World Trade Center Health Program - Comprehensive Cost Avoidance, Coordination of Benefits, and Recovery Program
ID: SS-CDC-75D301-2026-01Type: Sources Sought
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFCENTERS FOR DISEASE CONTROL AND PREVENTIONCDC OFFICE OF ACQUISITION SERVICESATLANTA, GA, 30333, USA

NAICS

All Other Insurance Related Activities (524298)

PSC

SOCIAL- GOVERNMENT INSURANCE PROGRAMS: OTHER (G008)
Timeline
    Description

    The Department of Health and Human Services, through the Centers for Disease Control and Prevention (CDC) Office of Acquisition Services, is seeking sources for a Comprehensive Cost Avoidance, Coordination of Benefits, and Recovery Program for the World Trade Center Health Program (WTCHP). The program aims to enhance operational efficiency and control healthcare costs by implementing a robust insurance identification system, validating coordination of benefits, and recovering incorrectly paid claims, all while ensuring quality assurance and payment integrity. This initiative is critical for providing medical monitoring and treatment for responders and survivors of the 9/11 terrorist attacks, as mandated by the James Zadroga 9/11 Health and Compensation Act of 2010. Interested parties must submit their capability statements by 10:00 a.m. Eastern Standard Time on December 22, 2025, to the primary contact, Serina Allingham, at xog9@cdc.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    This DRAFT Performance Work Statement outlines a Comprehensive Cost Avoidance, Coordination of Benefits, and Recovery Program for the World Trade Center (WTC) Health Program. The program, mandated by the James Zadroga 9/11 Health and Compensation Act of 2010, aims to improve efficiency and control healthcare costs by identifying primary health insurance, coordinating benefits, and recovering incorrectly paid claims. Key objectives include establishing a robust, near-real-time insurance identification system, validating Coordination of Benefits (COB), recouping funds from Other Health Insurance (OHI) and the NYS Workers' Compensation Board (WCB) Health Insurance Matching Program (HIMP), identifying deceased members, and providing quality assurance payment integrity services. The contract's period of performance is from July 29, 2026, to July 28, 2031, with a base year and four option years. The contractor must have at least three years of experience in financial services for a federal healthcare program and will work off-site. The PWS also details critical regulatory compliance requirements, including HIPAA, FISMA, and records management.
    Similar Opportunities
    Notice of Limited Source Award to Waters
    Buyer not available
    The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), is issuing a Notice of Limited Source Award for the procurement of a liquid chromatograph tandem mass spectrometer and associated maintenance services. This requirement is being fulfilled on behalf of the National Institute for Occupational Safety & Health (NIOSH), Respiratory Health Division (RHD), highlighting the critical need for advanced laboratory equipment in occupational health research. The contract period is set from June 1, 2023, to May 31, 2024, with the possibility of two additional one-year extensions, and the intended recipient of this award is Waters Technologies, Inc. Interested parties can reach out to Abbie Jemmott at ygf3@cdc.gov or by phone at 412-386-6433 for further details.
    NIOSH- Compucom Inc Hardware and Software
    Buyer not available
    The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), intends to award a sole source contract to CompuCom Inc. for hardware and software maintenance services. This procurement is aimed at supporting the National Institute for Occupational Safety and Health's (NIOSH) OpenText ApplicationXtender/WebXtender imaging software suite and Kodak i2900 scanners, which are critical for the Coal Workers’ Health Surveillance Program (CWHSP). The maintenance agreement is essential to ensure the continued operation of the CWHSP archive system, as CompuCom is the exclusive OEM-authorized provider for the necessary software and hardware, making them the only viable source for this support. Interested parties may submit responses by December 15, 2025, at 10:00 a.m. EST to Ashley Williams at dal3@cdc.gov, although the government reserves the right to determine whether to pursue a competitive procurement based on these responses.
    Online Database of Preventive and Travel Health Information-Enterprise and Aerial Route Intelligence Subscription Services-Request for Information
    Buyer not available
    The Department of Homeland Security (DHS), Office of Health Security (OHS), is seeking qualified vendors to provide an enterprise-level online database and alert service for preventive and travel health information, as part of a Request for Information (RFI). The objective is to enhance DHS workforce health readiness and epidemiological monitoring through a subscription service that includes features such as aerial route risk mapping, continuous updates on infectious diseases, vaccination requirements, and access to medical facilities. This service is critical for ensuring timely, evidence-based information for risk assessment and travel planning for up to 1,000 users, thereby supporting the health and safety of DHS personnel. Interested parties must submit their capability statements by December 10, 2025, and can contact Mark Namoco at mark.namoco@hq.dhs.gov or Brendan Benisek at Brendan.Benisek@hq.dhs.gov for further information.
    LSJ for DHIS Management and Consulting Services MOD 00002
    Buyer not available
    The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), is seeking to modify an existing contract for DHIS Management and Consulting Services under Task Order 75D30122F15055. The modification, labeled as MOD 00002, aims to increase the level of effort for Task 4.4.4 and reclassify Task 4.4.5 as an optional task for both base and option periods, reflecting the need for enhanced support due to the involvement of multiple stakeholders in related programs. This procurement is crucial for the effective management of the CDC Data Hub and Electronic Case Reporting initiatives, ensuring that the necessary resources are allocated to meet the demands of these programs. Interested parties can reach out to Marie Bartkevicius at vgj6@cdc.gov or 770-488-8493, or Lauren Peel at ijt9@cdc.gov or 770-488-2649 for further information regarding this opportunity.
    Medical Case Reviewer Services for the Vaccine Injury Compensation Program (VICP)/ Countermeasures Injury Compensation Program (CICP).
    Buyer not available
    The Department of Health and Human Services (HHS) is seeking qualified vendors to provide Medical Case Reviewer Services for the Vaccine Injury Compensation Program (VICP) and the Countermeasures Injury Compensation Program (CICP). The procurement aims to establish Blanket Purchase Agreements (BPAs) for medical expert services and case management support, which are essential for the litigation process involving petitions filed against the HHS Secretary. The total BPA ceiling is set at $7.5 million, with individual order limits ranging from $125 to $100,000, and services will be compensated at rates of $375/hour for medical experts and $175/hour for medical case reviewers. Interested parties must submit their proposals by August 25, 2025, and can direct inquiries to Imelda Rocha at irocha@hrsa.gov or Nancy Lee at NLee@hrsa.gov.
    LSJ for DHIS Management and Consulting Services MOD 00003
    Buyer not available
    The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), is seeking to modify an existing contract for DHIS Management and Consulting Services under Task Order 75D30122F15055. This modification, identified as MOD 00003, aims to enhance the level of effort for existing tasks and introduce new optional tasks related to web application support and case surveillance community practices, which are critical for improving data collection and submission efficiency among state and local health departments. The contract includes a base period of twelve months, with three additional twelve-month option periods, and is intended to ensure continuity and efficiency in the services provided, leveraging the incumbent contractor's existing knowledge and experience. Interested parties can reach out to Marie Bartkevicius at vgj6@cdc.gov or 770-488-8493 for further details.
    Laboratory Response Network Support Modification Justification
    Buyer not available
    The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), is seeking support for the Laboratory Response Network through a modification justification. This procurement involves an exception to the fair opportunity process, as detailed in the attached justification document, which outlines the specific requirements and objectives for this contract. The services sought are critical for enhancing the CDC's capabilities in managing public health emergencies and laboratory response efforts. Interested parties can reach out to Luci Cason at reo3@cdc.gov for further information regarding this opportunity.
    FEHB Protection Act
    Buyer not available
    The U.S. Office of Personnel Management (OPM) is seeking industry collaboration through a Request for Information (RFI) for the implementation of the FEHB Protection Act of 2025, which mandates a comprehensive audit of family member eligibility within the Federal Employees Health Benefits (FEHB) Program. The OPM is specifically looking for vendor capabilities to conduct large-scale automated verifications, integrate with federal and external data sources, develop web portals for document uploads, and ensure compliance with federal security standards, among other requirements. This initiative is crucial as it aims to enhance the integrity of the FEHB Program, which serves approximately 8.3 million individuals. Interested vendors must submit their responses by December 15, 2025, and can direct inquiries to Padma Shah at CEP@opm.gov.
    Risk Management Support
    Buyer not available
    The Department of Health and Human Services, specifically the Centers for Medicare and Medicaid Services (CMS), is seeking a contractor to provide risk management support aimed at identifying and mitigating risks associated with CMS programs and initiatives. The contractor will be responsible for addressing issues related to fraud, waste, and abuse, as well as proposing effective mitigation strategies to preserve the integrity of the Center for Medicare & Medicaid Innovation models and CMS programs. This opportunity underscores the importance of maintaining robust oversight and risk management within federal healthcare initiatives. Interested parties can reach out to Jennifer Kuhn at jennifer.kuhn@cms.hhs.gov or by phone at 410-786-2299 for further details regarding this procurement.
    Directed Medical Services for the Department of Labor, Office of Workers' Compensation Programs (OWCP), Division of Federal Employees Compensation (DFEC) program
    Buyer not available
    The Department of Labor (DOL) is seeking contractors to provide Directed Medical Services for the Office of Workers' Compensation Programs (OWCP), specifically for the Division of Federal Employees Compensation (DFEC) program. The objective of this procurement is to establish a nationwide network of medical specialists to facilitate timely adjudication of workers’ compensation claims through services such as second opinion examinations (SECOP), independent medical examinations (IME), and case file reviews. These services are crucial for accurately diagnosing work-related medical conditions and determining disability and permanent impairment levels for claimants across the United States and its territories. Interested parties should note that the proposal due date has been extended to December 19, 2025, with a contract period starting from March 28, 2026, and extending through March 27, 2031. For further inquiries, potential bidders can contact Kristen Hines at Hines.Kristen.A@Dol.Gov or Emily Bear at bear.emily.e@dol.gov.