities for eligible CPP participants. Any points received for the CPP
criterion are bonus points in addition to the total points for this RFP. The
maximum bonus points for this criterion is 5% of the total points for this RFP.
e Mentor Protégé Program (MPP)
During the evaluation process, DPW BEO – MPP will evaluate each Submittal
for its approach to mentoring and developing skills related to the services
identified in this RFP. Any points received for the MPP criterion are bonus
points in addition to the total points for this RFP. The maximum bonus points
for this criterion is 5% of the total technical points for this RFP.
f Domestic Workforce Utilization
Any points received for the Domestic Workforce Utilization criterion are bonus
points in addition to the total points for this RFP. The maximum bonus points
for this criterion is 3% of the total points for this RFP. To the extent permitted
by the laws and treaties of the United States, each proposal will be scored for
its commitment to use domestic workforce in the fulfillment of the agreement.
Maximum consideration will be given to those Offerors who will perform the
contracted direct labor exclusively within the geographical boundaries of the
United States or within the geographical boundaries of a country that is a party
to the World Trade Organization Government Procurement Agreement. Those
who propose to perform a portion of the direct labor outside of the United
States and not within the geographical boundaries of a party to the World Trade
Organization Government Procurement Agreement will receive a
correspondingly smaller score for this criterion. Offerors who seek
consideration for this criterion must submit in hardcopy the signed Domestic
Workforce Utilization Certification Form in the same sealed envelope with the
Technical Submittal. The certification will be included as a contractual
obligation when the agreement is executed.
HealthChoices Physical Health Southwest RFP 11-10 45
Part IV
WORK STATEMENT
IV-1. Objectives.
This RFP has been issued to procure the services of MCOs to continue the operation of the
HealthChoices Physical Health program in the SW Zone.
IV-2. Nature and Scope
The HealthChoices Physical Health Program has been operating in the ten-county Southwest
Zone of Pennsylvania since January 1, 1999. The SW Zone includes the counties of
Allegheny, Armstrong, Beaver, Butler, Fayette, Greene, Indiana, Lawrence, Washington and
Westmoreland. Presently the Department has Agreements with three MCOs to provide
Physical Health services for MA recipients: Gateway Health Plan, Unison Health Plan of
Pennsylvania, Inc., and UPMC for You. There are approximately 299,000 recipients enrolled
in the HealthChoices Southwest Zone. The table below displays enrollment numbers by MCO
and county as of September 1, 2010.
Gateway Health Plan
Unison Health Plan
UPMC for You
Total
Enrollment
Allegheny 59,151 Allegheny 22,066 Allegheny 61,602 142,819
Armstrong 5,026 Armstrong 465 Armstrong 3,322 8,813
Beaver 12,328 Beaver 1,949 Beaver 6,818 21,095
Butler 6,687 Butler 1,499 Butler 5,800 13,986
Fayette 4,274 Fayette 11,787 Fayette 9,652 25,713
Greene 722 Greene 4,216 Greene 1,373 6,311
Indiana 2,583 Indiana 2,154 Indiana 4,334 9,071
Lawrence 7,561 Lawrence 1,602 Lawrence 3,828 12,991
Washington 5,456 Washington 5,645 Washington 10,439 21,540
Westmoreland 12,423 Westmoreland 8,394 Westmoreland 15,942 36,759
TOTAL 116,211 59,777 123,110 299,098
IV-3. Requirements
a. A full description of the requirements for the provision of Physical Health
services for the HealthChoices Program in the SW Zone is set forth in the draft
Agreement (Appendix A). The provisions of this RFP and its Appendices will
become a part of the HealthChoices SW Zone operational Agreement.
HealthChoices Physical Health Southwest RFP 11-10 46
b. Emergency Preparedness
To support continuity of operations during an emergency, including a
pandemic, the Commonwealth needs a strategy for maintaining operations for
an extended period of time. One part of this strategy is to ensure that essential
contracts that provide critical business services to the Commonwealth have
planned for such an emergency and put contingencies in place to provide
needed goods and services.
i. Describe how you anticipate such a crisis will impact your operations.
ii. Describe your emergency response continuity of operations plan. Please attach
a copy of your plan, or at a minimum, summarize how your plan addresses the
following aspects of pandemic preparedness:
employee training (describe your organization’s training plan, and how
frequently your plan will be shared with employees)
identified essential business functions and key employees (within your
organization) necessary to carry them out
contingency plans for:
o How your organization will handle staffing issues when a
portion of key employees are incapacitated due to illness.
o How employees in your organization will carry out the essential
functions if contagion control measures prevent them from
coming to the primary workplace.
how your organization will communicate with staff and suppliers when
primary communications systems are overloaded or otherwise fail,
including key contacts, chain of communications (including suppliers),
etc.
how and when your emergency plan will be tested, and if the plan will be
tested by a third-party.
IV-4. Contract Requirements—Disadvantaged Business Participation and Enterprise
Zone Small Business Participation. All contracts containing Disadvantaged Business
participation and/or Enterprise Zone Small Business participation must also include a
provision requiring the selected contractor to meet and maintain those commitments made to
Disadvantaged Businesses and/or Enterprise Zone Small Businesses at the time of proposal
submittal or contract negotiation, unless a change in the commitment is approved by the
BMWBO. All contracts containing Disadvantaged Business participation and/or Enterprise
Zone Small Business participation must include a provision requiring Small Disadvantaged
Business subcontractors, Enterprise Zone Small Business subcontractors and Small
Disadvantaged Businesses or Enterprise Zone Small Businesses in a joint venture to perform
at least 50% of the subcontract or Small Disadvantaged Business/Enterprise Zone Small
Business participation portion of the joint venture.
The selected contractor’s commitments to Disadvantaged Businesses and/or Enterprise Zone
Small Businesses made at the time of proposal submittal or contract negotiation shall be
maintained throughout the term of the contract. Any proposed change must be submitted to
HealthChoices Physical Health Southwest RFP 11-10 47
BMWBO, which will make a recommendation to the Contracting Officer regarding a course
of action.
If a contract is assigned to another contractor, the new contractor must maintain the
Disadvantaged Business participation and/or Enterprise Zone Small Business participation of
the original contract.
The selected contractor shall complete the Prime Contractor’s Quarterly Utilization Report (or
similar type document containing the same information) and submit it to the contracting
officer of the Issuing Office and BMWBO within 10 workdays at the end of each quarter the
contract is in force. This information will be used to determine the actual dollar amount paid
to Small Disadvantaged Business and/or Enterprise Zone Small Business subcontractors and
suppliers, and Small Disadvantaged Business and/or Enterprise Zone Small Business
participants involved in joint ventures. Also, this information will serve as a record of
fulfillment of the commitment the selected contractor made and for which it received
Disadvantaged Business and Enterprise Zone Small Business points. If there was no activity
during the quarter then the form must be completed by stating ―No activity in this quarter.‖
If the selected contractor fails to meet its Disadvantaged Business commitment as provided in
its agreed upon work plan, the Department may assess liquidated damages as provided in the
contract.
NOTE: EQUAL EMPLOYMENT OPPORTUNITY AND CONTRACT COMPLIANCE
STATEMENTS REFERRING TO COMPANY EQUAL EMPLOYMENT OPPORTUNITY
POLICIES OR PAST CONTRACT COMPLIANCE PRACTICES DO NOT CONSTITUTE
PROOF OF DISADVANTAGED BUSINESSES STATUS OR ENTITLE AN OFFEROR TO
RECEIVE CREDIT FOR DISADVANTAGED BUSINESSES UTILIZATION.
IV-5. CPP Reporting Requirements. The approved hiring commitment will become a
contractual obligation included in the contract. Hiring commitments shall be maintained
throughout the term of the Agreement, including any renewal or extensions. In the event of a
renewal or extension of the original Agreement term and upon request of CPP, the selected
Contractor will submit an updated plan. Any proposed change must be submitted to the
Contractor Partnership Program, which will make a recommendation to the Contracting
Officer regarding course of action. Upon approval of the Department, this updated plan will
become part of the Agreement. If a contract is assigned to another contractor, the new
contractor must maintain the CPP recruiting and hiring plan of the original Agreement. Upon
request of CPP the Contractor will submit a revised plan. Upon approval, this plan will
become a part of the Agreement.
Upon award of the Agreement, the selected Offeror is required to complete and submit the PA
1540 Quarterly Employment Report Form on a quarterly basis to document the number of
TANF cash assistance recipients hired for that quarter. The form must be completed in its’
entirety and forwarded to the Contractor Partnership Program, with a copy sent to the DPW
Contract Monitor, by the fifteenth day of the following month after the quarter ends. If the 15th
falls on a weekend or state holiday the report is due the next business day. The quarters are
based on the Department of Public Welfare’s fiscal year and are as follows:
HealthChoices Physical Health Southwest RFP 11-10 48
Quarters Begin Date End Date Reports Due
1 – First July 1 September 30 October 15
2 – Second October 1 December 31 January 15
3 – Third January 1 March 31 April 15
4 – Fourth April 1 June 30 July 15
The selected Offeror, regardless of its contract Effective Date, must submit the PA 1540 based
on the schedule above. If an Agreement begins in the middle of a quarter the information
reported will be based on activity that occurred from the contract Effective Date through the
end of the quarter. If no activity occurred the form must be completed by stating ―No Activity
in this Quarter with the Contractor’s comments. This report must be signed by the entity that
holds the Agreement with the Department of Public Welfare; it may not be signed by a
subcontractor.
The information submitted on this report will be audited for its accuracy and the findings will
be utilized to determine if the selected Offeror is meeting its hiring requirements.
Verification
The Contractor Partnership Program will review the PA 1540 Form for accuracy and
completeness. In addition, the individuals reported on the 1540 Form as TANF cash
assistance recipients will be verified through the Department’s Client Information System
(CIS). The Department will take a statistical sample of all public assistance hires reported to
determine if the selected Offeror will receive credit. The results of the sample will determine
if additional verification measures are needed. If the selected Offeror is found to report
inaccurate information on a consistent basis, it will be reported to the Contracting Officer for
appropriate action.
*Please note that the PA 1540 Form will be mailed to the Contractor after their contract
is executed.
IV-6. Mentor Protégé Program (MPP) Reporting Requirements. The approved Plan
commitment will become a contractual obligation included in the Agreement. Mentor Protégé
Plan commitment shall be maintained throughout the term of the Agreement, including any
renewals or extension of the original Agreement term and upon request of DPW BEO – MPP,
the selected Contractor will submit an updated plan. Any proposal change must be submitted
to the Department of Public Welfare, Bureau of Equal Opportunity, Mentor Protégé Program,
which will make a recommendation to the Contracting Officer regarding course of action.
Upon approval of the Department, this updated plan will become part of the Agreement. If an
Agreement is assigned to another contractor, the new contractor must maintain the Mentor
Protégé Plan commitment. Upon request of DPW BEO – MPP the Contractor will submit a
revised plan. Upon approval this plan will become part of the Agreement.
Upon award of the Agreement the selected Offeror is required to provide a copy of the signed
agreement between the Mentor and the Protégé. The Offeror is required to provide a written
narrative to DPW BEO – MPP on a quarterly basis with an update of the Mentor Protégé
Program Plan with a copy sent to the DPW Contract Monitor, by the fifteenth day of the
following month after the quarter ends. If the 15th
falls on a weekend or state holiday, the
HealthChoices Physical Health Southwest RFP 11-10 49
report is due the next business day. The quarters are based on the Department of Public
Welfare’s fiscal year and are as follows:
Quarters Begin Date End Date Reports Due
1 – First July 1 September 30 October 15
2 – Second October 1 December 31 January 15
3 – Third January 1 March 31 April 15
4 – Fourth April 1 June 30 July 15
The selected Offeror, regardless of its contract Effective Date, must submit the written
narrative based on the schedule above. If an Agreement begins in the middle of a quarter the
information reported will be based on activity that occurred from the Agreement Effective
Date through the end of the quarter. If no activity occurred, the written narrative must provide
an explanation. This written narrative must be signed by the entity that holds the Agreement
with the Department of Public Welfare; it MAY NOT be signed by the Protégé.
The information submitted on this report will be audited for its accuracy and the findings will
be utilized to determine if the selected Offeror is meeting its Mentor Protégé Program Plan.
Verification
The Department of Public Welfare, Bureau of Equal Opportunity – Mentor Protégé Plan will
review the written narrative to ensure it is consistent with the Mentor Protégé Program Plan.
In addition, DPW BEO – MPP may contact the Protégé to ensure compliance with Mentor
Protégé Program Plan. The results will determine if additional verification measures are
needed. If the selected Offeror is found to report inaccurate information on a consistent basis,
it will be reported to the Contracting Officer for appropriate action.
Technical Amendments for RFP #11-10
Underlined Text is new, strickthrough text has been deleted
Reference Correction
1. Part II Proposal Requirements Correction to Bullet “a.” Technical Submittal, which should be a
response to RFP Part II, Sections II-1 through II-8 II-7 and
Domestic Workforce Utilization Certification Submittal II-9;
2. Part III-4a. Criteria for Selection
Criteria for Selection, Technical: Should read as follows,
The Issuing Office has established the weight for the Technical
Criterion for this RFP as 80% of the total points. Evaluation will
be based upon the following in order of importance:
Priority Rank 1 Prior Experience
Priority Rank 2 Work Statement Questionnaire
Priority Rank 3 Financial Condition
Priority Rank 4 Personnel Qualifications
Priority Rank 5 Statement of the Problem
3. Appendix B See amended Appendix B (Databook) attached
4. Appendix D See amended Appendix D (Proposal Cover Sheet) attached.
5. Appendix H See amended Appendix H (Corporate Reference Questionnaire)
attached.
APPENDIX D
PROPOSAL COVER SHEET
COMMONWEALTH OF PENNSYLVANIA
Department of Public Welfare
Bureau of Financial Operations
Division of Procurement
Room 525 Health and Welfare Building
625 Forster Street
Harrisburg, PA 17120
RFP# 11-10
Enclosed in four separately sealed submittals is the proposal of the Offeror
identified below for the above-referenced RFP:
Offeror Information:
Offeror Name
Offeror Mailing Address
Offeror Website
Offeror Contact Person
Contact Person’s Phone Number
Contact Person’s Facsimile Number
Contact Person’s E-Mail Address
Offeror Federal ID Number
Submittals Enclosed and Separately Sealed:
Technical Submittal
Disadvantaged Business Submittal
Contractor Partnership Program Submittal
Mentor Protégé Program
Signature
Signature of an official
authorized to bind the Offeror
to the provisions contained in
the Offeror’s proposal:
Printed Name
Title
FAILURE TO COMPLETE, SIGN AND RETURN THIS FORM WITH THE
OFFEROR’S PROPOSAL MAY RESULT IN THE REJECTION OF THE
OFFEROR’S PROPOSAL
APPENDIX H
CORPORATE REFERENCE QUESTIONNAIRE
Proposer Information Reference Information
Proposer____________________ Corporation/Company _________________
Address ____________________ Contact Person ________________________
_____________________________ Telephone Number _____________________
_____________________________
Telephone Number ______________________
Q1. What function does/did the contractor perform for you?
Q2. What is/was the dollar amount of your contract?
Q3. What is/was the time period in which services were provided?
Ratings: Summarize contractor’s performance and circle in the column on the right the number that
corresponds to the performance rating for each rating category. Please use the following rating scale.
0–Unsatisfactory 1-Poor 2–Fair 3–Good 4–Excellent 5–Demonstrated Exceptional Performance
Q4. Rate the contractor’s overall performance. Comments: Rating:
0
1
2
3
4
5
Q5. How would you assess the contractor’s key
personnel?
Comments: Rating:
0
1
(How long did key personnel work on the contract
– did they effectively manage the contract – were
they responsive to technical direction?)
2
3
4
5
Q6. Please rate and comment on the contractor’s
ability to work with your in-house staff.
Comments: Rating:
0
1
2
3
4
5
Q7. Please rate and comment on the contractor’s
technical skills and knowledge in providing
managed care or healthcare services.
Comments: Rating:
0
1
2
3
4
5
Q8. Please rate and comment on the contractor’s
reasonableness in resolving conflicts or problems.
Comments: Rating:
0
1
2
3
4
5
Q9. Please rate and comment on the contractor’s
commitment to customer satisfaction.
Comments: Rating:
0
1
2
3
4
5
Q10. How cooperative was the contractor during
contract negotiations? Please explain your rating.
a. Highly cooperative
b. Moderately cooperative
c. Slightly cooperative
d. Slightly uncooperative
e. Moderately uncooperative
f. Highly uncooperative
g. No opinion
Explanation:
Q11. Would you hire the contractor again for
another project? Please explain your rating.
a. Yes
b. No
Explanation:
Q12. What do you view as the contractor’s
greatest strength?
Comments:
Q13. What do you view as the contractor’s
greatest weakness?
Comments:
Q14. Is there anything you would like to add
concerning the contractor?
Comments:
PRINT NAME: _______________________________
SIGNATURE: ________________________________
TITLE: ______________________________________
DATE: _____________________________________
HealthChoices Physical Health Services for
the Southwest Zone RFP #11-10
Preproposal Conference
11/23/10
Preproposal Conference Purpose
To furnish you with some
of the background leading
to the issuance of this
Request for Proposals;
To emphasize those
requirements of the RFP
we consider especially
important;
To answer your questions
concerning the RFP.
To point out some areas
Offerors have had
problems with in the past;
and
Background
HealthChoices Southwest Zone
SOUTHWEST ZONE ENROLLMENT
Lawrence12,991
Beaver21,095
Washington21,540
Greene6,311
Butler13,986
Allegheny142,819
Fayette25,713
Westmoreland36,759
Armstrong8,813
Indiana9,071
Southwest Zone Growth2008-2010
250,000
275,000
300,000
2008 2009 2010
RFP CRITICAL POINTS
RFP PROBLEM AREAS
MAJOR MILESTONES
Activity Date
1. RFP Released 10/29/10
2. Preproposal Conference 11/23/10
3. Proposals Due 1/14/11
4. Selection of MCOs for Readiness Review March 2011
5. Readiness Review Begins April 2011
6. Department’s Outreach/Mailings to
Medical Assistance recipients
November-
December
2011
7. Proposed Agreement Effective Date 1/1/12
OPERATIONAL INFORMATION
READINESS REVIEW
OPERATIONAL INFORMATION
NO LOCK-IN
• Consumer Choice
– Choice of MCOs
– Choice of providers within MCO
• Freedom To Initiate a Change in MCOs at Any Time
PA Enrollment Serviceshttp://enrollnow.net/PASelfService/home.html
OPERATIONAL INFORMATION
OPERATIONAL INFORMATION
Auto-assignment
OPERATIONAL ISSUES
STAFFING
QUESTIONS
BREAK
Information from today’s
Preproposal Conference
The information from the Preproposal Conference will be posted on the DGS Web site as an addendum to, and shall become part of RFP #10-11:
— Preproposal Conference Presentations — Answers to questions — Technical amendments — Copy of attendance list
Responses to Questions
Conclusion of the Preproposal Conference
Contractor
Partnership Program
PA DEPARTMENT OF PUBLIC WELFARE
1
What is the Contractor Partnership
Program?
The Contractor Partnership Program (CPP) was created by
Pennsylvania’s Department of Public Welfare (DPW) to create
additional employment opportunities within the Commonwealth.
CPP is designed to leverage the economic resources of DPW to
create jobs for individuals currently receiving TANF cash
assistance by maximizing the recruitment, hiring and retention
of those individuals by Commonwealth contractors,
subcontractors and grantees.
2
Who’s required to participate in the
program?
All contractors, vendors, organizations, fiscal
agents, county governments etc. that receive
funding (25,000 or more) from the Department
of Public Welfare (DPW) or a DPW funded
initiative in the form of a contract, grant,
memorandum of understanding or other
contracting vehicle
3
What are the Pre Selection responsibilities
of the Contractors?
Fully answer all questions outlined in the
Contractor Partnership Submittal section of the
this RFP and any applicable BAFO memos
While developing hiring numbers and plans to
be submitted for scoring and approval; look both
company and subcontractor wide for the full
duration of the contract, when evaluating
openings and/or potential openings to be filled. Percentages and ranges are not acceptable
It should be noted that…
In recognition of the difficulties contractors may face in hiring TANF
recipients due to the specific scope of services of some RFPs; CPP
will credit contractors for TANF public assistance hires that are
specific to this RFP, any TANF public assistance hires made in their
respective organization not specific to this RFP, as well as any (non
duplicated) TANF public assistance hires subcontractors make and
maintain on behalf of contractors during the life of this contract.
While DB/MWBs can volunteer to assist contractors in meeting
CPP requirements, Contractors can not require DB/MWBs to hire
qualified TANF recipients as a stipulation to partnership on any
contract that derives from this RFP.
4
5
Where are these people located?
Contractors can partner with the local service delivery
providers in their area; the Workforce Investment Agency
(WIA) or Community Action Agency Program (CAAP)
(Note: Contact CPP to locate an agency within your area)
Contractors can also work with faith based organizations,
host targeted job fairs, post advertisements in newspapers
or the internet
Contractors can post job orders that match “CPP Eligible”
TANF recipients via the Commonwealth Workforce
Development System (CWDS)
6
How do contractors identify that candidates are
qualified?
PA contracts with public and private businesses to provide job skills
recipients of TANF
These Employment and Training sites are located in every county in PA
Sites train on all things job related ranging from GED, ESL, soft skills,
computer skills through in demand trade certifications and associate
degrees
Sites assist TANF recipients with multiple services including but not
limited to; transportation, tools, uniforms and childcare
Sites are monitored by DPW for performance in training curriculum ,
participation, job placement and job retention of placements
Sites have designated CPP contacts to facilitate assisting contractors to
make qualified hires and to meet your CPP requirements
7
Educational Data Systems Incorporated
Keystone Mercy
Ameri Choice
Logisticare
University of Pittsburgh Medical Center
Health Partners
Deloitte
Community Behavioral Health
Multiple County Commissions statewide
What organizations have hired individuals
through the Contractor Partnership Program?
8
What type of positions are typically filled by
CPP applicants?
Outpatient Case
Manager
Customer/Member
Service Representative
Data Entry Clerk
Help Desk Operator
Administrative Assistant
Certified Nursing
Assistants
Receptionist
Janitorial
Call Center Operator
Care Manager
Security
Outreach Coordinator
Home Health Aides
9
What are the reporting requirements for
CPP?
Within 10 days of receiving the notice to proceed, Contractors must register in the Commonwealth Workforce Development System (CWDS). In order to register the selected contractor must provide business, location and contact details by creating an Employer Business Folder for review and approval, within CWDS at HTTPS://WWW.CWDS.State.PA.US.
Contractors are required to complete and submit the PA 1540 Quarterly Employment Report Form on a quarterly basis to document the number of TANF cash assistance recipients hired for that quarter.
The form must be completed in its’ entirety and forwarded to the Contractor Partnership Program by the fifteenth day of the following month after the quarter ends. If the 15th falls on a weekend or state holiday the report is due the next business day.
A copy must also be sent to the DPW Project Officer
10
What are the reporting requirements for
CPP? Cont.
All Contractors, regardless of their contract start date, must submit the PA 1540 based on the calendar quarter. If a contract begins in the middle of a quarter the information reported will be based on activity that occurred from the contract start date through the end of the quarter.
If no activity occurred the form must be completed by stating “No Activity in this Quarter with the Contractor’s comments. This report must be signed by the entity that holds the contract with the DPW; it may not be signed by a subcontractor.
(This form will be available to be completed via CWDS in spring 2011.)
The information submitted on this report will be audited for its’ accuracy and the findings will be utilized to determine if the Contractor is meeting its’ hiring requirements as noted in the contract.
11
What are the benefits for hiring via CPP?
Contractor can utilize PA’s vast Employment & Training Network to assist in training, hiring and retention at no cost
Contractors may be eligible for tax credits for hiring individuals receiving cash assistance
It depends on the specific profile of the individual candidate
Information on tax credits can be found at: http://www.dli.state.pa.us (Search for Work Opportunity Tax Credit) or call 1-800-345-2555
12
For Additional Questions and Information
PA Department of Public Welfare
Office of Income Maintenance – BETP
Contractor Partnership Program
Health & Welfare Building
7th & Forster Streets, 2nd Floor West
Harrisburg, PA 17105
Phone: 1-866-840-7214
Email: [email protected]
Mentor Protégé Program Submittal
The purpose of the Mentor-Protégé relationship is to enhance the capabilities of the Protégés; and to improve their ability to successfully compete for Commonwealth contracts.
Maximize DPW resources through collaborative partnerships with our contractors
Introduce capacity building support to sustain the growth of small, disadvantaged and minority and women owned enterprises
2
Stimulate the economy through small business job creation
Stimulate the transformation of a small business firm with high potential to a firm of greater capacity, i.e. one able to perform well as a prime contractor/partner and/or a subcontractor.
Generate added value in the contracting process to further support the citizens of the Commonwealth
Who is Qualified to Participate?
Mentors
• Possess favorable financial health and character
• Possess a track record of positive working
relationships with DBs which includes honoring
financial commitments to DBs , reporting
requirements and compliance with other applicable
contract conditions;
• Does not appear on the list of debarred or suspended
contractors;
• Can add value to a Protégé from lessons learned,
practical experience and professional expertise
Protégés -
• Be identified as a DB on the instant contract
• Certified as M/WBE by PA Department of General
Services
• Possess good standing as a M/WBE
• Does not appear on the list of debarred or
suspended contractors
Adopt the Mentor Protégé Program to provide a competitive advantage in your response
Appoint a staff person who will drive this initiative
internally
Mentor and protégé firms enter into a written
agreement that details the protégé’s needs and
the assistance the mentor has committed to provide.
Follow the MPP checklist outlined in the RFP
Offerors should consider development of their selected
DBs/BMWBO certified MBEs and WBEs in the following
areas:◦ Management Expertise & Product / Service Specialization
◦ Financial Management & Business Viability
◦ Capacity-Building Measures / New Emerging Markets & Sales
◦ Product / Service Technical Innovations
◦ Expanded Expertise and Service Capacity
◦ Professional Development & Training
◦ Strategic Business Practices to Sustain Growth
DPW’s Mentor-Protégé Program is designed to be a vehicle for the Protégé to become a valued business partner - an innovator within a relationship that fosters technical progress.
At a minimum, a Mentor Protégé Program Plan should
include the following information:
Name, title, phone number and email address of the
assigned staff person responsible for managing the
Mentor Protégé Program.
Name, contact person, phone number, email address
and commodity or service of selected protégé(s) that will
participate in this program.
Identification of subcontracting opportunities selected for
business mentorship related to this RFP.
Anticipated subcontracting amount for each DB/MWBE
selected.
Detailed outline of mentoring services that will be
provided to further develop the identified protégé
including a timeline and criteria for successful
completion of the mentorship program.
The Mentor and Protégé firms must have a plan that
results in promoting meaningful and sustainable gains to
the Protégé.
Written statement of agreement to provide DPW with
reports and updated information concerning the Mentor
Protégé Program on a quarterly basis.
Merry-Grace Majors
Bureau of Equal Opportunity
Mentor Protégé Program
Department of Public Welfare
E-mail: [email protected]
Questions and Responses
SW RFP#11-10
N
o.
RFP or
Agreement
Section
Question
Response
1. Appendix A,
Exhibit Z(2) &
Z(3)
Will new plans be provided preferential
auto-assignments as you did for Lehigh
Northeast to enable them to reach a
minimum enrollment threshold?
Beginning with the effective date of the Agreement, the
Department will distribute 100 percent of auto-assignees
equally among PH-MCOs new to the HealthChoices
Program in the SW Zone
This 100 percent enhanced auto-assignment will continue
for a period of three (3) months, or until each of the new
PH-MCOs reaches an auto-assignment threshold to be
determined whichever occurs first.
If after the 3-month enhanced auto-assignment period each
of the new PH-MCOs has NOT received the threshold
number of auto-assignees, the Department will distribute
ninety (90) percent of auto-assignees equally among New
PH-MCOs until each new PH-MCO has received an auto-
assignment threshold. The Department will distribute the
remaining ten (10) percent of auto-assignees among MCOs
that have operated in the SW Zone prior to this
HealthChoices Agreement period via quality-based auto-
assignment
2. General–
HealthChoices
Goals
The draft RFP included goals and
objectives in sections I-5 and IV that
were deleted from the final RFP. Could
the State describe its current
goals/objectives?
To improve access to health care services for Medical
Assistance recipients;
To improve the quality of health care available to
Medical Assistance recipients; and
To maximize opportunities to provide cost-effective
health care
N
o.
RFP or
Agreement
Section
Question
Response
3. General -pdf Several of the Appendixes are required
as part of the proposal submission, such
as Appendix K. They are provided as
pdf. Is it possible to receive these files as
Word or Excel files for completion and
submission?
Yes, Appendix K will be posted on the DGS Website as a
Microsoft Word file.
4. I-4 Please clarify what is meant by ―the
anticipated composition of the MCO
market will heavily influence this
decision‖ on how many MCOs to
negotiate with.
Primarily the size of the MA membership and their
geographic locations within the zone. We are reviewing
historic zone enrollment numbers, combined with
projections for future enrollments, to determine the
coverage patterns for the zone.
5. I-5 Does the Commonwealth anticipate
providing future rate increases to the
health plans operating in Southwest
Pennsylvania?
The Department is required by its HealthChoices Federal
Waiver to offer rates that fall within Actuarial sound ranges.
As the real costs of healthcare and MCO experience are
reviewed, HealthChoices rates are adjusted accordingly.
6. I-5 Does the Department plan to continue to
risk-adjust capitation rates using CDPS?
Yes
7. I-8 Will the Department post a list of
attendees at the Preproposal Conference
on the DGS website?
Yes
8. II For security, is it permissible to encrypt
the CDs containing the complete and
exact copies of the entire proposal?
(Encryption of CDs is standard security
procedure.)
No
9. II The draft RFP specified 12-point font
size for proposal responses. Is this still
the requirement?
Are there specific font/point
size/margins to be used in RFP
responses?
There is no specific font/point size/margins required. 12
point font is preferred. The proposals must be in a font that
can be easily read by the average individual.
N
o.
RFP or
Agreement
Section
Question
Response
10. II
Also, please clarify that the Technical
Submittal should not include II-8. On
page 20, the Technical Submittal
description (bullet a) suggests that II-8 is
included.
Part II (page 20 of the RFP) lists the
submission types. Section II-8 is listed
twice, under item II.a. as part of the
Technical Submittal and also under item
II.b. that specifies the Disadvantaged
Business Submittal as a separately
sealed submittal. Please confirm that the
Technical Submittal is Part II, Sections
II-1 through II-7 and Section II-9.
This is a typographical error. Bullet ―a.‖ should read
―Technical Submittal, which shall be a response to RFP,
Part II, Sections II-1 through II-7 and Domestic Workforce
Utilization Certification Submittal II-9‖.
II-8 should NOT be included.
11. II-3.b.i Could the State please provide future
clarification regarding a request for the
plan’s ―Qualifications and experience as
a Fiscal Intermediary for MA or other
third party billing systems‖? How does
this apply to the MCO requirements for
this RFP?
Some of the work performed by fiscal intermediaries is
similar to work performed by HealthChoices MCOs; thus,
the Department is requesting related qualifications as an
indication of the Offerors' skills and qualifications to serve
as a HealthChoices MCO
12. II-3.c Please delete the last paragraph on
Disadvantaged Business experienced,
which seems to duplicate the
requirement of II-3.b.iv.
For Part II, Section II-3, experience in
relation to Disadvantaged Business is
asked for twice – in b.iv. under
Corporate Experience and at the end of
Section II-3. Which paragraph is
correct?
No, this is not a duplicate requirement. Section II-3 relates
to the Prior Experience of the Offeror with the exception of
II-3.b.iv. which relates to the DB program
N
o.
RFP or
Agreement
Section
Question
Response
13. II-4.a The RFP states on page 23 that
executive management positions are
described in V.M of the draft
Agreement. The list in V.M and the list
on page 23 are not the same. Please
clarify which titles should be used in the
proposal response – the position titles on
page 23 or the position titles in Section
V.M of the draft Agreement?
The position titles on page 23 of the RFP should be used in
the proposal response.
14. II.4.a To maximize costs dedicated to medical
services and to allow a new plan to grow
to sufficient size for cost-effectiveness,
can a health plan have the same person
who meets the required qualifications,
have responsibility for more than one
executive position until the plan’s
membership warrants additional
positions.
Generally not. However, this issue can be investigated by
the Readiness team responsible for the selected offeror to
determine if an accommodation of this nature is reasonable.
Final staffing plans will be addressed during the Readiness
Review Period.
15. II-4.c The RFP requires a ―current or proposed
organizational chart.‖ Please clarify the
level of detail to be provided in this
chart. Specifically, should it only include
executive management and key
administrative positions?
The proposed or current organizational chart should include
executive management and all other administrative and line
positions that would be required to operationalize the full
proposal. As the RFP instructs on page 24, ―… must submit
a …proposed organizational chart so that a determination
can be made as to whether the overall organizational
structure reflects usual and customary business practices
consistent with other managed care programs operating in
the Commonwealth..
16. II-5 Does the page limit for the response to
each question include the required
restating of the question?
No
N
o.
RFP or
Agreement
Section
Question
Response
17. II-5 The terms care management, case
management and care coordination are
used the in the RFP and only case
management is defined in the agreement.
Could the State please provide
definitions or clarifications for the
meaning of care management and care
coordination.
Care management is a process that incorporates case
management and care coordination. Care management,
which involves coordination of care throughout the health
care continuum, provides a whole person approach that
incorporates physical health, behavioral health and life
issues, in attempt to provide education and remove
barriers to enhance the quality of life. Within care
management is the coordination of care, which may include
but is not limited to such things as: arranging transportation,
assisting with scheduling of medical appointments,
assessing medication compliance, providing education
about medications, determining if individual has medical
equipment that is necessary to complete ADL’s and
providing information on resources that may be available in
the community. Care management is dependent on the
individual and their unique lifestyle circumstances. Because
of this, care management is defined by the needs of the
individual.
18. II-5 It states all page limits apply to response
text only and not to any additional
specifically requested documents. May
specific results beyond the specifically
requested HEDIS results or evidence of
success be included as an attachment
when necessary to support outcomes or
success statements? Can offerors provide
sample documents that help illustrate a
response such as member materials, risk
stratification documents, etc?
Yes
N
o.
RFP or
Agreement
Section
Question
Response
19. II-5, #11 Please provide additional information
and a definition of the ―navigators‖
added to chronic care teams.
The term ―Navigator‖ is used in a number of different ways
in health care. They can be individuals employed by the
plan or a provider in the network and they typically work to
ensure coordination of care for members with complex
needs. The interventions are usually face-to-face and
include assistance with navigating complex needs due to
multiple chronic medical or behavioral health conditions. In
addition, they can help identify linkages around social
issues such as handicapped accessible housing, employment
or community support groups. Navigators have a working
knowledge of both healthcare and community resources. In
some models, the Navigators are para-professional staff and
also may perform functions such as interpreting for non-
English speaking patients or peer support for patients and
families. In other cases, they may be licensed professionals
such as CRNPs, RNs, psychologists, or social workers. The
professional level Navigators do some limited clinical
intervention when required as well as helping to develop
comprehensive treatment plans and consulting with other
practitioners in the healthcare systems such as primary care
providers or specialists. Navigators also may work on-site
at inpatient facilities or emergency departments to assist
members’ transition appropriately and effectively to
community based care.
20. II-5, #25 The Offeror is asked to provide two
examples of performance improvement
project including supporting data. Can
the examples and supporting data be
provided as attaching?
Yes
N
o.
RFP or
Agreement
Section
Question
Response
21. II-5, #27 What aid categories are included in the
children in transition to adult care?
Please confirm that for Page 28,
Question 27, the end of the question
should read ―…that may provide less
service coverage?‖ instead of ―…that
may provider less service coverage?‖
In the majority of situations, the consumers are in categories
of assistance J (SSI) &/or PH 95 (Categorically Needy
Child w/Special Needs) These categories are not all
inclusive, but merely examples. The MCOs are responsible
to assist in the transition for any member that requires it
regardless of category of assistance.
Yes.
22. II--5 Please provide more information on the
Department's expectations for MCOs’
use of the CMS Drug Product Data File.
Current information on the
HealthChoices website indicates that ―it
is supplied for your reference and can be
used as an aid in making business
decisions.‖ Are MCOs to describe how
they will comply with the reporting
requirements for the Federal Drug
Rebate Program, or is the second part of
the question only related to the CMS
Drug Product Data File in relation to
rebate requirements?
The Department provides its managed care contractors with
the CMS Drug Product Data File in order to ensure that
MCOs:
1. Comply with the reporting requirements for the
Federal Drug Rebate Program
2. Provide MCO enrollees access to non-formulary
drugs that are covered under the MA Program when
medically necessary
3. Ensure that drugs covered by the MCO on its
formulary are covered under the MA Program and
have valid NDCs
The MCO should describe how it will use the CMS Drug
Product Data File to comply with those requirements.
23. II-5, #60 Please provide additional clarification on
what the State means by ―shift nursing
services‖. This is not defined in the
glossary of the draft agreement.
The Department is referring to home-based skilled nursing
and home health aid services in this item. ―Shift Nursing‖
is commonly used in the HealthChoices Program—denoting
that these services are often based on timed shifts of
services provided within the 24hour daily period.
N
o.
RFP or
Agreement
Section
Question
Response
24. II-5, #63 Does the State have any regulations or
requirements for providers to accept the
Medicaid fee schedules even if they
choose to not become a plan provider?
DPW does not make requirements in non-emergent
situations. MA MCOs generally negotiate rates for required
services with non-par providers. MA-Fee for Service can be
the base rate for negotiations of payment. In emergency
situations, consistent with the provisions of 42 U.S.C.
1396u-2(b)(2)(D), the MA-MCO must limit the amount to
be paid to Non-participating Providers of Emergency
Services to no more than the amount that would have been
paid for such services under the Department’s Fee-for-
Service Program. [See HealthChoices Agreement/Section
V./A.#9 ]
25. II-6.b.ii In the case the respondent unaudited
annual 2010 financial statements
referenced by this section of the RFP
will not be available for distribution on
January 14th
2011 due to SEC
regulations, would the state accept
submission of the prior quarter’s
(September 30, 2010) unaudited
financial statements for the appropriate
entities as a substitute?
Yes
26. II-8 Will the State consider ―start-up costs‖
that are allocated to a Disadvantaged
Business part of the response for Year 1?
These start-up costs would occur in 2011
in preparation for the contract start date
of 01/01/12.
Yes, BMWBO will allow credit for startup costs, but please
note: that Prime Contractors are responsible for all costs
incurred to the DB subcontractors if for some reason the
contract is canceled or not awarded.
N
o.
RFP or
Agreement
Section
Question
Response
27. II-8 Please clarify what form of documentary
proof that will be deemed acceptable to
support the self-certification of small
disadvantaged businesses which assert
that they meet the U.S. Small Business
Administration criteria for designation.
The RFP requires that businesses, which assert that they
meet the U.S. Small Business Administration criteria for
designation as a small disadvantaged business, must
submit:
a) Self-certification that the business meets the Small
Business Administration criteria
b) Documentary proof to support the self-certification
c) Proof of United States citizenship
d) Any relevant small disadvantaged business
certifications by other certifying entities
e) Attestation that the business has no more than 100 full-
time or full-time equivalent employees
f) Proof that their gross annual revenues are less than
$20,000,000 ($25,000,000 for those businesses in the
information technology sales or service business). A Tax
Return.
N
o.
RFP or
Agreement
Section
Question
Response
28. II-8 Please specify if the type of relevant
small disadvantaged business
certifications by other certifying entities
is evaluated and accepted at the state or
national level. (e.g.- National Minority
Supplier Development Council, Inc.
(NMSDC), Women's Business
Enterprise National Council (WBENC),
National Association of Women's
Business Owners (NAWBO), etc.)
No, the small disadvantaged business certifications by
other certifying entities listed are not evaluated or accepted
for the DB program, but for companies that are currently
certified with the PA Unified Certification Program (PA
UCP), the National Minority Supplier Development
Council (NMSDC), or the Women's Business Enterprise
National Council (WBENC) and are a PA based company
we have an abbreviated certification application when
applying for certification as a Minority or Women Business
Enterprise.
29. III-4 It appears the RFP intended to include
text after the sentence ―Evaluation will
be based upon the following in order of
priority:‖ Could the State provide the
missing text.
What are ―the following in order of
importance‖ evaluation criteria? They
are not provided like they are with b.
Disadvantaged Business and c.
Enterprise Zone.
A Technical Amendment will be posted on the DGS
Website.
III-4 a. Criteria for Selection, Technical: Should read as
follows, ―The Issuing Office has established the weight
for the Technical Criterion for this RFP as 80% of the
total points. Evaluation will be based upon the
following in order of importance:
1. Prior Experience
2. Work Statement Questionnaire
3. Financial Condition
4. Personnel Qualifications
5. Statement of Problem
30. IV-3.b. Emergency Preparedness, when is the
bidder expected to address subsections i.
and ii.? As part of Technical Submittal
or at a later date?
As part of the Technical Submittal and as part of Readiness
Review.
N
o.
RFP or
Agreement
Section
Question
Response
31. IV-4 Please provide clarification in regards to
the reporting requirements on page #47
as they relate to Disadvantaged Business
Participation and Enterprise Zone Small
Business Participation. Will the Prime
Contractors Quarterly Utilization
Reports submission be based on the
calendar year (CY) or the fiscal year
(FY)?
It will be based on either a calendar year or fiscal year
depending when the contract is fully executed.
32. Appendix A Will the appendices listed be provided
before or after the proposal submission?
No. Appendices listed in the draft Agreement will be
provided to selected Offerors only.
33. Appendix A
Agreement
I.B.2
A website is referenced for information
on bulletins and information. Non-
incumbent plans are not able to access
this site. Can all potential bidders be
given access to the website or have the
materials provided in a bidder’s library.
The site is
http://healthchoices.dpw.state.pa.us/.
The Department circulated applications for bidder access at
the proposer’s conference. Applications must be completed
prior to entities being granted access to the websites. If you
did not receive an application, and still wish to gain access,
please contact the project officer for this RFP.
34. Appendix A
Agreement
V
Will the State be providing prior claims
data on new members?
The Department will provide six months of claims or
encounter data for new members--if that information is
available on file. This will include members that move from
MCO to MCO, or from one MA program to another.
N
o.
RFP or
Agreement
Section
Question
Response
35. Appendix
A
Agreement
V.A.16.a
The draft HealthChoices agreement states: The
PH-MCO must arrange for and provide services
to persons with AIDS or symptomatic HIV the
same as those provided under the Department’s
AIDS Waiver Program. Individuals enrolled in
the Department’s AIDS Waiver Program who
would not otherwise be eligible for MA, are
included in HealthChoices. The PH-MCO must
track these Members in accordance with federal
reporting requirements.
Please clarify the following:
Will the Department determine eligibility
for waiver services? If not, is the MCO
responsible for eligibility determination and
will the Department be providing additional
information on the eligibility determination
process?
Is there a waiting list for the AIDS Waiver
Program? If so, will the Department
maintain the waiting list and notify the
MCO when a slot is available for the
HealthChoices member?
If there is a waiting list, may the MCO offer
supplemental services or downward
substitution of services to persons who
would otherwise be enrolled into the waiver
in order to maintain them in the community
and avoid institutionalization?
Regarding the statement ―Individuals enrolled in
the Department’s AIDS Waiver Program who
would not otherwise be eligible for MA, are
included in HealthChoices‖. Is the Department
referring to the special income level for waiver
recipients or is there another meaning to this
statement?
The Commonwealth determines eligibility for all Waiver
programs. There is currently no ―waiting list‖ for the Aids Waiver Program
in Pennsylvania. PH-MCO can always offer benefits in excess of MA obligations
to better manage the care of various individuals.
Yes, Income levels are viewed differently for Aids Waiver
recipients.
N
o.
RFP or
Agreement
Section
Question
Response
36. Appendix A
Agreement
V.B.2.e.
The RFP states that if the member is
currently receiving a requested service
and the PH-MCO decides to deny the
prior auth request, written notice of the
denial must be mailed to the Member at
least 10 days prior to the effective date
of the denial for continued services.
Does this 10-day rule apply to both
inpatient and outpatient?
This primarily applies to outpatient services; there would be
limited instances where it would apply to inpatient services.
37. Appendix A
Agreement
V.F.3.a
Will new plans entering the State be able
to use billboards, radio spots and other
marketing activities to let potential
members know they are a new plan in
the area?
Exhibit X of the draft Agreement (Appendix A of the RFP)
contains the HealthChoices PH-MCO guidelines for
advertising, sponsorships and outreach.
38. Appendix A
Agreement
V.F.4
What are the current language
preference trends and the current
prevalent languages in the Southwest
region?
Contracted MCOs must place mandatory tag lines on all
required member information in the following languages
other than English:
a. Spanish
b. Vietnamese
c. Cambodian
d. Russian
e. Chinese: Cantonese & Mandarin
These are the most numerous alternatives spoken statewide.
Alternative language material in ANY language or viable
alternative (i.e. Braille or audio) must be provided by MA-
MCOs when necessary through member request or DPW
directive.
In addition to the 5 most prevalent statewide language
alternatives, the SW Zone also sees a number of Polish,
Laotian and Amharic speakers
N
o.
RFP or
Agreement
Section
Question
Response
39. Appendix A
Agreement
V.T.S
A website is referenced for information
on all the required reports. Non-
incumbent plans are not able to access
this site. Can all potential bidders be
given access to the website or have the
materials provided in a bidder’s library.
The site is
http://dpwintra.dpw.state.pa.us/healthcho
ices/custom/program/reprog/qmum/qmu
m.asp.
The Department circulated applications for access at the
preproposal conference. Applications must be completed
prior to entities being granted access to the websites. If you
did not receive an application, and still wish to gain access,
please contact the project officer for this RFP.
40. Appendix A,
Exhibit B(1)
P4P
Are the benchmarks for the twelve (12)
quality indicators specific to NCQA
HEDIS Medicaid Benchmarks, please
clarify.
Incremental Performance Improvements
- Will you be applying a "test for
statistical significance" related to
improvement in performance in addition
to incremental improvement calculation?
For the MCO Pay for Performance
Program, Benchmark Performance, if the
HEDIS rate is below the 50th percentile,
is the 25% offset only against the 1% of
the Maximum Program Payout?
Yes, quality indicators are compared to HEDIS Medicaid
benchmarks issued by NCQA.
No, incremental performance is based on percentage
point increase from previous year’s performance.
Yes, the 25% offset represents 25% of the maximum
potential payment for the measure within the Benchmark
component of the Program.
N
o.
RFP or
Agreement
Section
Question
Response
41. Appendix A,
Exhibit Z(2) &
Z(3)
Will there be consideration to new
MCO's for a committed # of auto-
assignments prior to the quality-based
methodology?
How will auto-assignments be
determined? Will quality-based auto-
assignment be suspended if new MCOs
enter the SW Zone?
Beginning with the effective date of the Agreement, the
Department will distribute 100 percent of auto-assignees
equally among PH-MCOs new to the HealthChoices
Program in the SW Zone
This 100 percent enhanced auto-assignment will continue
for a period of three (3) months, or until each of the new
PH-MCOs reaches an auto-assignment threshold to be
determined whichever occurs first.
If after the 3-month enhanced auto-assignment period each
of the new PH-MCOs has NOT received the threshold
number of auto-assignees, the Department will distribute
ninety (90) percent of auto-assignees equally among New
PH-MCOs until each new PH-MCO has received an auto-
assignment threshold. The Department will distribute the
remaining ten (10) percent of auto-assignees among MCOs
that have operated in the SW Zone prior to this
HealthChoices Agreement period via quality-based auto-
assignment
42. Appendix A
Exhibit DD(1)
Draft Exhibit DD(1) includes the
statement that at least one member of the
Second Level Grievance Committee will
be an MCO member; however, this has
not been the case for several years. This
statement conflicts with Exhibit
GG.C.2.c. that specifies that one
member of the Second Level Grievance
Committee be a non-employee. Please
clarify that the final version of Exhibit
DD(1) will be corrected and that Exhibit
GG is unchanged.
Yes—You are correct and the Agreement Amendments
have been revised in accordance with your inquiry.
N
o.
RFP or
Agreement
Section
Question
Response
43. Appendix B The current full-year 2011 rates are
based on 2008 data and are effective
from July 2010 to June 2011. It appears
that the next set of rates will be based on
2009 data and would presumably be
effective from July 2011 – June 2012.
The RFP has an effective date of January
1, 2012, how does the timing of the rates
match with the contract start date?
The initial rates would be for the Jan-June 2012 time period,
and therefore be based on CY 2009 data
44. Appendix B Can the State share the average rate
increase for the Southwest region for the
past 3 rate cycles (July 2008, 2009,
2010)? If this is not possible, could the
Commonwealth provide pricing trends
used for the three periods?
The average SW increase for each agreement period is
shown below:
10-11: 3.5%
09-10: 2.2%
08-09: 0.3%
07-08: 4.4%
06-07: 6.8%
45. Appendix B Will there be more information provided
in the future rate development than was
shared with the past rate development?
Only PMPM costs are shown.
Will the State share utilization
and unit cost information?
Several efficiency adjustments
were made to the current full-
year 2011 rates. Can the State
provide additional detail
describing how these adjustments
were calculated and the
magnitude of each adjustment?
Yes. A Technical Amendment will be posted to include all
of the data sheets in the data book.
46. Appendix B In the past, were the rate ranges Mercer
developed by Mercer provided to the
MCOs in the high or low range
developed?
DPW provides contracted MA MCOs with actuarially
sound rate ranges. The ranges, as developed, are not
characterized as ―low‖ or ―high‖ by DPW. During
negotiations, MA-MCOs can make the determination
whether the offered rates are within acceptable boundaries
of the range necessary to meet their business models.
N
o.
RFP or
Agreement
Section
Question
Response
47. Appendix B The unadjusted 2009 experience in the
RFP is for Alleghany county only. When
will the combined experience for the
other 9 counties be made available?
A Technical Amendment will be posted on the DGS
website.
Prior to posting of the technical amendment, the 2011-2012
data books can be accessed on the DPW website on the
following page:
http://www.dpw.state.pa.us/provider/healthcaremedicalassis
tance/managedcareinformation/index.htm
48. Appendix B It is stated that the ―Department will
provide an initial schedule of rates to
those Offerors preliminarily determined
to be qualified to provide services. Does
this mean we won’t get rate information
before we have to submit the RFP?
The Department has supplied significant rate information
with the RFP posting and Website. DPW does not plan to
release any further material prior to the offer submission
date.
49. Appendix B Can the State share the data used to set
the rate ranges for full-year 2012 in
Excel format?
No, the document will not be shared in Excel format.
50. Appendix B Can the State share the detailed
derivation of full-year 2012 rates from
the base data?
No
51. Appendix B Can the State provide more details on
the high cost risk pool (HCRP) such as:
Details regarding the methodology
used to re-price claims, as they are
high cost of these claims, most of
them will be a percent of billed
charges.
Will money from the pool be
distributed on a regular basis or at
the end of the policy period with a
sufficient run-out period?
What happens if the pool is under-
funded or over-funded by the end of
the policy period?
DPW reprices at the amount DPW’s FFS program would
pay. DPW plans to convert from DRGs to APR-DRGs
effective July 1, 2010.
Yes, the risk pool funding is distributed quarterly, based on
adjusted MCO experience from the previous 12 months.
Mercer prices the risk pools to cover 80% of costs in excess
to $80,000 per person per year. There is no subsequent
adjustment
N
o.
RFP or
Agreement
Section
Question
Response
52. Appendix B Can the State provide more information
on the CDPS methodology and how it is
impacted by the high cost risk pool?
Mercer has adjusted the CDPS weights to account for the
limits on risk attributable to the HCRPs. CDPS is
documented on the web site of the University of California
at San Diego.
53. Appendix B References are made to Exhibits C-1 –
C-3 and D-1 – D-3. However only C-1 is
included. Can the State provide the
missing exhibits?
Yes. A Technical Amendment will be posted to the DGS
Website
54. Appendix D Please revise Appendix D per the RFP
section II to state ―four separately sealed
submittals‖ and delete the ―Cost
Submittal‖ item.
Appendix D, Cover Sheet includes a box
labeled ―Cost Submittal.‖ As there is no
Cost Submittal portion of this RFP,
should all responders insert ―N/A‖?
A Technical Amendment will be posted to the DGS
Website
Appendix D, Cover Sheet, will be revised. There is no Cost
Submittal with this procurement.
55. Appendix H It appears the top part of the Appendix H
format is misaligned. Under ―Proper
Information,‖ we assume you want the
name of our Pennsylvania entity, its
address and contact telephone number.
Under ―Reference Information‖, for
―Corporation/Company‖, we assume you
want our entity name in the state
providing the reference, and then the
―Contact Person‖ and telephone number
from the agency providing the
reference?
Appendix H will be re-formatted and posted to the DGS
Web site.
56. Appendix A;
Appendices
Are all Appendices currently available,
specifically Appendix 3b and 3f or will
these be available by November 30,
2010?
No, the Appendices are not available now and will not be
available by November 30, 2010.
N
o.
RFP or
Agreement
Section
Question
Response
57. Misc.-Rates How is the state handling the new rates -
APR/DRG and tax assessment with the
new MCO's in the Southwest who
currently do not have contracts with
providers. Will all inpatient providers
get the 34% increase in rates for
effective date of July 1? Will this
increase be calculated in the capitation
rates to MCOs?
DPW plans to increase FFS inpatient rates by an average of
34%, effective July 1, 2010. This is subject to CMS
approval. Proposed increases vary greatly by hospital.
Any new MCOs will be phased into the additional hospital
payments when practical. All amounts will be included in
HealthChoices capitation rates for this
58. Misc. If a health plan is participating in a
HealthChoices zone currently, will the
contract for the SW be handled
separately or is it considered one
contract?
It will be handled separately.
59. Provider
Networks
How are size and capacity of Provider
Networks being assessed? Past RFPs
included a Provider Network Reporting
Form, which is not included in this RFP.
The size and capacity of Provider Networks will be assessed
during the Readiness Review Process.
The Department will be evaluating the Offeror’s response to
the Provider Network Composition and Network
Management questions in the RFP, Section II-5, and
Workstatement Questionnaire.
60. Appendix A,
Exhibit Z(2) &
Z(3)
When will the auto assignment threshold
be determined?
The auto assignment threshold will be determined after the
selection of Offerors.
61. Misc.-Staffing Can an MCO share full-time required
staff across zones if they participate in
HealthChoices elsewhere?
Final staffing decisions will be addressed during the
Readiness Review Period.
N
o.
RFP or
Agreement
Section
Question
Response
62. CPP Contractor Partnership—Is the number
of hired employees separate from other
zones of HealthChoices where the MCO
participates?
Yes, the number of hired employees is separate from the other
zones of HealthChoices where MCO’s participate. Each
individual contract will have its own specific CPP Hiring
requirement. Contractors are responsible to identify which
specific contract CPP hires are to be credited. Please note that CPP hiring requirements Offerors may have on
active (executed) contracts are taken into consideration during
scoring, but do not exempt Offerors from submitting CPP hiring
plans and numbers to be reviewed and scored on this RFP.
63. Provider
Networks
Do we need LOI/LOA’s with providers
to show commitment, or are contracted
networks required by August.
Offerors are permitted to submit LOI/LOA with providers
if they believe it will strengthen their responses on provider
network development and maintenance. However, selected
MCOs must have DPW approved provider contracts in
place, as well as Pennsylvania Department of Health
operating authority, no later than three (3) month prior to
the effective date of their HealthChoices Agreement.
64. P4P For the MCO Pay for Performance
Program, Benchmark Performance, if the
HEDIS rate is below the 50th
percentile,
is the 25% offset only against the 1% of
the Maximum Program Payout?
Please refer to the answers provided in question #43
65. RFP Contact Should Disadvantaged
Businesses/Maximizing
Participation/Contractor Partnership
Program specific questions be sent
directly to the specified contact for each
program; or sent to project officer Ms.
Cindy Clea?
These questions must be sent to the RFP Project Officer.
N
o.
RFP or
Agreement
Section
Question
Response
66. Staffing Please clarify is Executive Management
(full-time) positions are 100% dedicated
to the PA Medicaid Program vs.
Voluntary Contract and each
HealthChoices contract. Will one
management structure across these
contracts suffice?
Final staffing decisions will be addressed during the
Readiness Review Period.
67. Proposal
Submission
There is conflicting guidance regarding
the number of submittals an Offeror
must provide:
Section II, page #20 specifies
that four (4) separately sealed
submittals are required
(Technical, Disadvantaged
Business, Contractor Partnership
Program, and Mentor Protégé
Program)
Appendix D, Cover Letter of the
RFP, notates three (3) separately
sealed submittals enclosed;
however, there are five (5)
submittals listed (Technical,
Disadvantaged Business,
Contractor Partnership Program,
Mentor Protégé Program, and
cost Submittal)
The mailing labels in front of
RFP indicate five (5) submittals
(Technical, Disadvantaged
Business, Contractor Partnership
Program, Mentor Protégé
Program, and cost Submittal)
A Technical Amendment will be posted to the DGS
Website
Appendix D, Cover Sheet, will be revised.
There is no Cost Submittal with this procurement.
N
o.
RFP or
Agreement
Section
Question
Response
68. DB Does DPW require a threshold
percentage for the Disadvantaged
Business commitment? Is there a
minimum commitment?
The Commonwealth does not have a required percentage for
the DB commitment.
69. Provider
Networks
How will the Department evaluate
networks? There did not appear to be a
requirement for Geo Access Reports.
Will the Department place a higher value
to signed contracts vs. Letters of Intent,
or will they be scored equally? Please
advise how network information should
be included in the response.
The size and capacity of Provider Networks will be assessed
during the Readiness Review Process.
The Department will be evaluating the Offeror’s response to
the Provider Network Composition and Network
Management questions in the RFP, Section II-5,
Workstatement Questionnaire.
70. DB Section II-8.A.iii. 3) asks the Offeror to
include a percentage for which the
Offeror will commit to spend with Small
Disadvantaged Businesses as
subcontractors. Please clarify whether
the percentage should reflect the
commitment as a percentage of the total
contract revenue or as a percentage of
the revenue available for administrative
services to support the contract?
Percentage of the total contract.
71. RFP
Appendix D
The proposal cover sheet includes a
check-box for the inclusion of a ―Cost
Submittal.‖ However, the RFP does not
include a request for a cost submittal.
Please confirm that the Department is
not requesting a ―Cost Submittal‖.
Correct, the Department is not requesting a Cost Submittal.
72. RFP
Appendix K
Will Appendix K-HEDIS Reporting
Form (and other appendices/documents)
be provided in Word or Excel for ease of
completion?
Yes, Appendix K will be posted on the DGS Website as a
Microsoft Word file.