RFI and draft PWS - World Trade Center Health Program Third-Party Administrator
ID: 75D301-24-RFI-WTCHP-TPAType: Special Notice
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, through the Centers for Disease Control and Prevention (CDC), is seeking industry feedback on a draft Performance Work Statement (PWS) for a Third-Party Administrator (TPA) for the World Trade Center (WTC) Health Program. The TPA will be responsible for managing enrollment applications, processing medical claims, maintaining member information, and administering benefits for approximately 135,000 individuals affected by the September 11 attacks. This program is crucial for providing medical monitoring and treatment for WTC-related health conditions, ensuring high-quality healthcare delivery to impacted populations. Interested parties are encouraged to submit their feedback by October 25, 2024, to Contract Specialist Joshua Houston at jhouston@cdc.gov, with a solicitation expected to be released around mid-January 2025.

    Point(s) of Contact
    Joshua Houston
    jhouston@cdc.gov
    Files
    Title
    Posted
    This glossary serves as a reference for key terms and acronyms relevant to the Third-Party Administrator (TPA) for the World Trade Center (WTC) Health Program. It includes definitions and explanations that provide context for terms encountered in the solicitation documents, ensuring clarity beyond contractual and regulatory definitions. Key terms covered include various health conditions related to WTC exposure, processes for medical claims, definitions of eligibility for health services, and procedures for enrollment and appeals. Specific attention is given to terms related to data management, protection of sensitive health information, and compliance with security standards. The glossary aims to improve understanding and facilitate communication among contractors, program administrators, and relevant stakeholders, reflecting a comprehensive approach to managing health services for individuals impacted by the aftermath of the September 11 attacks. This resource supports the meticulous compliance and operational standards demanded by federal contracts, enhancing the efficiency and effectiveness of the WTC Health Program.
    The World Trade Center Health Program outlines the procedures for the end-to-end enrollment process managed by a Third-Party Administrator (TPA). It begins with applicants completing an enrollment application, which can be submitted online or through fax or mail. The process includes verifying application completeness, conducting quality assurance checks, and assessing documentation for enrollment eligibility. Applications are categorized based on responder or survivor status, with each requiring distinct procedures and classifications. Follow-up actions are initiated for incomplete applications, and successful entrants receive welcome letters generated automatically by the CARE system. The document emphasizes consistent communication with applicants through calls and letters throughout the 90-day evaluation period. Additionally, it details the handling of demographic data and the generation of unique identification numbers (911#) for each member. Overall, this process is structured to ensure accurate data management and efficient enrollment for those affected by the events of September 11, 2001, emphasizing compliance with federal guidelines and the importance of a streamlined intake procedure. This document serves as a reference for the operational framework crucial to government health program funding and support mechanisms.
    The document outlines the End-to-End Certification Process for the World Trade Center Health Program managed by the National Institute for Occupational Safety and Health (NIOSH). It details the workflow for processing WTC-3 Certification Requests, beginning with the completion and submission of these requests by clinics via secure means such as fax or Secure File Transfer Protocol (SFTP). The process involves retrieving, reviewing, and validating certification packages, conducting health evaluations, and ultimately generating certification letters and reports. The CARE system, currently under development, is designed to facilitate certification data management and error-checking during the submission process. The document emphasizes the need for communication and reconciliation of certification requests between Third-Party Administrators (TPA) and Certified Clinics and Evaluators (CCE) to ensure all requests are processed efficiently. It highlights the variability in documentation required based on individual clinic practices, as well as the complexity of handling multiple conditions within a single certification request. This process aims to manage benefits and eligibility for members affected by the September 11 attacks while ensuring accuracy and compliance with health assessments.
    The document outlines the end-to-end transfer process for the World Trade Center Health Program, managed by the NIOSH and facilitated by various clinics and a Third-Party Administrator (TPA). The process begins with a member’s transfer request, requiring signed HIPAA authorization followed by scheduling of an exit interview to collect and review medical records. The transfer may be approved or denied based on specific exceptions, including timing of prior transfers and mid-monitoring exam requests. If approved, the transfer request and member records are forwarded to the destination clinic, and appointments are then set up. The TPA generates daily transfer reports and weekly demographic updates to ensure that all clinics involved are informed of member status. This structured communication is vital for maintaining up-to-date records across the system, which comprises five local systems of record. The document highlights the process's complexity and its reliance on collaboration between clinics and the data centers, emphasizing the importance of regulatory compliance and data accuracy in member healthcare management.
    The document outlines data on the World Trade Center (WTC) Health Program, focusing on membership demographics, enrollment trends, and claims processing. It includes detailed sections on current data exchanges, application volumes, member transfers, communication metrics, and provider networks. Key statistics highlight enrollment applications over the past three years by member type, processing times, and demographics. Supporting details cover facets such as member utilization (claims and services), internal and external communication frequencies, and trends in health certifications. Notable findings concerning demographics illustrate the distribution of members across various age groups and conditions, particularly centering on common certifications related to health conditions. The primary purpose of this document is to inform about operational insights and trends within the WTC Health Program, serving as a foundation for developing new strategies and recommendations. The structured data aids in decision-making processes relevant for federal and state grants and contracts. Overall, the document emphasizes the importance of analyzing such data to improve health service delivery for affected populations and to ensure compliance with governmental regulations and policies.
    This government document outlines a framework for responding to queries related to federal and state/local Requests for Proposals (RFPs) or grants. It establishes a structured approach, noting key elements such as item numbers, page references, section numbers, questions, and corresponding answers. The document serves as a guide for potential respondents, facilitating clear communication and understanding of requirements. Its objective is to ensure that inquiries are addressed systematically, providing clarity on specific aspects of the RFP process. By detailing the format of addressing questions and responses, the document emphasizes accountability and transparency in government procurement practices. This structure aims to foster an efficient dialogue between agencies and applicants, ultimately improving the overall execution of federal and local grant initiatives.
    The Performance Work Statement outlines the responsibilities for a Third-Party Administrator (TPA) under the World Trade Center (WTC) Health Program, effective from September 15, 2025, through September 14, 2035. The TPA Contractor will manage enrollment, certification, medical benefits administration, and claims processing for the Program, ensuring aligned services to about 135,000 enrolled members affected by the September 11, 2001, attacks. Key objectives include enhancing member access to healthcare, optimizing service delivery, and facilitating robust data management. The contract entails a structured transition-in, transition-out, and dual operations phases, emphasizing minimal disruption to services while maintaining regulatory compliance. The TPA Contractor will also engage in quality assurance, member services, and stakeholder communication, with a focused effort on training personnel and maintaining an effective call center. The overarching purpose is to ensure high-quality, equitable healthcare for WTC responders and survivors via a well-coordinated operational framework under federal regulations. The document emphasizes the need for an efficient, responsive system that prioritizes member needs and data integrity throughout the contract's lifecycle.
    Lifecycle
    Similar Opportunities
    Sources Sought (SS) | World Trade Center Health Program | Survivor Clinical Center of Excellence
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Centers for Disease Control and Prevention (CDC), is seeking information from organizations interested in supporting the operationalization of a Clinical Center of Excellence (CCE) as part of the World Trade Center (WTC) Health Program. The objective is to identify potential contractors capable of providing monitoring and treatment services for eligible Survivor members affected by the September 11 terrorist attacks, with services required from July 1, 2025, to June 30, 2030. This initiative underscores the federal commitment to delivering comprehensive healthcare to 9/11 responders and survivors, ensuring compliance with regulations and effective management of healthcare services. Interested parties must submit their capability statements by October 16, 2024, to Melissa Lera at umt1@cdc.gov, as the government evaluates market capacity and may set aside the requirement for small businesses based on responses.
    RFI for World Trade Center Health Program (WTCHP) Mental Health Evaluation
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Centers for Disease Control and Prevention (CDC), is seeking qualified vendors to respond to a Request for Information (RFI) aimed at developing a specialized mental health provider network for the World Trade Center Health Program (WTCHP). The primary objective is to address the unique mental health needs of WTCHP members, particularly those affected by 9/11-related conditions, by ensuring timely access to outpatient services and integrating these services with existing care teams while overcoming challenges such as provider shortages and billing complexities. This initiative is crucial for enhancing the quality of care and service delivery for individuals impacted by the events of September 11, 2001. Interested parties are encouraged to submit their responses detailing their experience and proposed solutions by contacting Eugenia J. Corder at xvn9@cdc.gov or by phone at 404-498-4855. This RFI is for information and planning purposes only and does not constitute a solicitation for proposals.
    RFI - World Trade Center (WTC) Health Program's Medical Coding System Transition
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), is seeking insights from qualified organizations regarding the transition of the World Trade Center (WTC) Health Program's medical coding system from ICD-9 to ICD-10 and beyond. The primary objective of this Request for Information (RFI) is to identify effective methods for automating updates to member certification files, ensuring alignment with valid ICD codes to maintain the integrity of the certification process for 9/11 Responders and Survivors. This initiative is crucial for ensuring continued access to necessary healthcare services for individuals affected by the events of September 11, 2001, as established under the James Zadroga 9/11 Health and Compensation Act of 2010. Interested parties are invited to submit a white paper by November 26, 2024, detailing their experience and capabilities related to coding transitions, with inquiries directed to Laurie Presley at xnp0@cdc.gov.
    MEDICAL THIRD-PARTY ADMINISTRATION (TPA) SUPPORT SERVICES
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for Medical Third-Party Administration (TPA) Support Services to assist the Naval Education and Training Security Assistance Field Activity (NETSAFA). The procurement aims to secure comprehensive TPA services, which are crucial for managing pharmacy benefits and other insurance-related functions effectively. This solicitation follows previous notices and emphasizes the importance of these services in supporting military personnel and their families. Interested vendors can reach out to Cory Georgeson at cory.j.georgeson.civ@us.navy.mil or Joseph Caltagirone at joseph.p.caltagirone3.civ@us.navy.mil for further details regarding the submission process and requirements.
    TSA Human Capital Assessment Program
    Active
    Homeland Security, Department Of
    The Transportation Security Administration (TSA) is seeking qualified vendors to provide comprehensive Human Capital Assessment services as part of its Human Capital Assessment Program. The primary objective is to enhance TSA's hiring and assessment processes for a geographically dispersed workforce, ensuring that candidates possess the necessary skills and knowledge for various positions, including Transportation Security Officers and Federal Air Marshals. This initiative is crucial for maintaining the effectiveness of TSA's mission to protect the nation's transportation systems while ensuring efficient hiring practices. Interested vendors must submit their responses to the Request for Information (RFI) by October 17, 2024, at 9:00 a.m. local time, to the primary contact, Brandon Prindle, at brandon.prindle@tsa.dhs.gov, with a copy to Patricia Klimowicz at Patricia.klimowicz@tsa.dhs.gov.
    PHARMACY BENEFITS MANAGEMENT SERVICES (PBM)
    Active
    Labor, Department Of
    The Department of Labor (DOL) is seeking proposals for Pharmacy Benefits Management (PBM) Services on behalf of the Office of Workers' Compensation Programs (OWCP). The procurement aims to establish a fixed-price contract that encompasses comprehensive management of pharmacy benefits, including prescription drugs, durable medical equipment, and diagnostic services, with a focus on cost control, transparency in drug pricing, and compliance with federal regulations. This initiative is critical for optimizing healthcare services and ensuring accountability in the management of pharmacy benefits for government programs. Interested vendors must submit questions regarding the RFP by October 21, 2024, and the due date for proposals will be announced in a subsequent amendment. For inquiries, contact Broderick Morris at Morris.Broderick@DOL.Gov or Helen A. Williams at williams.helen.a@dol.gov.
    NIAID CLINICAL PRODUCTS CENTER (CPC)
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the National Institutes of Health (NIH) and specifically the National Institute of Allergy and Infectious Diseases (NIAID), is seeking proposals for the NIAID Clinical Products Center (CPC) contract, aimed at supporting clinical trials focused on immunologic, infectious, and allergic diseases. The contract will provide essential pharmacy and pharmaceutical oversight for national and international clinical trials, ensuring product integrity, participant safety, and compliance with regulatory standards, while also expanding support for additional NIH-funded trials and emergency public health programs as needed. This initiative is critical for advancing research in various immune-mediated diseases, including asthma, autoimmune disorders, and organ transplant rejection. Interested parties should prepare to submit proposals electronically via the NIAID electronic Contract Proposal Submission (eCPS) website, with the presolicitation notice expected to be published on or around October 18, 2024. For further inquiries, contact Deborah Blyveis at blyveisd@niaid.nih.gov or Emily Bannister at emily.bannister@nih.gov.
    Medical Expenditure Panel Survey - Medical Provider Component
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Agency for Healthcare Research and Quality, is seeking qualified small businesses for the Medical Expenditure Panel Survey (MEPS) Medical Provider Component (MPC). This opportunity aims to gather information on the capabilities of small businesses in areas such as medical provider data collection, data processing, and project management, with a focus on improving the accuracy of national health expenditure estimates. The MEPS surveys are crucial for collecting extensive data on healthcare services utilized by Americans, their costs, and insurance coverage, thereby supporting healthcare research and policy formulation in the United States. Interested parties must submit a tailored capability statement by the specified deadlines, with the anticipated period of performance beginning in July 2025 and lasting for five years. For further inquiries, contact Tara Bertolini at tara.bertolini@ahrq.hhs.gov or Jessica Alderton at jessica.alderton@ahrq.hhs.gov.
    Waste Removal and Recycling Services
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), is seeking qualified contractors to provide waste removal and recycling services at the National Institute for Occupational Safety and Health (NIOSH) facilities located in Morgantown, West Virginia. The procurement includes weekly domestic waste removal and monthly single stream recycling services, with the contractor responsible for all associated costs, including dumpster rental and transportation. This contract is crucial for maintaining operational efficiency and compliance with environmental standards, and it emphasizes inclusivity by adhering to Section 508 of the Rehabilitation Act. The Request for Quotations (RFQ) is expected to be released at the end of November 2024, with a firm-fixed price contract spanning from February 1, 2025, to January 31, 2030, and interested small businesses should direct inquiries to Joseph Butkus at jbutkus@cdc.gov.
    Emergency Air and Ground Transportation 2024
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services (HHS) is seeking contractors to provide comprehensive emergency air and ground transportation services for medical and non-medical evacuees during public health emergencies and disasters in 2024. The procurement aims to establish a reliable system for transporting medical patients, evacuees, and U.S. Government personnel, utilizing a range of aircraft and ground vehicles across the Continental United States (CONUS), U.S. Territories, and internationally (OCONUS), with a particular focus on handling highly infectious patients using specialized containment systems. This opportunity is designated as a 100% Small Business Set-Aside and will utilize a Multiple Award Indefinite Delivery/Indefinite Quantity (IDIQ) contract structure, with a performance threshold requiring a 95% reliability rate for transport readiness within 72 hours of notification. Interested parties must submit proposals by October 17, 2024, and can direct inquiries to Alan Jackson at alan.jackson@hhs.gov.