World Trade Center Health Program - Outreach and Education
ID: 75D30125Q00092Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Other Social Advocacy Organizations (813319)

PSC

SOCIAL- OTHER (G099)
Timeline
  1. 1
    Posted Mar 31, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 24, 2025, 12:00 AM UTC
  3. 3
    Due Apr 30, 2025, 8:00 PM UTC
Description

The Department of Health and Human Services, through the Centers for Disease Control and Prevention (CDC), is seeking contractors for the World Trade Center Health Program's Outreach and Education services. The objective is to implement targeted outreach, education, and support services for 9/11 survivors and responders, enhancing awareness and enrollment in the program, which currently serves over 125,000 members. This initiative is crucial for addressing the long-term health impacts of the September 11 attacks, ensuring eligible individuals receive necessary medical monitoring and treatment. Interested contractors must submit proposals by the specified deadlines, with the contract expected to be awarded by June 14, 2025. For further inquiries, contact Joseph Jones at zjb2@cdc.gov.

Point(s) of Contact
Joseph Jones
zjb2@cdc.gov
Files
Title
Posted
Apr 24, 2025, 9:08 PM UTC
The document is an amendment to a solicitation issued by the Centers for Disease Control and Prevention (CDC) concerning contract number 75D301-25-Q-00092. Effective April 23, 2025, this amendment specifies updates primarily related to the point of contact for potential contractors, changing it to Joseph Jones, the Contract Specialist. It also provides a revised link for the Small Business Subcontracting Plan submission, ensuring compliance and accessibility for subcontractors. While it addresses specific modifications in the instructions related to proposal submissions, all other terms and conditions of the original solicitation remain unchanged. This amendment emphasizes the CDC's ongoing efforts to maintain clarity and proper communication in the procurement process while adhering to federal contracting regulations.
Apr 24, 2025, 9:08 PM UTC
This document is an amendment (No. 00003) to the solicitation numbered 75D301-25-Q-00092, issued by the Centers for Disease Control and Prevention (CDC) on March 31, 2025, for the purpose of modifying the existing contract as per federal regulations. The amendment is effective from April 24, 2025. Key changes include an update to the submission link for the Small Business Subcontracting Plan, ensuring compliance with the latest guidelines. All remaining terms and conditions of the original solicitation remain intact and unchanged. Offers must acknowledge receipt of this amendment to avoid rejection, and changes can be made to previously submitted offers if communicated correctly within the stated timeline. This amendment exemplifies proper procedural governance in governmental contracting, ensuring transparency and adherence to established regulations while facilitating small business participation in federal contracts.
Apr 24, 2025, 9:08 PM UTC
The document details a solicitation for services under the World Trade Center (WTC) Health Program, specifically aimed at enhancing outreach and education for 9/11 survivors and responders. The solicitation, numbered 75D30125Q00092, highlights the need for contractors to provide targeted support services over multiple performance periods, starting from June 15, 2025, and spanning through June 14, 2030. The CDC intends to award a firm-fixed-price contract, allowing for multiple awards as deemed necessary. Key elements include the requirement for contractors to comply with several regulatory clauses and labor standards. The contract emphasizes the importance of maintaining a smoke-free environment, following records management protocols, and ensuring the protection of non-public information. Additionally, contractors must observe strict identification guidelines to distinguish themselves as contractors rather than federal employees. The document outlines not just the services expected, but also the administrative and regulatory framework guiding the contract execution, reinforcing the necessity for accountability and compliance within the procurement process. This solicitation signifies the government's proactive approach to supporting the health needs of those affected by the 9/11 attacks while fostering opportunities for small businesses.
Apr 24, 2025, 9:08 PM UTC
This document is an amendment to solicitation and contract ID 75D301-25-Q-00092, issued by the Centers for Disease Control and Prevention (CDC) regarding modifications effective from April 15, 2025. It updates key details in the solicitation such as the point of contact now being Lauren Peel as the Contracting Officer. The amendment specifies changes to submission requirements, including a requirement for proposal emails to indicate the targeted group. Additional modifications include the clarification that cover pages and table of contents do not count toward the stipulated 15-page limit for proposals. Importantly, all other terms and conditions from the original solicitation remain unchanged. The amendment emphasizes the necessity for offers to acknowledge receipt prior to the specified deadlines to prevent rejection of submissions, thus ensuring compliance with procedural standards for government contracts.
Apr 24, 2025, 9:08 PM UTC
The Outreach Strategy Plan outlines an initiative focused on targeting specific audiences through structured outreach efforts maintained across a defined period of performance, including a base year and two option years. The document details various contract tasks, associated deliverables with expected delivery dates, and designated outreach channels intended for effective communication. It emphasizes the importance of audience identification and engagement metrics, estimating costs for program materials and potential partnerships. The strategy highlights the necessity for drafts of developed materials to be submitted at least 10 business days prior to their anticipated use, ensuring timely review and alignment with project goals. This plan is integral to the broader context of government RFPs, federal grants, and state/local initiatives, concentrating on efficient outreach to foster better community interactions and program success.
Apr 24, 2025, 9:08 PM UTC
The Outreach & Education Monthly Report is a structured document designed for contractors to provide comprehensive updates on their outreach activities related to federal and state programs. Each report, due by the 10th of every month, includes essential sections for documenting contract tasks, social media outreach, obstacles encountered, future plans, and additional comments. Contractors must outline their activities, including specific dates, descriptions, and metrics to evaluate effectiveness. The report also prompts contractors to identify challenges faced during the outreach process and document corrective actions taken. Looking ahead, it requires listing planned activities for the upcoming month. This report serves as a critical tool for communication between contractors and Contracting Officer Representatives (CORs), ensuring accountability and strategic alignment with program goals. By maintaining a clear record of activities and results, it supports the overarching aim of enhancing public engagement and education in alignment with federal grant objectives and local RFP requirements.
Apr 24, 2025, 9:08 PM UTC
The Strategic Outreach Plan for the World Trade Center (WTC) Health Program outlines a comprehensive approach to guide potential members through their journey from initial awareness to active participation. The plan consists of several key stages: **Introduction**, **Interest**, **Preparation**, **Application**, **Enrollment**, **Membership**, and **Inactive Member**. At the **Introduction** stage, potential members learn basic details about the program, including benefits and eligibility, to spark interest. Moving to the **Interest** phase, personalized guidance assists individuals in assessing their eligibility based on specific 9/11 experiences. The **Preparation** phase focuses on preparing necessary documentation and understanding the application process. During the **Application** stage, individuals submit their applications with support available to address any inquiries. Following submission, the **Enrollment** phase provides new members with a welcome and resources for accessing benefits. In the **Membership** stage, ongoing communication and support help maintain member engagement. Finally, the **Inactive Member** stage seeks to reengage inactive individuals, ensuring they understand available benefits and addressing any barriers to participation. Overall, the plan aims to foster awareness, facilitate access to benefits, and ensure member satisfaction within the WTC Health Program, highlighting the importance of a structured outreach approach in meeting community health needs.
Apr 24, 2025, 9:08 PM UTC
The World Trade Center (WTC) Health Program is a federal initiative offering no-cost medical monitoring and treatment to eligible responders and survivors affected by the September 11, 2001, terrorist attacks. Established by the James Zadroga 9/11 Health and Compensation Act of 2010 and reauthorized until 2090, the program currently serves over 125,000 members across all 50 states. It provides comprehensive health care, including doctor visits, surgeries, and prescription medications, specifically for health conditions certified as related to 9/11 exposures. The program categorizes members into WTC responders—those who physically responded to the attacks—and WTC survivors—individuals adversely impacted in New York City. Covered health conditions include cancers, mental health issues, and respiratory disorders, with provisions for case management, benefits counseling, and treatment through 8 Clinical Centers of Excellence and a Nationwide Provider Network. The program also conducts health research and allows additions to the list of health conditions through defined protocols. It plays a critical role in supporting the health needs of those affected by 9/11, demonstrating the government's commitment to their well-being through timely access to healthcare services and support resources.
Apr 24, 2025, 9:08 PM UTC
The World Trade Center (WTC) Health Program is a federally funded initiative providing no-cost medical monitoring and treatment for health conditions related to the September 11th attacks in New York, the Pentagon, and Shanksville, Pennsylvania. It serves both responders—individuals who participated in the response and recovery efforts—and survivors—those who lived, worked, or attended school in the affected areas. The program offers annual monitoring exams and treatment for certified health conditions linked to 9/11 exposures, while also funding relevant medical research. Eligibility criteria for respondents and survivors are specified, with an emphasis on applying as soon as documentation is prepared. The application process includes a review period, after which individuals receive notifications regarding their enrollment status. This program is essential in addressing the long-term health impacts of 9/11 on affected individuals and demonstrates the government's commitment to their care and wellbeing.
Apr 24, 2025, 9:08 PM UTC
The Quality Assurance Surveillance Plan (QASP) for the World Trade Center Health Program outlines a framework for monitoring contractor performance regarding outreach and education services. Its purpose is to ensure that performance standards are met as per the accompanying Performance Work Statement (PWS). The document details the roles of the Contracting Officer (CO) and the Contracting Officer’s Representative (COR), who oversee contract compliance and performance administration. Key methodologies for performance monitoring include random monitoring and 100% inspection. Customer feedback is emphasized as vital for assessing service effectiveness, and unacceptable performance can lead to required corrective actions. The plan articulates required performance standards, including outreach metrics and timely reporting, with specific acceptable quality levels. The QASP emphasizes a performance-based management approach, prioritizing results over strict compliance. It aims to foster flexibility for the contractor while ensuring that critical performance objectives are achieved. Overall, the QASP is essential for maintaining quality and accountability in fulfilling federal grant obligations for this health program.
Apr 24, 2025, 9:08 PM UTC
The Proposed Strategic Outreach Plan outlines initiatives to engage audiences regarding the World Trade Center Health Program. It is structured to address the components specified under Task 2 of the contract solicitation. The plan details activities or events aimed at specific target audiences, employing various outreach channels to maximize engagement. Proposed materials may include both programmatic resources and new materials developed by the proposer. Success metrics will be established to evaluate the effectiveness of these outreach efforts. The purpose of this plan is to ensure that outreach is strategically aligned with program goals, targeting relevant demographics to enhance awareness and participation in health-related initiatives stemming from the impacts of the World Trade Center disaster. The document reflects the strategic intent behind the federal RFP process, emphasizing outreach and education for diverse community groups while ensuring compliance with federal grant requirements.
Apr 24, 2025, 9:08 PM UTC
The document outlines a proposed strategic outreach plan as part of a proposal for Solicitation XX related to the World Trade Center Health Program. It focuses on the engagement and education of stakeholders through various activities or events. The plan includes a timeline with expected dates for proposed activities, accompanied by estimated costs. It emphasizes the importance of outreach and education initiatives to inform relevant parties about health program services. The context implies a response to a federal request for proposals (RFP) aimed at enhancing awareness and access to health resources for affected individuals by leveraging targeted outreach efforts. This collaborative effort aims to align with federal grant objectives and state/local RFP requirements, emphasizing the need for strategic planning in public health communications.
Apr 24, 2025, 9:08 PM UTC
The government document outlines a Performance Work Statement (PWS) for the World Trade Center (WTC) Health Program Outreach and Education Contract, which spans from June 15, 2025, to June 14, 2030. This contract aims to raise awareness and understanding of the WTC Health Program among potential beneficiaries—Responders and Survivors of the 9/11 attacks. The outreach goals are necessitated by an estimated 400,000 individuals affected by the disaster, with current enrollment at about 34%. The contractor will execute various outreach activities targeting three primary groups: Survivors, Responders, and Young Adults. Key tasks involve initiating a Strategic Outreach Plan, conducting community engagement, providing application assistance, and reporting on outreach effectiveness. The plan must include measurable goals, such as engaging a minimum of 750 eligible individuals annually. The document emphasizes adherence to federal and program guidelines throughout outreach activities, including the need for cultural sensitivity and compliance with Section 508 accessibility standards. Regular reports and assessments will be required, ensuring that contractor performance aligns with the program's objectives to enhance enrollment and facilitate access to health benefits for eligible individuals.
This document outlines the Request for Quote (RFQ) process for one or more Firm Fixed Price contracts related to the World Trade Center (WTC) Health Program's Outreach and Education activities. Proposals must be submitted in two parts: a Technical Proposal and a Business Proposal, with a focus on three distinct Target Groups: Survivor, Responder, and Young Adult populations. Each offeror is required to provide detailed descriptions of their technical approach, including methods for reaching these populations, understanding unique needs, and mitigating barriers to outreach. The government emphasizes that cost should not be mentioned in the Technical Proposal, while the Business Proposal must include comprehensive pricing details. Offerors must adhere to specific formatting guidelines, including page limits for the Technical Proposal and submission protocols. Evaluation will be based on technical approach, demonstrated experience, and staffing plans, with a focus on delivering value and past performance metrics. The document stresses the government's right to award multiple contracts per group or none, based on proposal evaluations. Detailed criteria for assessment include soundness in technical methodology and understanding of contract objectives. The summary encapsulates the expectations and procedural requirements for contractors interested in participating in this solicitation, reflecting the federal grant and RFP context typical in government engagements.
Apr 15, 2025, 8:05 PM UTC
The document is a Request for Quotation (RFQ) from the Centers for Disease Control and Prevention (CDC) regarding Outreach and Education services for the World Trade Center Health Program. It addresses questions from potential offerors about contract specifics, including expectation timelines, labor standards, outreach metrics, and engagement with target populations. Key points include the requirement for contractors to meet minimum outreach standards of 750 potentially eligible individuals per target group annually, including 250 novel individuals, as well as clarifications on communication protocols, performance metrics, and permissible collaboration. Contractors are expected to utilize CDC-provided materials for outreach while having the option to develop new resources subject to approval. Clarifications on price evaluations revealed that HUBZone preferences apply specifically to prime bidders, and the RFQ emphasizes the importance of limiting the dissemination of funding information. Furthermore, the document stipulates a review process for outreach material submissions and encourages diverse outreach methods, underscoring the CDC's intent to effectively engage different populations while adhering to government procurement standards. Overall, the RFQ outlines crucial operational and administrative guidelines essential for potential contractors participating in this solicitation.
Apr 24, 2025, 9:08 PM UTC
The document outlines responses to questions regarding Request for Quotation (RFQ) 75D30125Q00092, related to the World Trade Center Health Program's Outreach and Education services. The contract aims to be awarded by June 14, 2025, with a focus on engaging different target groups, specifically young adults, survivors, and responders. Key points include the expectation for potential contractors to meet minimum outreach standards of 750 individuals per target group and the significance of "active engagement" in outreach activities. Contractors are responsible for adhering to specific reporting requirements and ensuring the quality of outreach materials distributed. The document clarifies that collaboration with law firms is prohibited and that materials must be approved by the Program before use. It also addresses funding concerns, asserting that the allocated budget will be sufficient for achieving outreach goals. Overall, the document emphasizes the need for structured outreach while allowing contractor flexibility in developing strategies to meet specified performance metrics. It reinforces the evaluation of individual proposals without preference for specific target groups, aiming for full and open competition among prospective offerors.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
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) to provide healthcare services to eligible survivors of the September 11, 2001, terrorist attacks in the New York Metropolitan Area. The contract aims to deliver comprehensive health monitoring, diagnosis, and treatment services, ensuring that survivors receive the necessary care for health conditions related to their exposure during the attacks. This initiative is critical for supporting the ongoing health needs of over 132,000 enrolled members under the World Trade Center Health Program, emphasizing the importance of effective healthcare delivery and compliance with federal regulations. Proposals are due by May 5, 2025, with a question-and-answer phase closing on April 11, 2025. Interested parties can contact Serina Allingham at xog9@cdc.gov or Patrick Winders at vxx6@cdc.gov for further information.
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 proposals for a Third-Party Administrator (TPA) to manage the World Trade Center (WTC) Health Program. The TPA will be responsible for processing enrollment applications, managing provider networks, administering medical benefits, and handling claims for individuals affected by the September 11 attacks. This program is crucial for providing healthcare services to approximately 132,000 members, ensuring they receive necessary medical monitoring and treatment for WTC-related conditions. Interested offerors must submit their proposals by April 11, 2025, with a pre-proposal conference scheduled for January 22, 2025. For further inquiries, contact Joshua Houston at jhouston@cdc.gov.
Remote Health Readiness Program 4 (RHRP-4)
Buyer not available
The Department of Defense, through the Defense Health Agency (DHA), is soliciting proposals for the Remote Health Readiness Program 4 (RHRP-4), aimed at providing comprehensive medical and dental readiness services to military personnel, including active and reserve components, as well as Department of Homeland Security members. The contract, structured as an Indefinite Delivery Indefinite Quantity (IDIQ) agreement, will span ten years and is valued at a maximum of $1.61 billion, focusing on maintaining the health and readiness of service members through various assessments, treatments, and logistical support. This initiative underscores the importance of ensuring a medically ready force, with contractors required to establish a network of certified providers and adhere to strict quality control and reporting standards. Interested parties must submit their proposals by May 9, 2025, and can direct inquiries to Nakaura C. Yusuf at nakaura.c.yusuf.civ@health.mil or by phone at 703-681-5821.
Vaccines for Adults
Buyer not available
The Centers for Disease Control and Prevention (CDC) is seeking to establish one or more Indefinite Delivery/Indefinite Quantity (ID/IQ) contracts for the procurement of standard commercial adult vaccines. The primary objective of this initiative is to utilize Section 317 vaccine purchase funds to provide vaccines at prices lower than those available in the commercial marketplace, specifically targeting state and local health departments to serve populations at high risk for under-vaccination. This procurement is crucial for enhancing adult immunization coverage and ensuring effective immunization practices in alignment with public health initiatives. Interested parties can contact James Sprigler at zbs6@cdc.gov or Chad Turner at ukr9@cdc.gov for further information, with the contract performance period set from July 1, 2025, to June 30, 2026.
Research, Measurement, Assessment, Design, and Analysis (RMADA) 3 IDIQ
Buyer not available
The Department of Health and Human Services, specifically the Centers for Medicare and Medicaid Services (CMS), is seeking proposals for the Research, Measurement, Assessment, Design, and Analysis (RMADA) 3 Indefinite Delivery Indefinite Quantity (IDIQ) contract. This contract aims to provide analytic support and technical assistance for healthcare models and demonstration programs under the Affordable Care Act, focusing on reducing expenditures for Medicare, Medicaid, and CHIP beneficiaries while maintaining or improving the quality of care. The contract has a maximum ceiling of $3.5 billion over its duration, with a minimum order threshold of $1,500, and will involve tasks such as data analysis, stakeholder engagement, and program evaluations. Interested parties must submit their proposals by the revised deadline of May 6, 2025, and can direct inquiries to Melanie Suris-Rodriguez at RMADA3@cms.hhs.gov.
HMA Training Support Services
Buyer not available
The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is seeking qualified contractors to provide training support services for its Hazard Mitigation Assistance (HMA) programs. The procurement aims to secure reliable and effective training development and delivery services, including the creation and maintenance of training courses, logistical support, and project management for various mitigation programs. This opportunity is critical for enhancing the capabilities of FEMA's training initiatives, which play a vital role in disaster preparedness and resilience. Interested 8(a) certified small businesses must submit proposals by May 7, 2025, with inquiries directed to Amanda Lynn Long at amanda.long@fema.dhs.gov or Glen Seipp at glen.seipp@fema.dhs.gov.
TRANSITIONAL SHELTERING ASSISTANCE PROGRAM OVERVIEW
Buyer not available
The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking information from qualified contractors regarding the Transitional Sheltering Assistance (TSA) Program, which aims to enhance temporary lodging solutions for disaster survivors. The TSA program provides short-term sheltering for individuals and families affected by disasters, having successfully accommodated over 319,000 households in the past five years, and FEMA is looking to streamline processes and expand collaborations with private-sector lodging providers to activate housing solutions quickly post-disaster. Interested contractors are invited to submit their capabilities in developing survivor processing portals, system integrations, and payment management, with responses due by April 2025, as the anticipated project launch is estimated for October 2025. For further inquiries, interested parties may contact Lassey Wilson-Bahun at lassey.wilsonbahun@fema.dhs.gov or Keturah Stroy at keturah.stroy@fema.dhs.gov.
Request for Information (RFI) for Graphic Building Wraps
Buyer not available
The Department of Health and Human Services (HHS) is seeking industry input through a Request for Information (RFI) regarding the potential use of graphic building wraps to promote the "Make America Healthy Again" initiative on the Hubert H. Humphrey (HHH) Building in Washington, D.C. The objective is to gather information on the feasibility, available options, structural impacts, installation and removal processes, necessary approvals, and associated costs related to implementing graphic wraps on this historic building, which is listed on the National Register of Historic Places. This initiative aims to enhance public health awareness and engage industry partners in promoting a healthier America. Interested parties must submit their responses to Azeb Mengistu at azeb.mengistu@hhs.gov by 1:00 PM on April 28, 2025, to be considered for this opportunity.
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.
Vision Care Coordination
Buyer not available
The Department of Defense, through the Defense Health Agency (DHA), is soliciting proposals for the Vision Care Coordination contract, aimed at establishing a nationwide network for coordinating vision health care within the Military Health System. The procurement seeks to enhance vision care services by requiring contractors to provide comprehensive program management support, including patient outreach, data collection, and coordination of care between Military Treatment Facilities and the Veterans Affairs system. This initiative is critical for improving the efficiency and effectiveness of vision care services for DoD beneficiaries, with a contract period starting September 24, 2025, and lasting up to five years, including optional extensions. Interested parties should submit their proposals by May 15, 2025, and can contact Aileen Floyd at aileen.s.floyd.civ@health.mil or Leslie Nelson at leslie.s.nelson7.civ@health.mil for further information.