World Trade Center Health Program - National Program Administrator
ID: 75D30126R73374Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Administrative Management and General Management Consulting Services (541611)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Health and Human Services, through the Centers for Disease Control and Prevention (CDC), is seeking proposals for the role of National Program Administrator (NPA) for the World Trade Center Health Program (WTCHP). The NPA Contractor will be responsible for providing care coordination services to responders and survivors living outside the New York Metropolitan Area, including establishing a nationwide network of healthcare providers for monitoring and treatment benefits as mandated by the James Zadroga Health and Compensation Act. This acquisition is critical for ensuring comprehensive member support, appointment scheduling, medical benefit management, and case management services, with a contract period starting in March 2026 and extending through March 2031, including a base year and four option years. Interested offerors must submit questions by January 5, 2026, and proposals by January 30, 2026, with further inquiries directed to Megan Kelly at xvp9@cdc.gov or Liubov Kriel at vyh1@cdc.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The Centers for Disease Control and Prevention (CDC) has issued Solicitation #75D301-26-R-73374, a Request for Proposal (RFP) for a hybrid contract (firm-fixed-price, time and materials) for the World Trade Center Health Program National Program Administrator. This unrestricted acquisition outlines a base period from March 2026 to March 2027, followed by four one-year option periods extending through March 2031, with services including transition-in, sustainment, and transition-out phases. Key requirements involve adherence to federal acquisition regulations, specific contract clauses, and stringent information security and privacy protocols, including HIPAA compliance and a business associate agreement. Offerors must submit questions by January 5, 2026, and proposals by January 30, 2026, both via email.
    The Centers for Disease Control and Prevention (CDC) has issued Solicitation #75D301-26-R-73374, a Request for Proposal (RFP) for a hybrid contract (firm-fixed-price, time and materials) for the World Trade Center Health Program National Program Administrator. This unrestricted acquisition outlines a base period from March 2026 to March 2027, followed by four one-year option periods extending through March 2031, with services including transition-in, sustainment, and transition-out phases. Key requirements involve adherence to federal acquisition regulations, specific contract clauses, and stringent information security and privacy protocols, including HIPAA compliance and a business associate agreement. Offerors must submit questions by January 5, 2026, and proposals by January 30, 2026, both via email.
    The document,
    This document outlines the performance periods and estimated hours for a federal government Request for Proposal (RFP) or grant, spanning from March 18, 2026, to March 17, 2031. It details a base period and four subsequent option periods, each lasting approximately one year. The file indicates placeholders for specific 'TITLES' of services or roles and corresponding 'ESTIMATED HOURS' for each period. Additionally, it includes blank fields for 'HOURLY RATE' for each year, suggesting a need for offerors to propose their rates for the defined services over the entire performance timeline. This structure is typical for government contracts requiring multi-year service delivery and cost breakdowns.
    The document, identified as RFP No. 75D301-26-R-73374, pertains to the World Trade Center Health Program National Program Administrator. It is structured as a
    This Non-Disclosure Agreement (NDA) for RFP No. 75D301-26-R-73374 outlines the terms for offerors accessing non-public information related to the World Trade Center Health Program National Program Administrator solicitation. Offerors agree to protect confidential and privileged government information, prohibiting its unauthorized disclosure to any individual or entity not authorized for a lawful government purpose. The agreement mandates prompt reporting of any unauthorized disclosures to CDC officials and requires the deletion of all non-public information from offeror systems upon elimination from the competition, contract award, or CDC direction. For teaming partners or subcontractors, separate NDAs are required directly with the CDC, which will then furnish the information. The CDC reserves the right to restrict access even if an NDA is completed by a teaming partner or subcontractor.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    World Trade Center Health Program - Comprehensive Cost Avoidance, Coordination of Benefits, and Recovery Program
    Health And Human Services, Department Of
    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.
    National Clinical Vaccination (NCV) Contract Extension
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is extending the National Clinical Vaccination (NCV) Contract to secure contractor-managed licensed medical professionals for COVID-19 vaccine administration. This extension aims to support federal assistance to state, local, tribal, and territorial partners in response to Major Disaster Declarations related to the COVID-19 pandemic, in accordance with various legislative acts including the Robert T. Stafford Act and the Public Health Service Act. The services are critical for ensuring effective vaccine distribution and administration during ongoing public health emergencies. Interested parties can reach out to Michael Bonds at michael.bonds@fema.dhs.gov or call 202-257-8893 for further details regarding this opportunity.
    A--Study Coordinating Center for Lung Health Cohort
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking small businesses to participate in a Sources Sought notice for the establishment of a Study Coordinating Center for the Lung Health Cohort. The objective of this procurement is to identify qualified entities that can provide research and development services in the health sector, particularly focusing on lung health. This initiative is crucial for advancing understanding and treatment of lung-related health issues, which have significant implications for public health. Interested parties can reach out to Lynn M. Furtaw at lynn.furtaw@nih.gov or call +1 301 435 0330 for further information regarding this opportunity.
    Office of Small Business Programs Support Services - Amend 7
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is seeking proposals from qualified Women-Owned Small Businesses (WOSB) for the Office of Small Business Programs Support Services. The contract aims to provide comprehensive operational and management support, including business execution, strategic communication, and mentor-protégé program support, with a total award amount of up to $24,500,000. The performance period is set to begin in January 2026, lasting for one base year with four additional option years extending through January 2031. Interested parties must submit their proposals by December 19, 2025, and can direct inquiries to Contracting Officer Vicki L. Whiteman at vicki.l.whiteman.civ@health.mil or Contract Specialist Mary Anne Young at mary.a.young138.ctr@health.mil.
    Notice of Limited Source Award to Waters
    Health And Human Services, Department Of
    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
    Health And Human Services, Department Of
    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.
    Laboratory Response Network Support Modification Justification
    Health And Human Services, Department Of
    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.
    Q--Presolicitation Notice for OST HRP
    Energy, Department Of
    The Department of Energy (DOE), specifically the National Nuclear Security Administration (NNSA), is preparing to solicit proposals for medical services to support the Office of Secure Transportation's Human Reliability Program (HRP). This program is critical for ensuring that individuals with access to nuclear materials meet stringent reliability and suitability standards, necessitating comprehensive medical evaluations and ongoing monitoring for over 400 federal agents and staff. The anticipated solicitation, set aside for eligible 8(a) small businesses, is expected to be issued in December 2025, with a contract award planned for April 2026. Interested vendors can direct inquiries to Johnny Julius Montano at johnny.montano@nnsa.doe.gov, and the contract type is anticipated to be a Hybrid Firm Fixed Price/Time-and-Materials arrangement under NAICS code 621999.
    Bruker timsTOF Pro mass spectrometer and nanoElute UPLC system annual maintenance service agreement
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), is seeking to award a sole source firm fixed price contract to Bruker Scientific LLC for an annual maintenance service agreement for the Bruker timsTOF Pro mass spectrometer and nanoElute UPLC system. This contract will cover preventative and remedial maintenance services necessary for compliance with the Quality Management System (QMS) within the Biotechnology Core Facility Branch (BCFB), ensuring the operational integrity of critical analytical equipment used for proteomics analysis. The anticipated period of performance for this contract is from February 2, 2026, to February 1, 2027, with two optional one-year extensions available. Interested vendors are encouraged to express their interest and capability by submitting proposals to the Contracting Officer at uex0@cdc.gov by 5:00 PM (ET) on December 26, 2025.
    Notice of Justification and Approval for Other Than Full and Open Competition - Contract HHSH258201800008C
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Health Resources and Services Administration, has issued a Notice of Justification and Approval for Other Than Full and Open Competition regarding contract number HHSH258201800008C. This contract modification extends the existing agreement with the New York Health and Hospitals Corporation by six months to ensure the continued provision of essential outpatient care for Hansen's Disease (leprosy) patients in the New York area, including services such as diagnosis, treatment, case management, and medication management. The modification is critical for maintaining uninterrupted healthcare services for this patient population. For further details, interested parties can contact Charisse Whitney at cwhitney@hrsa.gov or 225-756-3785, or Anne Stephan at astephan@hrsa.gov or 240-463-9761.