Medical Case Reviewer Services for the Vaccine Injury Compensation Program (VICP)/ Countermeasures Injury Compensation Program (CICP).
ID: 75R60225Q00181Type: Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFHEALTH RESOURCES AND SERVICES ADMINISTRATIONHRSA Office of Federal Assistance ManagementRockville, MD, 20857, USA

NAICS

Offices of Physicians (except Mental Health Specialists) (621111)

PSC

SUPPORT- PROFESSIONAL: EXPERT WITNESS (R424)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    This solicitation from the HHS/HRSA/OFAAM/OAMP seeks to establish Blanket Purchase Agreements (BPAs) for Medical Case Reviewer Services for the Vaccine Injury Compensation Program (VICP) and the Countermeasures Injury Compensation Program (CICP). The acquisition is for commercial services under NAICS code 621111. The solicitation, number 75R60225Q00181, is open until August 21, 2026, with an offer due date of August 25, 2025. Services include medical-expert testimony and case management support. BPAs will allow Firm-Fixed Price, Time and Material, and hybrid Call Orders, with a minimum order of $125.00, $175.00, or $375.00, a maximum of $100,000.00 per order, and a maximum BPA value of $7.5M. Compensation rates are $375 per hour for Medical Expert Witnesses, and $125 (PhD) or $175 (MD/DO) per hour for Medical Case Reviewers. Offerors must be registered in SAM and accept electronic payments. Evaluation criteria emphasize expertise, requiring specific medical degrees, licenses, board certifications, academic appointments, and relevant clinical/research experience. Submissions require a signed SF 1449, price quote, CV/resume, Data Collection Form, and Non-Disclosure Agreement.
    This document establishes a Blanket Purchase Agreement (BPA) for medical expert and case reviewer services for the National Vaccine Injury Compensation Program (VICP) and Countermeasures Injury Compensation Program (CICP). The purpose is to acquire medical expertise for litigation in defense of petitions filed against the HHS Secretary. The BPA has a ceiling of $7.5 million, with individual order limits from $125 to $100,000. Services include reviewing case files, providing written reports, and offering testimony. Medical experts are reimbursed at $375/hour (MD/DO) or $125/hour (PhD), while medical case reviewers are paid $175/hour (MD/DO) or $125/hour (PhD). Key requirements include strict confidentiality, data encryption, incident reporting, and mandatory background checks for all personnel. The period of performance is a five-year base period, with work performed at the contractor's facility and travel for court hearings as needed.
    This document outlines the process for contractors to receive payment under a government award. Key requirements include accepting electronic payments and maintaining an active registration in the System for Award Management (SAM) database, ensuring the Unique Entity Identifier (UEI) and banking information are current. Contractors are responsible for updating their SAM data and re-registering before expiration, with email notifications provided. Payment requests must be submitted using the Medical Expert Panel Invoice Form to specified HRSA email addresses, with supporting documentation. Inquiries regarding payment should be directed to Andrea Herzog or Robbin Howard. Technical issues, inspection, and acceptance questions should go to the Contracting Officer Representative (COR), while contract specialists handle questions about cost suspension or rejection. The document explicitly states the limitations of the COR's authority, emphasizing that only the Contracting Officer can modify award terms, solicit proposals, issue work instructions, or approve actions leading to additional government charges.
    This document is a Non-Disclosure Agreement for Medical Case Reviewers involved in the Vaccine Injury Compensation Program (VICP) and the Countermeasures Injury Compensation Program (CICP). It outlines the commitment to protect non-public information, including Personal Health Information (PHI), Personally Identifiable Information (PII), case review details, internal guidelines, budget information, and litigation strategy. Reviewers agree not to disclose or use this sensitive information outside of their direct services without prior written approval. The agreement also prohibits reviewers from working on claims where they have a conflict of interest or have previously served as a reviewer. Violations may lead to civil or criminal penalties. The document mandates the protection and proper disposal of all records within 30 days of case adjudication or closure.
    The provided document, Attachment D, outlines the "VACCINE INJURY COMPENSATION PROGRAM (VICP) MEDICAL EXPERT PANEL (MEP) Data Collection Form." This form is a critical component for individuals participating in the VICP MEP, likely medical professionals or experts. The instructions emphasize clear and complete information, including providing contact details and acknowledging the primary use of a secure mail system (SEFT) for case documents. The form collects essential personal and professional information such as name, SSN, DOB, medical specialty, Taxpayer Identification Number, Unique Entity ID Number, SAM registration status and expiration, mailing address, and various telephone numbers. This document is typical in federal grant or RFP contexts, serving as a data collection tool for a government program that requires detailed information from its participants or contractors.
    This government file outlines crucial contract clauses and representations for offerors, primarily focusing on federal acquisition regulations (FAR). Key requirements include representations regarding delinquent tax liability or felony convictions (FAR 52.209-11) and prohibitions on contracting for certain telecommunications and video surveillance services or equipment, particularly those from covered foreign countries like China (FAR 52.204-24, 52.204-25, 52.204-26). Additionally, the document mandates compliance with the “No TikTok on Government Devices Act” (FAR 52.204-27). Other clauses cover areas such as ordering procedures, order limitations, indefinite quantity contracts, and general commercial item terms and conditions, encompassing aspects like payment, disputes, and risk of loss. The file also incorporates various FAR clauses by reference, addressing topics from business ethics and small business utilization to labor standards and environmental concerns. These clauses collectively ensure legal compliance, national security, and responsible contractor conduct for federal procurements.
    Similar Opportunities
    Legal Services for Unaccompanied Alien Children (UAC)
    Buyer not available
    The Department of Health and Human Services (HHS) is seeking proposals for comprehensive legal services for Unaccompanied Alien Children (UAC) currently in or released from the care of the Office of Refugee Resettlement (ORR). The procurement aims to address the legal needs of this vulnerable population, ensuring compliance with federal mandates through a full and open competition for a hybrid contract that includes a firm-fixed-price component and a time-and-materials element for travel. The services required encompass legal orientations, direct representation, and the establishment of a pro bono attorney network, with a total estimated procurement cost of $942,347.00 over a five-year period. Interested parties must submit their proposals by December 8, 2025, and direct any inquiries to Azeb Mengistu at Azeb.Mengistu@hhs.gov or Christopher McGucken at Christopher.McGucken@hhs.gov by December 1, 2025.
    World Trade Center Health Program - Comprehensive Cost Avoidance, Coordination of Benefits, and Recovery Program
    Buyer not available
    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.
    Experian Remote Identity Proofing (RIDP) Services
    Buyer not available
    The Department of Health and Human Services, specifically the Centers for Medicare & Medicaid Services (CMS), intends to award a sole-source contract to Experian Information Solutions, Inc. for Remote Identity Proofing (RIDP) Services. This procurement aims to ensure continuity of operations by utilizing Experian's proprietary RIDP services, which are already integrated into CMS systems and are essential for identity management and credentialing processes. The services will include various functionalities such as Identity Assurance Level 2 (IAL2) and Level of Assurance 3 (LOA3) proofing, Social Security Number verification, and support for Spanish and Limited English Proficiency users. Interested parties may submit capability statements by December 17, 2025, with a formal Request for Proposal anticipated in December 2025 and an award expected in February 2026. For further inquiries, contact Jeremy Garvin at jeremy.garvin@cms.hhs.gov or Benjamin Peter at benjamin.peter@cms.hhs.gov.
    CI-Medical
    Buyer not available
    The Department of the Treasury, specifically the Internal Revenue Service's Criminal Investigation division, is soliciting proposals for a Firm-Fixed Price, Four-Year Indefinite Delivery Indefinite Quantity Contract for medical services. The contract aims to provide comprehensive medical evaluations and screenings for special agents, including applicant screenings, annual incumbent screenings, fitness-for-duty exams, immunizations, and breath alcohol testing, with a focus on adhering to IRS data safeguarding protocols. This procurement is critical for ensuring the health and fitness of law enforcement personnel, with the contract expected to run from October 1, 2025, to September 30, 2030. Interested contractors should contact Diana Vitenko at diana.vitenko2@irs.gov or 510-907-5083 for further details, as proposals will be evaluated based on a best-value trade-off approach emphasizing technical and management capabilities.
    BARDA Vaccine Medical Countermeasures for Pandemic Influenza Preparedness & Response
    Buyer not available
    The Department of Health and Human Services, specifically the Office of Assistant Secretary for Preparedness and Response (BARDA), is seeking qualified contractors to support the development of vaccine medical countermeasures for pandemic influenza preparedness and response. The objective of this Sources Sought Notice (SSN) is to refine requirements and establish long-term partnerships with contractors capable of producing vaccines, antigens, and adjuvants necessary for pandemic preparedness and public health emergencies. This initiative is critical for enhancing the U.S. response to influenza viruses with pandemic potential and ensuring rapid regulatory decisions and manufacturing readiness. Interested parties must submit evidence of eligibility, capabilities statements, and requests to participate by email to Laura Saddison at Laura.Saddison@hhs.gov by 3:00 pm EST on December 19, 2025. This SSN/RFI is for information and planning purposes only and does not constitute a solicitation.
    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.
    National Clinical Vaccination (NCV) Contract Extension
    Buyer not available
    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.
    Support for Evaluating and Conducting Computational and Alternative Toxicological Methods for the National Institute of Environmental Health Sciences
    Buyer not available
    The Department of Health and Human Services, specifically the National Institute of Environmental Health Sciences (NIEHS), is seeking proposals from small businesses to support the evaluation and conduct of computational and alternative toxicological methods. The objective of this procurement is to assist NIEHS in chemical hazard and risk assessment while minimizing the use of animal testing, focusing on areas such as population variability, developmental neurotoxicity, and carcinogenicity. This contract, which is a Cost-Plus-Fixed-Fee type, has a base period of performance from June 1, 2026, to May 31, 2027, with nine additional one-year options and a potential six-month extension. Proposals are due by December 19, 2025, and must be submitted electronically via the NIH eCPS website; interested parties can contact Jason Williams at jason.williams2@nih.gov or Lisa Schaupp at lisa.schaupp@nih.gov for further information.
    HSPD-12 ICAM GAP Support Modification Justification
    Buyer not available
    The Department of Health and Human Services (HHS) is seeking proposals for a modification to the existing HSPD-12 ICAM support contract under task order HHSN316201200018W, specifically modification P00008. This procurement aims to provide continued support and development services related to the HHS's Identity, Credential, and Access Management (ICAM) initiatives, which are critical for ensuring secure access to government resources. The contract will be performed in Virginia, and interested parties can reach out to Debbie Hope at debbie.hope@psc.hhs.gov for further details. The notice is posted in accordance with FAR 5.406, indicating the formal approval process for this modification.
    Non-Personal Healthcare Services-Physician & Other Professional Ambulatory Services for PRC Program
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified contractors to provide non-personal healthcare services, including physician and other professional ambulatory services, for the Purchased/Referred Care (PRC) program in New Mexico. The objective is to procure medically necessary outpatient and inpatient services for eligible American Indian and Alaskan Native patients, which will be delivered at the contractor's facilities rather than IHS clinics or hospitals. This initiative is crucial for ensuring access to specialty healthcare services that are not available through IHS, thereby enhancing healthcare delivery to underserved populations. Interested parties should contact Eric Wright at eric.wright@ihs.gov or Patricia Trujillo at patricia.trujillo@ihs.gov for further details, with proposals due by January 1, 2025.