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
    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 initiative. This procurement aims to enhance outreach and education services for 9/11 survivors and responders, ensuring they receive necessary medical treatment and support related to health conditions linked to their exposure during the attacks. The program is critical in addressing the long-term health impacts on affected individuals, with the contract set to span from June 15, 2025, to June 14, 2030, and potentially awarding multiple contracts based on proposals. Interested parties can contact Joseph Jones at zjb2@cdc.gov for further details, with proposals due by the specified deadlines outlined in the solicitation documents.

    Point(s) of Contact
    Joseph Jones
    zjb2@cdc.gov
    Files
    Title
    Posted
    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.
    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.
    This document is an amendment to the solicitation for contract 75D301-25-Q-00092, issued by the Centers for Disease Control and Prevention (CDC) on March 31, 2025. The amendment (No. 00004) is effective as of April 28, 2025, and does not extend the deadline for offers. The primary purpose of this amendment is to update the "Instructions to Offerors and Evaluation Factors for Award" by including links for separate Small Business Subcontracting Plan submissions related to different target populations: Survivor, Responder, and Young Adult. These link updates are intended to ensure clarity and accessibility for potential subcontractors. In all other respects, the terms and conditions of the original solicitation remain unchanged and in full effect. The amendment underscores the CDC’s commitment to facilitating small business participation in public health contracts, while following federal acquisition regulations.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    The document contains a Request for Quotation (RFQ) for outreach and education services regarding the World Trade Center Health Program. It outlines the deadlines for contract award, questions raised by potential bid respondents, and comprehensive answers provided by the government. Key topics covered include expected outreach standards targeting specific populations, including young adults and survivors, along with associated deliverables, funding limitations, and specific guidelines for proposal submissions. Notably, the government anticipates outreach efforts to engage a minimum of 750 potentially eligible individuals per target group, with specific metrics for measuring success provided. The RFQ emphasizes the prohibition against collaboration with law firms for outreach efforts, with detailed instructions on proposal formatting, subcontracting requirements, and milestones for material submissions. The document seeks to ensure transparency and clarity in the bidding process, ensuring that firms can effectively respond with relevant outreach strategies while adhering to expectations set by the Program. This RFQ represents a continuation of prior outreach initiatives aimed at effectively reaching and educating targeted communities about health program benefits and eligibility criteria.
    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.
    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
    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.
    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.
    LSJ for DHIS Management and Consulting Services MOD 00003
    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. This modification, identified as MOD 00003, aims to enhance the level of effort for existing tasks and introduce new optional tasks related to web application support and case surveillance community practices, which are critical for improving data collection and submission efficiency among state and local health departments. The contract includes a base period of twelve months, with three additional twelve-month option periods, and is intended to ensure continuity and efficiency in the services provided, leveraging the incumbent contractor's existing knowledge and experience. Interested parties can reach out to Marie Bartkevicius at vgj6@cdc.gov or 770-488-8493 for further details.
    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.
    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.
    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.
    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.
    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.
    Directed Medical Services for the Department of Labor, Office of Workers' Compensation Programs (OWCP), Division of Federal Employees Compensation (DFEC) program
    Labor, Department Of
    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.