CDC WORLD TRADE CENTER (WTC) HEALTH PROGRAM PHARMACY BENEFITS MANAGER
ID: 75D301-254-SS-524292Type: Sources Sought
Overview

Buyer

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

NAICS

Pharmacy Benefit Management and Other Third Party Administration of Insurance and Pension Funds (524292)

PSC

MEDICAL- PHARMACOLOGY (Q517)
Timeline
    Description

    The Centers for Disease Control and Prevention (CDC) is seeking qualified vendors to provide Pharmacy Benefits Manager (PBM) services for the World Trade Center (WTC) Health Program, which supports responders and survivors affected by the 9/11 attacks. The contract will span three years, including a 12-month implementation period, a peak operational phase, and a 12-month transition-out period, requiring vendors to demonstrate capabilities in system customization, customer care, clinical services, reporting, and cost control. This initiative is critical for ensuring compliance with the program's regulations, which mandate customized drug formularies and prior authorization processes for medically necessary treatments. Interested parties must submit their qualifications by February 14, 2025, and can direct inquiries to Laurie Presley at xnp0@cdc.gov.

    Point(s) of Contact
    Laurie Presley
    xnp0@cdc.gov
    Files
    Title
    Posted
    The World Trade Center (WTC) Health Program was created by the Zadroga Act to offer healthcare services to responders and survivors of the 9/11 attacks. The program provides medical monitoring and treatment for conditions linked to the attacks, with enrollment numbers showing a recent increase in both responders and survivors. The program presents unique challenges in managing pharmacy benefits due to its limited coverage scope, which only includes specified conditions. A prescription benefit manager (PBM) is needed to deliver comprehensive pharmacy services while ensuring compliance with federal regulations, including a need for customized technology to manage formularies and prior authorizations effectively. Key tasks for the PBM include developing a functioning pharmacy network across the US, implementing electronic systems for efficient claims processing, conducting regular audits, and establishing a quality assurance plan. The PBM must also provide transparent pricing, manage change controls, and implement an effective communications strategy to keep stakeholders informed. This contract encompasses all aspects of pharmacy benefit operations for the WTC Health Program, aimed at ensuring optimal care for enrollees while maintaining regulatory compliance and cost-effectiveness.
    The Centers for Disease Control and Prevention (CDC) is seeking interested parties to provide Pharmacy Benefits Manager (PBM) services for the World Trade Center (WTC) Health Program, aimed at administering pharmacy benefits for responders and survivors affected by the 9/11 attacks. This contract spans three years with specific implementation and operational timelines, including a transition period, a peak operational phase, and a transition-out phase. The WTC Health Program, established under the Zadroga Act, requires customized drug formularies and prior authorization processes to ensure that only medically necessary treatments are provided in line with the program's regulations. Respondents are expected to demonstrate capabilities in system customization, customer care, clinical services, reporting, and cost control. Challenges in implementation and continuity of care during transitions are acknowledged, with emphasis on the need for innovative solutions and collaboration. Interested vendors must submit their qualifications by February 14, 2025, to support the unique needs of this limited-benefit health program while ensuring compliance and operational efficiency throughout the contract duration.
    Lifecycle
    Title
    Type
    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.
    Geneious Prime Enterprise Licenses
    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 Graphpad Software LLC for the procurement of Geneious Prime Enterprise Academic Yearly Subscription, covering 200 seats. This software licensing is critical as it is integrated into several validated CLIA test protocols, and the government is unable to modify these protocols due to time and cost constraints. The anticipated period of performance for this contract is from February 23, 2026, to February 22, 2031, with the possibility of four one-year option periods. Interested vendors are encouraged to express their interest and capability by submitting proposals to the Contracting Officer at xur0@cdc.gov by 5:00 PM (ET) on December 16, 2025.
    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.
    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.
    DHS Medical Supplies BPA Modification
    Homeland Security, Department Of
    The Department of Homeland Security (DHS), through the U.S. Customs and Border Protection (CBP), is modifying existing Blanket Purchase Agreements (BPAs) for medical supplies to address urgent operational needs. This modification extends the current BPAs, which support federal personnel in emergency medical services and personal protective equipment (PPE) requirements, through February 24, 2023, while the agency prepares for a competitive acquisition of new medical supplies. The BPAs are critical for fulfilling mission-essential requirements, particularly in response to operational and pandemic-related challenges. For further inquiries, interested parties can contact Dominique Brown at dominique.u.brown@cbp.dhs.gov or by phone at 317-715-6253, or reach out to Donna McMullen at donna.r.mcmullen@cbp.dhs.gov or 317-339-7189.
    Request for Information - Software Licenses for Digital Evaluation and Analysis
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), is seeking responses to a Request for Information (RFI) for software licenses related to a digital evaluation and analysis platform. The objective is to procure license subscription access that enables rapid, remote user testing on both desktop and mobile platforms, incorporating various testing methodologies, including unmoderated and moderated tests with participants from a Contributor Network of public health professionals. This platform is crucial for enhancing the usability of CDC digital content and must comply with IT security, PII, and Section 508 accessibility standards. Interested vendors should submit their responses, including company information and comments on the draft Statement of Work, by January 7, 2026, and can direct inquiries to Jennifer Gartzke at xuy7@cdc.gov or by phone at 404-498-0020.
    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.
    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.
    LSJ for DHIS Management and Consulting Services MOD 00002
    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 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.
    VA Direct to Patient supply services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking small business vendors to provide direct delivery supply services for medical and surgical items to Veteran patients through its Consolidated Mail Outpatient Pharmacy (CMOP) program. The contractor must demonstrate at least two years of experience, the capacity to process approximately 14 million prescriptions annually, and the ability to maintain compliance with federal and state regulations while ensuring a 48-hour average turnaround time for prescription fulfillment. This opportunity is critical for ensuring timely access to essential medical supplies for Veterans, with the contract structured to reimburse vendors per filled prescription at government contract prices, plus handling fees. Interested vendors must submit a capabilities statement to the primary contact, Phillip Reuwer, at Phillip.Reuwer@va.gov by January 11, 2026, with any questions directed to the same contact before January 8, 2026.