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
  1. 1
    Posted Jan 15, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 28, 2025, 12:00 AM UTC
  3. 3
    Due Feb 14, 2025, 10:00 PM UTC
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
Jan 15, 2025, 8:12 PM UTC
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.
Jan 28, 2025, 10:11 PM UTC
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
Sources Sought
Similar Opportunities
World Trade Center Health Program Third-Party Administrator (TPA)
Buyer not available
The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), is seeking a qualified third-party administrator (TPA) for the World Trade Center (WTC) Health Program. The TPA will be responsible for managing enrollment applications, maintaining member information, overseeing a call center, and processing medical claims related to WTC-related health conditions for individuals affected by the September 11th attacks. This program is crucial for providing medical monitoring and treatment to eligible participants, ensuring they receive the necessary care and support. Interested parties should note that the solicitation is anticipated to be released on January 16, 2025, with proposals due by April 11, 2025. For further inquiries, contact Joshua Houston at jhouston@cdc.gov.
World Trade Center Health Program - Outreach and Education
Buyer not available
The Department of Health and Human Services, through the Centers for Disease Control and Prevention (CDC), is seeking contractors to provide outreach and education services for the World Trade Center (WTC) Health Program, aimed at supporting 9/11 survivors and responders. The selected contractor will implement targeted outreach initiatives to enhance awareness and access to medical treatment and monitoring services for eligible individuals, with a focus on engaging three primary groups: Survivors, Responders, and Young Adults. This initiative is critical in addressing the long-term health impacts of the September 11 attacks, as the program currently serves over 125,000 members and aims to increase enrollment from the estimated 400,000 individuals affected. Proposals are due by the specified deadlines, and interested parties can contact Joseph Jones at zjb2@cdc.gov for further information regarding the solicitation number 75D30125Q00092, which encompasses a firm-fixed-price contract with multiple award possibilities.
Solicitation - World Trade Center Health Program - Survivor Clinical Center of Excellence
Buyer not available
The Department of Health and Human Services, through the Centers for Disease Control and Prevention (CDC), is soliciting proposals for the Survivor Clinical Center of Excellence (CCE) under Solicitation 75D301-25-R-00088. The objective is to procure healthcare services for eligible survivors of the September 11, 2001, terrorist attacks, focusing on health monitoring, diagnosis, and treatment for individuals residing in the New York Metropolitan Area. This initiative is critical for providing ongoing medical support to a population significantly impacted by the attacks, ensuring they receive necessary care and resources. Interested contractors must submit their proposals electronically, adhering to the outlined requirements and deadlines, with questions directed to the primary contacts, Serina Allingham at xog9@cdc.gov or Patrick Winders at vxx6@cdc.gov.
ADULT COVID-19 2025-2026
Buyer not available
The Centers for Disease Control and Prevention (CDC) is seeking proposals for one or more Indefinite Delivery Indefinite Quantity (IDIQ) contracts to purchase U.S.-licensed COVID-19 vaccines specifically for adults aged 19 and older. The objective of this procurement is to leverage Section 317 vaccine purchase funds to acquire vaccines at prices lower than those available in the commercial market, thereby supporting state and local health departments in immunizing populations at risk of under-vaccination. This initiative is crucial for enhancing adult immunization coverage and ensuring effective public health practices, as the awarded vaccines will be distributed to health departments and programs across the United States, including territories. Interested suppliers should contact Brian Swann at qty0@cdc.gov or James Sprigler at zbs6@cdc.gov for further details, with a maximum procurement potential of 10 million doses and specific ordering requirements outlined in the solicitation documents.
PEDIATRIC COVID-19 2025-2026
Buyer not available
The Centers for Disease Control and Prevention (CDC) is seeking to award contracts for the procurement of U.S.-licensed pediatric COVID-19 vaccines as part of the Vaccine for Children (VFC) program. The initiative aims to ensure that eligible children under 18 years of age, particularly those who are Medicaid-eligible, uninsured, American Indian/Alaska Native, or inadequately insured, receive vaccines at reduced costs, thereby promoting effective immunization practices. This contract, structured as an Indefinite Delivery Indefinite Quantity (IDIQ) with Firm Fixed Price delivery orders, emphasizes compliance with FDA regulations, strict delivery timelines, and the maintenance of vaccine integrity throughout the procurement process. Interested manufacturers can contact Brian Swann at qty0@cdc.gov or James Sprigler at zbs6@cdc.gov for further details regarding this opportunity.
CDC DFWED NARST Sensititre Supplies
Buyer not available
The Centers for Disease Control and Prevention (CDC) is seeking to award a sole source contract for antimicrobial resistance testing supplies, specifically Sensititre™ broth microdilution testing products, from ThermoFisher Scientific. This procurement is essential for the National Antimicrobial Resistance Monitoring System (NARMS), which has utilized these proprietary materials since 1996 to ensure a standardized approach to monitoring enteric bacteria resistance. The unique nature of these supplies necessitates this sole source approach, as alternatives would require significant investments in new equipment and validation processes, potentially disrupting critical surveillance efforts. Interested parties may respond within 15 days to express their interest, with proposals directed to contract specialist Ashley Williams at dal3@cdc.gov.
6505--Perphenazine Tablets (VA-25-00037353)
Buyer not available
The Department of Veterans Affairs (VA) is soliciting proposals for the procurement of Perphenazine tablets under solicitation number VA-25-00037353. This contract aims to supply specified quantities of the drug to both the VA and the Department of Defense (DoD) through their Pharmaceutical Prime Vendor (PPV) Programs, with a focus on service-disabled veteran-owned small businesses, women-owned small businesses, and HUBZone small businesses. The procurement is critical for ensuring a consistent supply of pharmaceutical products while adhering to regulatory requirements, including the Drug Supply Chain Security Act (DSCSA) and FDA Good Manufacturing Practices (cGMP). Interested offerors must contact Contract Specialist Anthony DiCrescenzo at Anthony.DiCrescenzo@va.gov for further details, and proposals must include a 0.5% Cost Recovery Fee and a unique National Drug Code (NDC) for each product.
Q517--Staffing Service MbM
Buyer not available
The Department of Veterans Affairs is seeking proposals for staffing services under the Meds by Mail (MbM) program, specifically targeting Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The procurement aims to provide licensed pharmacists and certified pharmacy technicians to support prescription processing at facilities located in Georgia, Wyoming, and Tennessee, with an anticipated increase in workload over the next five years. This contract is crucial for ensuring efficient pharmaceutical services to veterans, with a total contract value of up to $100 million and a minimum guarantee of $2 million across five ordering periods. Interested parties should direct inquiries to Contract Specialist Nicholas L. Schulte at nicholas.schulte1@va.gov, with the proposal submission deadline currently suspended until further notice from the government.
6505--Aprepitant Capsules
Buyer not available
The Department of Veterans Affairs is soliciting proposals for the supply of Aprepitant capsules, a pharmaceutical product essential for various government health facilities, including those under the Department of Defense and Indian Health Service. Offerors are required to provide pricing for multiple line items covering a base year and four option years, adhering to specific conditions such as a 0.5% Cost Recovery Fee and compliance with the Drug Supply Chain Security Act (DSCSA). The contract emphasizes the importance of maintaining current Good Manufacturing Practices (cGMP) and ensuring proper labeling and packaging of the products. Interested contractors should contact Contract Specialist Matthew S. Poulin at Matthew.Poulin@va.gov for further details and must submit their proposals in accordance with the outlined requirements.
Notice of Intent to Sole Source - Optimoz Inc
Buyer not available
The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), intends to negotiate a sole source contract with Optimoz Inc. for operations and maintenance support services related to the Virgin Islands’ Immunization Information System (IIS). This procurement aims to enhance the functionality and operational efficiency of IISs, which are critical for assessing vaccination rates and managing public health interventions to prevent vaccine-preventable diseases. The contract is justified under FAR 6.302-1, as Optimoz Inc. is the only vendor capable of providing these services without causing disruption or inefficiency in the existing IIS framework. Interested parties may submit capability statements or proposals to Matthew Nelson at mnelson2@cdc.gov by April 11, 2025, at 4:30 PM EST for consideration.