Dose Reconstruction and Related Activities to Support NIOSH's Responsibilities under the Energy Employees Occupational Illness Compensation Act (EEOICPA)
ID: 2026-DoseReconstructionType: Sources Sought
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFCENTERS FOR DISEASE CONTROL AND PREVENTIONHHS CDCATLANTA, GA, 30333, USA

NAICS

All Other Professional, Scientific, and Technical Services (541990)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), is seeking qualified contractors to assist with dose reconstruction and related activities under the Energy Employees Occupational Illness Compensation Act (EEOICPA). The primary objectives include conducting approximately 3,120 dose reconstructions annually, evaluating Special Exposure Cohort (SEC) petitions, and providing technical and program management support, all while adhering to strict privacy and security standards. This opportunity is critical for fulfilling NIOSH's obligations in supporting claims and ensuring accurate assessments of occupational exposure. Interested parties are encouraged to submit their capability statements and feedback on the draft Performance Work Statement (PWS) by contacting H. Dale Bish at uwo8@cdc.gov or Taylor Wellman at xur0@cdc.gov, as the government is currently in the sources sought phase and not yet soliciting proposals.

    Point(s) of Contact
    H. Dale Bish
    uwo8@cdc.gov
    Taylor Wellman
    xur0@cdc.gov
    Files
    Title
    Posted
    The National Institute for Occupational Safety and Health (NIOSH) is seeking contractor assistance for dose reconstruction and related activities under the Energy Employees Occupational Illness Compensation Act (EEOICPA). The contract, with a base period from March 2026 to March 2027 and four one-year option periods, aims to fulfill NIOSH's obligations in performing dose reconstructions for claims and evaluating Special Exposure Cohort (SEC) petitions. Key activities include data collection, claimant communications (estimated at 1.5 interviews per dose reconstruction, totaling 96 per week), dose estimation and reporting (approximately 3,120 dose reconstructions and re-works annually), SEC petition evaluations (5 petitions and 5 new sites per year), and technical and program management support. The contractor must maintain a secure network, develop software tools, and comply with strict privacy, security, and Section 508 accessibility standards. Performance will be measured against specific objectives, including accuracy and timeliness of reports, with monthly performance and financial reporting required.
    Similar Opportunities
    LSJ for DHIS Management and Consulting Services MOD 00002
    Buyer not available
    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.
    NIOSH- Compucom Inc Hardware and Software
    Buyer not available
    The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), intends to award a sole source contract to CompuCom Inc. for hardware and software maintenance services. This procurement is aimed at supporting the National Institute for Occupational Safety and Health's (NIOSH) OpenText ApplicationXtender/WebXtender imaging software suite and Kodak i2900 scanners, which are critical for the Coal Workers’ Health Surveillance Program (CWHSP). The maintenance agreement is essential to ensure the continued operation of the CWHSP archive system, as CompuCom is the exclusive OEM-authorized provider for the necessary software and hardware, making them the only viable source for this support. Interested parties may submit responses by December 15, 2025, at 10:00 a.m. EST to Ashley Williams at dal3@cdc.gov, although the government reserves the right to determine whether to pursue a competitive procurement based on these responses.
    LSJ for DHIS Management and Consulting Services MOD 00003
    Buyer not available
    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.
    Notice of Limited Source Award to Waters
    Buyer not available
    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
    Buyer not available
    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.
    Notice of Intent to Sole Source Modification of Contract to Quest Diagnostics, Inc.
    Buyer not available
    The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), intends to negotiate a non-competitive modification to an existing contract with Quest Diagnostics, Inc. This modification aims to expand the scope of the contract to include access to de-identified antibody results from previously tested specimens, focusing on individuals with immunocompromising conditions as part of the CDC's Multistate Assessment of SARS-CoV-2 Seroprevalence in Commercial Laboratory Survey (MASS-C) Study. The contract modification is crucial for estimating the prevalence of SARS-CoV-2 infections and vaccinations across various demographics and geographic locations, utilizing existing data rather than incurring additional costs for new specimen collection. Interested parties may submit responses to this notice within 15 days to the primary contact, Liz Cole-Greenblatt, at qst7@cdc.gov, although the government retains discretion over whether to pursue competitive procurement.
    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.
    Purchase of preventative and remedial maintenance of Spark Holland laboratory equipment
    Buyer not available
    The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), intends to award a sole source firm fixed price contract to Spark Holland Inc. for the preventative and remedial maintenance of Spark Holland laboratory equipment. This procurement is essential as Spark Holland Inc. is the original equipment manufacturer, possessing the unique expertise required to maintain and service the specialized equipment currently utilized by the CDC. The estimated period of performance for this contract is from February 1, 2026, to January 31, 2027, with interested parties encouraged to submit their interest and capability to respond by emailing the Contract Specialist, Staci Boykin, at zwh7@cdc.gov by 3:00 PM (ET) on December 8, 2025.
    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.
    Medical Case Reviewer Services for the Vaccine Injury Compensation Program (VICP)/ Countermeasures Injury Compensation Program (CICP).
    Buyer not available
    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.