No. 1797 C.D. 2007.Commonwealth Court of Pennsylvania.Argued: February 12, 2008.
Decided: February 28, 2008.
Page 378
[EDITORS’ NOTE: THIS PAGE CONTAINS HEADNOTES. HEADNOTES ARE NOT AN OFFICIAL PRODUCT OF THE COURT, THEREFORE THEY ARE NOT DISPLAYED.]Page 379
Monte J. Rabner, Pittsburgh, for petitioner.
Page 380
Sallie A. Rogers, Sr. Asst. Counsel, Harrisburg, for respondent.
BEFORE: SMITH-RIBNER, Judge, FRIEDMAN, Judge, and KELLEY, Senior Judge.
OPINION BY Judge FRIEDMAN.
Stanton-Negley Drug Company, t/d/b/a Stanton-Negley Legend Drug (Stanton-Negley) petitions for review of the August 20, 2007, final determination of Glenn E. Williams (Director), Director, Bureau of Administrative Services, Department of Public Welfare (DPW), which denied Stanton-Negley’s bid protest[1] and determined that DPW’s request for proposals (RFP) No. 31-06, relating to the planned implementation of its Specialty Pharmacy Drug Program, was not improper or contrary to law.
On October 5, 2006, DPW issued RFP No. 31-06 on behalf of the Office of Medical Assistance (MA) Programs (OMAP), [2] seeking to select two contractors to assist in developing, implementing and operating a Specialty Pharmacy Drug Program (Project).[3] (RFP No. 31-06, § 1-2.) The selected contractors will serve as DPWs preferred providers of specialty pharmacy drugs and related services for some 800,000 MA recipients residing in forty-two counties who do not have risk-based mandatory managed care but currently receive their health care in the fee-for-service delivery system.[4] (RFP No. 31-06, §§ I-4, IV-1(a).) The Project was proposed to address the needs of the increasing number of MA recipients being prescribed such drugs and to provide the specialized services required to administer those drugs more efficiently and safely. DPW intended to adopt selective contracting
Page 381
with a limited number of preferred providers as a strategy to improve care for recipients and to cost-effectively manage the clinical and administrative complexities of specialty pharmacy drugs.[5] (RFP No. 31-06, §§ I-4, IV-1; N.T. at 104, 106, 139-41.)
Under the current fee-for-service system, any pharmacy enrolled in DPW’s MA Program can dispense and administer drugs, including specialty pharmacy drugs, to MA recipients. (S.R. at 251b, 253b.) However, following implementation of the Project, affected MA recipients who are prescribed any of the specialty pharmacy drugs listed in RFP No. 31-06 will be required to secure those drugs through the Project from one of DPW’s two preferred providers. (RFP No. 31-06, § IV-2(a).) Moreover, although current providers need no accreditation to dispense specialty pharmacy drugs, RFP No. 31-06 includes a requirement that selected contractors have and maintain accreditation from the Joint Commission on Accreditation of Healthcare Organizations, the Community Health Accreditation Program or the Compliance Team.[6] (RFP No. 31-06, § IV-2.1(a).)
Stanton-Negley is a drug company that has been operating a pharmacy in Pittsburgh for over forty years. Stanton-Negley participates in the Medicare and MA Programs and has been serving MA recipients in terms of both routine pharmacy needs and specialty pharmacy needs throughout the course of its existence. In 2006, Stanton-Negley billed approximately 2.2 million dollars for services rendered to MA recipients, approximately $600,000 of which related directly to specialty pharmacy drugs. (S.R. at 166b-67b, 171b.) At the time RFP No. 31-06 was issued on October 5, 2006, Stanton-Negley lacked the accreditation required to submit a proposal, and, because the accreditation process takes between eight to fifteen months, it was impossible for Stanton-Negley, or any non-accredited pharmacy, to obtain accreditation before proposal submissions for the Project were due on November 9, 2006.[7] However, DPW did receive seven proposals in response to RFP No. 31-06.
On November 3, 2006, Stanton-Negley filed a written protest against RFP No. 31-06 and the Project it sought to implement, asserting seventeen different grounds for protest.[8] (S.R. at 1b-4b.)
Page 382
Initially, DPW dismissed Stanton-Negley’s protest as untimely; however, Commonwealth Court reinstated Stanton-Negley’s protest and remanded the matter to DPW for a determination on the merits. Stanton-Negley Drug Co. v. Department of Public Welfare, 926 A.2d 554 (Pa.Cmwlth. 2007) (Stanton-Negley I). Thereafter, responses to Stanton-Negley’s protest were submitted by OMAP and two offerors. (S.R. at 10b-22b, 68b-84b, 85b-94b.) Along with its response, OMAP submitted the federal waiver approval issued by the Secretary of the Department of Health and Human Services (HHS), (S.R. at 23b-24b), which was a pre-requisite for implementation of the proposed Project.[9] Section 1915(b)(4) of the Social Security Act (SSA), 42 U.S.C. § 1396n(b)(4).
On July 20, 2007, Stanton-Negley submitted its reply to the responses and raised an additional ground for protest, alleging that RFP No. 31-06 violates its due process and equal protection rights by adversely affecting its rights to practice its profession and operate its business. (S.R. at 112b-28b.) As an attachment to its reply, Stanton-Negley provided a copy of the transcript of a December 19, 2006, Commonwealth Court hearing held in connection with other litigation involving Stanton-Negley; the testimony from that hearing directly related to the issues raised in the bid protest.[10] (S.R. at 95b-391b.)
Page 383
Stanton-Negley also requested that a hearing be held regarding its pro-test.
On August 20, 2007, the Director issued a final adjudication. After determining that a hearing on the matter was unnecessary, [11] the Director addressed and rejected each of Stanton-Negley’s grounds for protest. Accordingly, the Director determined that RFP No. 31-06 was not contrary to law, and he denied Stanton-Negley’s bid protest. Stanton-Negley now petitions this court for review of that order.[12]
Stanton-Negley argues that DPW’s denial of Stanton-Negley’s bid protest was arbitrary and capricious, constituted an abuse of discretion or was contrary to law because RFP No. 31-06:(a) violates Stanton-Negley’s rights to due process and equal protection; (b) violates the Commonwealth’s policy regarding the engagement of and assistance to small and disadvantaged businesses; (c) violates the Antibid-Rigging Act; and/or (d) violates provisions of the SSA relating to an MA recipient’s freedom of choice and access to care, as set forth in 42 U.S.C. §§ 1396a(a)(28)(A) and 1396a(a)(30)(A). We will discuss these claims seriatim.
Stanton-Negley first argues that RFP No. 31-06 substantially impairs its ability to practice its profession and operate its business, in violation of its equal protection and due process rights. However, before considering the merits of this argument, we must address DPW’s contention that Stanton-Negley has waived consideration of these particular issues by failing to raise them in its November 3, 2006, protest.
According to DPW, Stanton-Negley, as a prospective bidder, was required to raise all grounds on which it based its protest prior to November 9, 2006, the date set for proposal receipt under RFP No. 31-06. 62 Pa.C.S. § 1711.1(b); Stanton-Negley I. Here, Stanton-Negley raised the issue of due process and equal protection violations for the first time in its July 20, 2007, reply, well after the required date. Because a protesting party waives consideration of any grounds for protest not raised in a timely manner, DPW asserts that Stanton-Negley has waived its right to have these belated constitutional claims considered. Common Sense Adoption Services v. Department of Public Welfare, 799 A.2d 225
(Pa.Cmwlth. 2002) (finding certain issues were waived by the protesting party since they were not raised in a timely manner).
DPW is correct that a prospective bidder is deemed to have waived consideration of any protest not timely raised. 62 Pa.C.S. § 1711.1(b). DPW also is correct that, in ruling that Stanton-Negley’s November 3, 2006, protest was timely, our court explained that Stanton-Negley “ha until the proposal receipt date, which was November 9, 2006, to file its protest.” Stanton-Negley I, 926 A.2d at 557 (emphasis added); see also, MSG Group, Inc. v.
Page 384
Department of Public Welfare, 902 A.2d 613 (Pa.Cmwlth. 2006) (affirming the denial of a bid protest as untimely because of protestor’s failure to file by the bid closing date). However, section 1711.1(b) of the Procurement Code, which contains the time limitations for filing a bid protest, provides, in relevant part, that a prospective bidder or offeror must file its protest with the head of the purchasing agency “prior tothe bid opening time or the proposal receipt date.” 62 Pa. C.S § 1711.1(b) (emphasis added). Because there is no indication that Stanton-Negley raised its constitutional challenge to RFP No. 31-06 after bid opening time, we conclude that Stanton-Negley did not waive its due process and equal protection claims.[13]
Due process
For due process rights to attach, there first must be a deprivation of a property right or other similar interest that is constitutionally protected. Ohio Casualty Insurance Co. v. Insurance Department of the Commonwealth of Pennsylvania, 137 Pa.Cmwlth. 299, 585 A.2d 1160 (1991). According to Stanton-Negley, all persons within the Commonwealth have a protected interest in the practice of their profession and business, which triggers the protective mechanism of procedural due process where such livelihood is adversely affected. Here, the owners of Stanton-Negley maintain that, as a result of RFP No. 31-06, they have been substantially deprived of their right to pursue their livelihood and practice their profession as pharmacists without being afforded the required due process.
Focusing on the accreditation requirement in RFP No. 31-06, Stanton-Negley asserts that DPW was fully aware that accreditation was not required of existing providers of specialty pharmacy drugs and that the accreditation process was lengthy; nevertheless, DPW included this precondition in RFP No. 31-06, without providing sufficient turn-around time to allow non-accredited providers to comply and submit a proposal before the imposed deadline. An owner of Stanton-Negley explained the impact that RFP No. 31-06 would have on his business, stating that the inability to provide specialty pharmacy drugs covered by the Project not only would mean an annual loss of $600,000 in revenue for Stanton-Negley but also would have a col-lateral impact on other revenues because MA recipients of specialty pharmacy drugs in the counties covered by RFP No. 31-06 likely would seek all their drug needs from one source, i.e., the preferred providers chosen under RFP No. 31-06. Stanton-Negley asserts that if DPW had provided adequate and timely notice of this Project requirement, Stanton-Negley would have obtained the required accreditation and submitted a bid in response to RFP No. 31-06. Thus, according to Stanton-Negley, DPW’s failure to make a timely disclosure of the accreditation requirement violated due process by depriving Stanton-Negley’s owners of the ability to conduct their business and profession in the manner they had established and with patients they had served prior to the issuance of RFP No. 31-06 and the Project it seeks to implement. We disagree.
Contrary to Stanton-Negley’s position, it has no protected property right to full participation in the MA Program. Rite Aid of Pennsylvania, Inc. v. Houstoun, 998 F.Supp. 522 (E.D.Pa. 1997) (holding
Page 385
that an agreement between the Commonwealth and a provider of prescription drugs for the Medicaid Program does not involve the “extreme dependence” necessary to support a due process claim). Further, Stanton-Negley has no protected property interest in receiving a specific dollar amount from participation in the MA Program. See Ohio Casualty (holding that an insurer has no property right to charge a specific rate ad infinitum
and, therefore, there is no denial of due process in a statutorily mandated rate reduction); Rite Aid (holding that, where a provider of prescription drugs was not terminated as a participant in a Medicaid Program, a lowering of its reimbursement rates for those drugs did not violate protected rights). Finally, Stanton-Negley has no protected property right to submit a bid in response to an RFP. See Durkee Lumber Co., Inc. v. Department of Conservation and Natural Resources, 903 A.2d 593
(Pa.Cmwlth. 2006) (holding that a denial of a bid protest without holding a hearing did not deprive a disappointed bidder of any property rights because there is no legitimate claim of entitlement to a government contract unless the contract actually is awarded). Although Stanton-Negley undoubtedly is correct that it will lose substantial revenue upon implementation of the Project, it cannot claim a violation of due process where, as here, it has no protected interest in these funds. Moreover, it is clear that neither RFP No. 31-06 nor implementation of the Project prevents Stanton-Negley from pursuing its livelihood and operating its business.[14]
Finally, even if Stanton-Negley had a protected property interest, DPW afforded Stanton-Negley all the process that was due by complying with the Procurement Code’s requirements pertaining to notice and submission of proposals. The Procurement Code requires that public notice of an RFP be given in the same manner as prescribed for invitations for bid. 62 Pa.C.S. § 513(c). “Adequate public notice of the invitation for bids shall be given a reasonable time prior to the date set for the opening of bids.” 62 Pa.C.S. § 512(c). Thus, DPW is required only to give adequate public notice of the solicitation; that is, a reasonable time for proposal preparation.[15] There is no requirement that DPW provide a sufficient amount of time for all potential offerors to undertake the steps necessary to qualify as offerors under the particular terms of the RFP. Here, DPW provided more than thirty calendar
Page 386
days from the issuance of RFP No. 31-06 on October 5, 2006, until proposal submission on November 9, 2006. The fact that DPW received seven proposals in response to RFP 31-06, which is more than DPW typically receives in response to an RFP, (S.R. at 333b-34b), indicates that DPW did provide a reasonable amount of time for the preparation of proposals and, therefore, complied with Procurement Code procedure.
Equal Protection
Stanton-Negley also argues that its right to engage in a particular occupation or business, which is guaranteed by the equal protection clauses of the U.S. and Pennsylvania Constitutions, will be violated as a result of RFP No. 31-06. This right has been identified as an important, but not fundamental, constitutional right subject to the rational basis test. That is, a state may not deprive an individual of that right unless it can be shown that such deprivation is reasonably related to the state interest that is sought to be protected. Warren County Human Services v. State Civil Service Commission (Roberts), 844 A.2d 70 (Pa.Cmwlth.) appeal denied, 581 Pa. 687, 863 A.2d 1152 (2004). According to Stanton-Negley, under the record here, no such showing can be made.
Specifically, Stanton-Negley contends that RFP No. 31-06 is directed solely at large providers of specialty drugs and was drafted in a fashion that effectively insures elimination of existing providers in the Project. Stanton-Negley asserts that because of the required accreditation, the short turn-around between the issuance of the RFP and the time that bids would have to be submitted, and the inclusion of services not customarily offered by community pharmacies and far in excess of those required of pharmacies currently in the program, RFP No. 31-06 discriminates against smaller community pharmacies such as Stanton-Negley. Further, Stanton-Negley contends that there is no showing that such deprivation is reasonably related to the state interest sought to be advanced, i.e., improved service and/or reduced costs. In this regard, Stanton-Negley contends that DPW has advanced no evidence to demonstrate that the quality of care or service that recipients were receiving under the current system was unacceptable or that anticipated cost savings will be realized. Indeed, according to Stanton-Negley, by restricting available providers to just two, DPW almost guarantees inferior care for MA recipients and cost increases rather than cost savings.[16] Again, we disagree.
Initially, as with its due process claim, Stanton-Negley has failed to show that DPW deprived it of its right to engage in its profession or business. Moreover, even assuming such a deprivation, RFP No. 31-06’s requirement of accreditation and inclusion of services in excess of what had been required previously satisfies the rational basis level of scrutiny.
With its argument on criteria requirements, Stanton-Negley would have this court presume that DPW could only justify including an accreditation requirement in the RFP, as well as any other criteria beyond those customarily offered by current MA providers, if DPW first established significant problems with the existing levels of care and services. Stanton-Negley is correct that the criteria in RFP No. 31-06 includes a level of services and care that far exceed any requirements
Page 387
under the current system; however, the fact that Stanton-Negley is incapable of meeting these higher standards does not affect the validity of RFP No. 31-06. In fact, Stanton-Negley ignores the fact that DPW was attempting to improve on the status quo. As the Director observed, in light of the Project’s objectives to improve quality and access, DPW necessarily would have to include requirements and services that exceed those for current providers of specialty pharmacy drugs.
Moreover, section 513 of the Procurement Code, which governs a state agency’s issuance of an RFP, provides no rigid, detailed procedure or strict requirements for the RFP process, but preserves a great deal of agency discretion, including discretion to determine agency needs in preparation of RFP requirements. 62 Pa. C.S. § 513. An agency is not required to issue an RFP with terms and conditions that all entities in a particular field can meet, and Stanton-Negley cites no authority holding to the contrary. Further, as the individual challenging RFP No. 31-06, Stanton-Negley has the burden of demonstrating that DPW abused its discretion. See A. Pickett Construction, Inc. v. Luzerne County Convention Center Authority, 738 A.2d 20 (Pa.Cmwlth. 1999). This it has failed to do.
There is no basis to conclude that the criteria in RFP No. 31-06 were adopted with the purpose of excluding certain providers or that DPW decided on criteria for the Project in an arbitrary or capricious manner. To the contrary, the record contains evidence that DPW engaged in significant research and outreach concerning the Project and RFP No. 31-06.[17] Stanton-Negley does not dispute this but, instead, merely indicates that, as a non-accredited community pharmacy with an exceptional reputation for delivery and service, it can provide service superior to that from a large accredited drug company.[18] Finally, we note that in granting a waiver to DPW, HHS was required to consider the Project’s effect on MA recipients’ access to services and the quality of services being provided, 42 U.S.C. § 1396n(b)(4); 42 C.F.R. § 431.55(b)(2), and by granting the waiver, HHS determined that restricting the MA recipients’ freedom of choice of providers was warranted.
For similar reasons, Stanton-Negley’s contention that the cost savings to be realized by the Project will not be realized also must fail. Stanton-Negley claims that prices inevitably will increase due to a lack of competition; however, the record contains evidence to the contrary. (S.R. at 90b.) Moreover, any discussion regarding cost savings is purely speculative because the contract has not been awarded yet, and Stanton-Negley is not privy to the pricing offered by the offerors. Finally, the federal waiver approval process requires documentation and consideration of the cost effectiveness of a waiver program. 42 U.S.C. § 1396n(b); 42 C.F.R. § 431.55. In
Page 388
approving DPW’s waiver request, the federal government found, contrary to Stanton-Negley’s contention, that DPW proposed a cost-effective program. However, even assuming that DPW may be incorrect as to cost savings to be achieved through implementation of the Project, or that DPW may have been able to achieve savings in other ways, this does not mean that issuance of RFP No. 31-06 was contrary to law.
For all these reasons, the Director did not err in determining that Stanton-Negley failed to establish that RFP No. 31-06 violates its rights to due process and equal protection.
Stanton-Negley also argues that RFP No. 31-06 violates the Commonwealth’s policy regarding the engagement of and assistance to small and disadvantaged businesses.[19] Initially, we note that, in the captioned section of its brief devoted to this issue, (Stanton-Negley’s brief at 33-35), Stanton-Negley cites no legal authority or presents any evidence to support its argument; indeed, beyond the caption’s assertion that RFP No. 31-06 violates this policy, there is no discussion of the issue at all. Instead, Stanton-Negley merely recites various unrelated facts and opinions already provided elsewhere in its brief. The only statement even arguably pertinent to this matter is Stanton-Negley’s repetition of the opinion expressed by its expert witness, Dr. Kreling, that RFP No. 31-06 is directed at large providers of specialty drugs and did not intend to include existing providers as potential offerors. Such opinion, by itself, clearly is insufficient evidence to support Stanton-Negley’s claim.
In fact, Stanton-Negley is unable to show that RFP No. 31-06 violates Commonwealth policy applicable to small and disadvantaged businesses because it does not. Under the Procurement Code, the Commonwealth Department of General Services (DGS) is charged with the duty of implementing the Commonwealth’s policy of assisting small and disadvantaged businesses. 62 Pa.C.S. § 2101. In relation to competitive procurements through the RFP process, state agencies are required to include small and disadvantaged business participation as an evaluation criterion for an RFP. Participation by a small and disadvantaged business may be as a prime contractor, as part of a joint venture or as a subcontractor. (DGS Field Procurement Handbook, Chapter 21.C.) RFP No. 31-06 addresses participation of small and disadvantaged businesses in four sections of the RFP, (RFP No. 31-06, §§ 113, II-8, III-4, IV-6), and includes participation of such businesses as one of its evaluation criteria. (RFP No. 31-06, § III-4; S.R. at 329b-30b, 333b.) Because RFP No. 31-06 fully complies with requirements of Commonwealth policy regarding small and disadvantaged businesses, DPW did not err in denying Stanton-Negley’s protest on this ground.
Next, Stanton-Negley argues that RFP No. 31-06 violates the Antibid-Rigging Act, set forth at 62 Pa.C.s. §§ 45014509. In making this argument, StantonNegley again makes no reference to specific provisions of the Antibid-Rigging Act that allegedly were violated, nor does it present evidence of any specific action by DPW, or any offeror, to support its assertion that there was such a violation. Instead, Stanton-Negley speaks generally of the questionable nature of RFP No. 31-06 due to the unnecessary accreditation requirement, the short turn around time and the lack of evidence that prior services were unacceptable. On this basis, Stanton-Negley
Page 389
asserts that RFP No. 31-06 includes criteria for selection of successful offerors specifically designed to exclude existing providers that are smaller community pharmacies, such as Stanton-Negley, and insure that only certain pre-selected large providers can satisfy the criteria.[20]
Such an assertion is insufficient to show that RFP No. 31-06 violates the Antibid-Rigging Act. In fact, for several reasons, there is no such violation.
First, as evident from the language used, the Antibid-Rigging Act applies only to actions of bidders or prospective bidders, not to governmental agencies. The Antibid-Rigging Act makes it “unlawful for an person to conspire, collude or combine with another in order to commit or attempt to commit bid-rigging” relating to a contract or subcontract with a government agency. 62 Pa.C.S. § 4503(a). (Emphasis added.) The Antibid-Rigging Act defines “bid-rigging” as:
The concerted activity of two or more persons to determine in advance the winning bidder of a contract let or to be let for competitive bidding by a government agency. The term includes, but is not limited to, any one or more of the following:
(1) Agreeing to sell items or services at the same price.
(2) Agreeing to submit identical bids.
(3) Agreeing to rotate bids.
(4) Agreeing to share profits with a contractor who does not submit the low bid.
(5) Submitting prearranged bids, agreed-upon higher or lower bids or other complementary bids.
(6) Agreeing to set up territories to re-strict competition.
(7) Agreeing not to submit bids.
62 Pa.C.S. § 4502. This list of prohibited activities clearly is directed at “persons” submitting bids in response to a government contract, not the contracting governmental agency. Indeed, the Antibid-Rigging Act defines “person” as “[a]n individual, corporation or partnership or any other entity capable of submitting a bid to the Commonwealth.” Id. Moreover, private entities, such as Stanton-Negley, cannot assert alleged violations of the Antibid-Rigging Act. 62 Pa.C.S. §§ 4504 and 4508.
In addition, even assuming that the actions of a governmental entity are within the scope of the Antibid-Rigging Act, in order to violate that Act, the entity must conspire, collude or combine with another person in its bid-rigging activities. 62 Pa. C.S. § 4503(a). Stanton-Negley fails to offer any information that indicates any such conspiracy, collusion or combination occurred. In fact, the record here supports a contrary conclusion. DPW received seven proposals in response to RFP No. 31-06, an amount that is more than typically received by DPW. (S.R. at 333b-34b.) Moreover, Suzanne Love, the person responsible for designing the Project and drafting RFP No. 31-06, testified concerning the open and public process used to solicit public input as an aid to developing RFP No. 31-06, as well as the posting of a draft RFP so that prospective offerors could avoid any future bid problems. As the Director correctly observed, this activity is inconsistent with the development of an RFP under which only pre-selected offerors will qualify.
Page 390
Finally, Stanton-Negley argues that RFP No. 31-06 violates 42 U.S.C. §§ 1396(a)(23)(A) and 1396a(a)(30)(A). Stanton-Negley notes that, pursuant to RFP No. 31-06, MA recipients that are prescribed one or more specialty pharmacy drugs covered by the Project would be required to secure their drugs from one of two of DPW’s preferred providers. According to Stanton-Negley, this limitation violates federal law concerning MA recipients’ freedom of choice and access to care, 42 U.S.C. §§ 1396a(a)(23) and 1396a(a)(30).[21] However, even assuming that Stanton-Negley is able to make a claim regarding alleged violations of these provisions, it cannot prevail. On December 14, 2006, DPW received HHS approval of its waiver request for the Project, permitting DPW to restrict MA recipients covered by the Project to two providers of specialty pharmacy drugs.[22] Thus, RFP No. 31-06 cannot be found to violate these federal provisions.
Accordingly, because Stanton-Negley has failed to identify any provision of the Procurement Code that has been violated by DPW in the solicitation process, we must affirm.
ORDER
AND NOW, this 28th day of February, 2008, the final determination of the Department of Public Welfare, dated August 20, 2007, is hereby affirmed.
(1) to implement and operate an efficient and effective Specialty Pharmacy Drug Program as an alternative to the traditional fee-for-service model;
(2) to offer MA recipients a choice of specialty pharmacy preferred providers;
(3) to provide a reliable and convenient dispensing and delivery system for providers and MA recipients that facilitates care in clinically appropriate settings;
(4) to provide a clinical support system designed to optimize therapy management, care coordination, and patient compliance; and
(5) to provide cost-effective services through an accountable Specialty Pharmacy Drug Program.
(RFP No. 31-06, §§ 1-4, IV-1.)
and 431.55, and a waiver is granted only if HHS determines that the proposed provision of services is “cost-effective and efficient and not inconsistent with the purposes of [Title XIX].” Section 1915(b) of the SSA, 42 U.S.C. § 1396n(b). DPW received federal approval of its waiver request in December of 2006. (S.R. at 23b-24b.)
(2003) (involving a lifetime disqualification of certain persons from employment in elder care); Soja v. Pennsylvania State Police, 500 Pa. 188, 455 A.2d 613 (1982) (involving dismissal from the police force); Roche v. State Board of Funeral Directors, 63 Pa. Cmwlth. 128, 437 A.2d 797
(1981) (involving revocation of a license to practice as a funeral director).
Page 997