World Trade Center Health Program Third-Party Administrator (TPA)
ID: Pre-75D301-25-R-73216Type: Presolicitation
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

SUPPORT- MANAGEMENT: OTHER (R799)
Timeline
    Description

    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.

    Point(s) of Contact
    Joshua Houston
    jhouston@cdc.gov
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    World Trade Center Health Program Third-Party Administrator (TPA)
    Buyer not available
    The Department of Health and Human Services, through the Centers for Disease Control and Prevention (CDC), is seeking proposals for a Third-Party Administrator (TPA) to support the World Trade Center (WTC) Health Program. The TPA will be responsible for managing enrollment applications, maintaining member information, overseeing provider networks, administering benefits, and processing medical claims for individuals affected by the September 11th attacks. This program is crucial for delivering comprehensive healthcare services to approximately 132,000 members, ensuring they receive the 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, and the contract period expected to commence on September 15, 2025. For further inquiries, contact Joshua Houston at jhouston@cdc.gov.
    CBP Request for Information (RFI) for CBP Medical Services (Pre/Post Employment)
    Buyer not available
    The Department of Homeland Security's U.S. Customs and Border Protection (CBP) is seeking information from vendors regarding the provision of medical services for pre- and post-employment evaluations, including medical examinations, fitness testing, consultations, and drug testing. This Request for Information (RFI) aims to gather insights for future procurement decisions, emphasizing the need for board-certified physicians to ensure that personnel meet critical medical standards necessary for law enforcement roles within the agency's workforce of approximately 60,000 employees. Interested parties are encouraged to submit their capabilities and experiences by March 2025, with the contract anticipated to commence in November 2026. For further inquiries, vendors may contact Peter Giambone at peter.a.giambone@cbp.dhs.gov or Matthew Coniglio at matthew.coniglio@cbp.dhs.gov.
    Benefits Enrollment and Premium Administration Services for BENEFEDS Program
    Buyer not available
    The Office of Personnel Management (OPM) is seeking industry insights for the Benefits Enrollment and Premium Administration Services for the BENEFEDS Program. This procurement aims to identify a contractor capable of managing enrollment and premium administration for various federal benefit programs, including the Federal Employees Dental and Vision Insurance Program (FEDVIP), the Federal Flexible Spending Account Program (FSAFEDS), and the Federal Long Term Care Insurance Program (FLTCIP). The selected contractor will be responsible for ensuring compliance with federal regulations, providing superior customer service, and maintaining a secure and user-friendly online enrollment system for over two million beneficiaries. Interested parties must submit their qualifications and relevant experiences by March 4, 2025, with inquiries directed to Erica Randall at erica.randall@opm.gov or Carrie Fairbanks at carrie.fairbanks@opm.gov.
    Health Insurance for Locally Employed Staff, U.S. Consulate General Willemstad, Curacao
    Buyer not available
    The U.S. Department of State is soliciting proposals for health insurance services for Locally Employed Staff (LES) at the U.S. Consulate General in Willemstad, Curacao, under Solicitation No. 19GE5025R0010. The procurement aims to provide comprehensive health insurance coverage, including hospitalization, emergency services, outpatient care, and prescription drugs, for approximately 47 employees and their dependents, with a contract structured as a firm-fixed-price over a base year and four option years. This initiative is crucial for ensuring adequate healthcare provisions for embassy staff, reflecting the U.S. government's commitment to employee welfare in international contexts. Proposals must be submitted electronically by February 17, 2025, with inquiries directed to Ms. Ielyzaveta Ishchenko at IshchenkoIM@state.gov before January 31, 2025.
    Request for Proposal (RFP) 70T05025R5900N002 - Screening Partnership Program Follow-On Procurement
    Buyer not available
    The Department of Homeland Security, through the Transportation Security Administration (TSA), is soliciting proposals for the Screening Partnership Program Follow-On Procurement under Request for Proposal (RFP) 70T05025R5900N002. This procurement aims to secure qualified contractors to provide security screening services at airports, ensuring compliance with federal standards and TSA procedures. The contract is structured as an Indefinite Delivery, Indefinite Quantity (IDIQ) type, with a ceiling value of $5.3 billion over a 10-year period, emphasizing the importance of effective airport security management. Interested contractors should direct inquiries to Deandre Rawlings at deandre.rawlings@tsa.dhs.gov or Phillip Smith at phillip.smith1@tsa.dhs.gov, with proposals due by the specified deadlines.
    DTRA CWMD Security Cooperation Engagement Program IDIQ
    Buyer not available
    The Defense Threat Reduction Agency (DTRA) is seeking contractors for the Countering Weapons of Mass Destruction (CWMD) Security Cooperation Engagement Program (CSCEP) through an Indefinite Delivery Indefinite Quantity (IDIQ) contract. The primary objective of this procurement is to enhance the capabilities of partner nations in responding to Chemical, Biological, Radiological, and Nuclear (CBRN) incidents, thereby improving global security and national defense. This initiative is critical for training and equipping partner nations to effectively manage WMD threats, ensuring compliance with U.S. regulations and security protocols. Interested parties should note that the solicitation is expected to be released in the second quarter of fiscal year 2025, and they can direct inquiries to Eric M Rode at dtra.belvoir.ob.mbx.ob-bp-acquisitions@mail.mil.
    TPPIHC Roof Replacement and Fall Protection
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is soliciting proposals for the roof replacement and fall protection project at the Taos-Picuris Pueblos Indian Health Center (TPPIHC) in Taos, New Mexico. The project aims to replace the existing roofing system and implement necessary fall protection measures, with an estimated construction cost between $1 million and $5 million. This initiative is crucial for maintaining the safety and functionality of health facilities, ensuring compliance with safety regulations, and enhancing the overall infrastructure of the center. Proposals are due by March 20, 2025, following a mandatory site visit on March 5, 2025. Interested contractors, particularly those classified as Indian Small Business Economic Enterprises (ISBEE), should contact Joshua VanSkike at joshua.vanskike@ihs.gov or 240-485-7526 for further details.
    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), which aims to provide comprehensive medical and dental readiness services to military personnel, including both active duty and reserve components. The contract, valued at up to $1.61 billion, will be structured as an Indefinite Delivery Indefinite Quantity (IDIQ) contract over a ten-year period, encompassing a transition phase followed by a base period and nine optional years of performance. This initiative is crucial for maintaining the health and operational readiness of service members, ensuring they receive necessary assessments and treatments across various modalities, including in-clinic and virtual care. Interested contractors should contact Nakaura C. Yusuf at nakaura.c.yusuf.civ@health.mil or call 703-681-5821 for further details regarding the solicitation process.
    FEMA Pre-Solicitation: Hermit’s Peak/Calf Canyon Claims Review Technical Support
    Buyer not available
    The Federal Emergency Management Agency (FEMA) is seeking technical support services for the Hermit’s Peak/Calf Canyon Claims Review, aimed at facilitating the efficient processing of claims related to the significant damages caused by the Hermit’s Peak and Calf Canyon fires in New Mexico. The contractor will be responsible for various operational tasks, including claimant intake, documentation collection, evaluation of claims for compensatory damages, and ensuring compliance with regulatory guidelines, all while maintaining a claimant-centric approach. This procurement is crucial for expediting compensation to affected individuals and will be executed through an Indefinite Delivery/Indefinite Quantity (IDIQ) contract structure over a five-year period, with a base year and four option years. Interested contractors can direct inquiries to Rachel Woods or Sharon Edwards via their respective emails, and should prepare for the anticipated solicitation release around February 2025.
    G1 - Non Clinical Case Management Services
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for Non-Clinical Case Management Services to support the Wyoming Army National Guard under contract W912L325RA002. The primary objective of this procurement is to enhance medical readiness by managing and tracking Soldier Treatment Records and various electronic health systems, ensuring compliance with established medical readiness goals. This contract, valued at $12,500,000, is set to commence on April 1, 2025, and run through March 31, 2026, with options for extension. Interested parties should direct inquiries to Benjamin Taylor or Chelby Rush via the provided email addresses and adhere to the proposal submission guidelines outlined in the solicitation documents.