Solicitation - World Trade Center Health Program - Survivor Clinical Center of Excellence
ID: CDC-75D301-01-Solicitation-WTCHPType: Solicitation
Overview

Buyer

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

NAICS

All Other Outpatient Care Centers (621498)

PSC

MEDICAL- GENERAL HEALTH CARE (Q201)
Timeline
  1. 1
    Posted Apr 4, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 4, 2025, 12:00 AM UTC
  3. 3
    Due May 5, 2025, 8:00 PM UTC
Description

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) under Solicitation 75D301-25-R-00088. The objective is to procure healthcare services for eligible survivors of the September 11, 2001, terrorist attacks, focusing on health monitoring, diagnosis, and treatment for individuals residing in the New York Metropolitan Area. This initiative is critical for providing ongoing medical support to a population significantly impacted by the attacks, ensuring they receive necessary care and resources. Interested contractors must submit their proposals electronically, adhering to the outlined requirements and deadlines, with questions directed to the primary contacts, Serina Allingham at xog9@cdc.gov or Patrick Winders at vxx6@cdc.gov.

Point(s) of Contact
Files
Title
Posted
Apr 4, 2025, 3:04 PM UTC
The document outlines the operational structure and requirements of the World Trade Center (WTC) Health Program established under the James Zadroga 9/11 Health and Compensation Act of 2010. It details various stakeholders, such as the Centers for Disease Control and Prevention (CDC), National Institute for Occupational Safety and Health (NIOSH), and contractors responsible for providing clinical care, administration, and outreach services for individuals affected by the September 11 attacks. Key elements include the identification of responders—those involved in rescue and recovery—and survivors who lived or worked in impacted areas. The program's core functions involve medical monitoring, treatment of WTC-related health conditions, and coordination of benefits to ensure timely access to care. The document emphasizes compliance with the Health Insurance Portability and Accountability Act (HIPAA), the need for fraud prevention measures, and outlines the reporting structures necessary for effective management and quality assurance. This comprehensive framework serves to support the ongoing health needs of those impacted by the attacks while ensuring robust oversight and coordination among various health service providers.
Apr 4, 2025, 3:04 PM UTC
The World Trade Center (WTC) Health Program's Quality Assurance Surveillance Plan (QASP) outlines the procedures for evaluating contractor performance under a specified contract. Its primary objective is to provide a structured approach for assessing the quality of services delivered by the awarded vendor during the Sustainment phase, which commences after the Start of Healthcare Delivery and runs until the start of healthcare delivery under a successor contract. The QASP establishes acceptable quality levels (AQLs) for various performance standards, guiding the Program in monitoring and documenting key tasks. Methods of performance evaluation include observation, periodic inspections, and contractor reporting. If performance standards are not met, the QASP mandates the contractor to propose a corrective action plan, which will be subject to government review and approval. Key sections address areas like contract and system management, member services, health benefit administration, and claims submission, detailing specific performance standards and monitoring methodologies. This plan is crucial for maintaining program integrity, ensuring contractor accountability, and improving service delivery to health program members.
Apr 4, 2025, 3:04 PM UTC
The Contractor Technical Guidance Document (TGD #009) outlines the expectations for the Monthly Report submitted by Clinical Centers of Excellence (CCEs) and the National Provider Network (NPN) under the World Trade Center (WTC) Health Program. Effective April 1, 2020, the TGD aims to standardize reporting processes, enhance clarity in performance evaluation, and streamline feedback from Contracting Officer’s Representatives (CORs). It mandates the use of a prescribed Monthly Report Template that includes specific metrics such as case loads, member categories, operational updates, and compliance with HIPAA regulations. The document emphasizes the separation of clinical and non-clinical services and provides a detailed breakdown of required reporting elements and structures, including case management statistics and operational status notifications. Additionally, it specifies guidelines for documenting financial updates, member services, and quality improvement activities while maintaining compliance and transparency in operations. The approach facilitates timely communication regarding changes and continuous service quality improvement, vital for meeting contractual obligations and enhancing care delivery for affected members.
Apr 4, 2025, 3:04 PM UTC
The RAID Log serves as a comprehensive tool for documenting Risks, Actions, Issues, and Decisions throughout project management, particularly within federal government frameworks. It identifies potential problems (risks), actual problems (issues), planned responses (actions), and important decisions made to address these challenges. Each category includes key criteria such as risk probability, urgency, impact, and priority, establishing a systematic approach to manage project dynamics effectively. The log contains detailed documentation, including contract associations and status tracking—whether items are open, pending, or closed. Risk probability is classified into low, medium, and high, reflecting the likelihood of occurrence and potential consequences. Likewise, urgency and impact are assessed to prioritize actions necessary for mitigating risks and resolving issues promptly. This structured approach aims to facilitate improved operational performance during transitions, utilizing lessons learned as a guide for future project strategies. By capturing comprehensive information about risks and management decisions, the RAID Log contributes significantly to maintaining project integrity within the realms of federal grants and RFPs. Overall, the document emphasizes diligent risk management to support successful project execution and adherence to federal and state requirements.
Apr 4, 2025, 3:04 PM UTC
The WTCHP CCE Invoice Template serves as a structured tool for invoicing and budgeting within federal procurement processes. It outlines essential fields such as CCE Name, Contract Number, and various budget categories, including direct labor, subcontract labor, other direct costs, rent/lease, and overhead. The template aids in summarizing and tracking both current and cumulative expenses against awarded amounts. It also includes guidance for entering labor data, travel expenses, and other costs, ensuring compliance with contract stipulations. Monthly burn rates are calculated to monitor financial efficiency throughout the contract period. Furthermore, the document emphasizes the importance of maintaining thorough documentation, including receipts and justification for expenses, aligning with federal regulations and expectations for transparency. Overall, the template is essential for facilitating accurate financial management in government contracts while promoting adherence to necessary procedures and guidelines.
Apr 4, 2025, 3:04 PM UTC
The document outlines a list of positions relevant to the WTC (World Trade Center) Health Program, detailing various roles necessary for its administration and operational functions. Key roles include administrative positions like Administrative Assistant and Coordinator, healthcare professionals such as Physicians, Nurses, and Psychologists, as well as support roles like Claims/Billing Manager and Data Analyst. The structure highlights a comprehensive staffing approach encompassing administrative support, healthcare delivery, case management, member services, and quality assurance. This categorization is essential for addressing the health needs of affected individuals and ensuring efficient program management within the context of federal grants and local/state RFPs. The file emphasizes the multidisciplinary nature of support required for successful program execution in a healthcare setting, indicating a collaboration of various expertise areas. Overall, it underscores the importance of a well-defined staffing framework to facilitate the objectives of the WTC Health Program.
Apr 4, 2025, 3:04 PM UTC
The document titled "TGD 003: Technical Guidance for Semi-Annual Reports" outlines updated requirements for quality assurance (QA) reporting by Clinical Centers of Excellence (CCEs) and the Nationwide Provider Network (NPN) in compliance with the James Zadroga 9/11 Health and Compensation Act. The revisions, effective November 15, 2024, include adjustments to existing QA components, including changes in how medication dispensing and prescription patterns are reported. New components on formulary assignments, HIPAA compliance, and translation services have been added. The semi-annual reports must address 14 mandated metrics, including monitoring visits, the timely communication of exam results, and completeness of laboratory work. Specific benchmarks have been established, such as a 65% participation rate for monitoring exams and a goal for 95% of members to undergo laboratory tests during their visits. The guidance aims to enhance healthcare quality for WTC Health Program members, providing a structured framework for measuring and improving health service delivery. In addition, new metrics have been introduced to assess asthma-related care and cancer screening compliance. This document serves as a comprehensive guide for CCEs and NPN, ensuring adherence to federal regulations and mandates while improving the quality of care provided to affected individuals.
Apr 4, 2025, 3:04 PM UTC
This document outlines a quarterly staffing report for a federal contract concerning the WTC Health Program, detailing staffing requirements, employee roles, and task activities coded per the PWS (Performance Work Statement) sections. It includes columns for contract numbers, employee names, salaries, effort percentages, and notes regarding subcontractors. The document specifies various operational roles such as administrative assistants, case managers, medical coordinators, and support staff, each linked to specific activity codes that correspond to the required services. It emphasizes the importance of the Activity Codes for billing and compliance purposes while listing detailed responsibilities such as transition services, stakeholder engagement, health benefit administration, and regulatory compliance objectives. Additionally, instructions are provided for categorizing new hires and subcontractors, as well as maintaining organized records for workforce management. This report supports government efforts to streamline contractor oversight and facilitate compliance with established program guidelines, ensuring effective health program administration and management aligned with federal and state regulations.
Apr 4, 2025, 3:04 PM UTC
The document outlines the mandatory training requirements for staff at the Clinical Center of Excellence (CCE). It specifies that contractors must complete various training sessions upon hire and annually thereafter, aligning with CDC onboarding standards. The required trainings include the WTC Health Program Administrative Overview, Fraud, Waste, and Abuse Training, HIPAA Training, CCE-specific HIPAA Training, and Security Awareness Training. The structure of the training is laid out in a table, detailing the frequency, location, and estimated time for each session. Notably, some trainings can be accessed online while others are at the discretion of the Third Party Administrator (TPA). The training ensures compliance with federal regulations and promotes an understanding of critical operational aspects among staff. This document serves as a guideline for contractor adherence to training protocols essential for maintaining the integrity and security of the CCE's operations.
Apr 4, 2025, 3:04 PM UTC
The Contractor Technical Guidance Document (TGD) #020 serves to outline the Communication and Outreach Plans that contractors for the WTC Health Program must develop. Designed for Clinical Centers of Excellence, the Nationwide Provider Network, and Educational Outreach contractors, this guidance stresses the importance of strategic communication in fulfilling contractual obligations. It mandates the completion and approval of these plans by the Communications Unit before initiating any outreach activities or releasing communication materials. Key elements required include a directory of contractor staff, an optional narrative section, details on planned activities, and evaluation metrics. Contractors are obliged to ensure accessibility compliance, provide translation services where necessary, and submit updates for approval ahead of planned activities. The document emphasizes the procedural framework needed to maintain consistency and effectiveness in communications with stakeholders, thus enhancing coordination and clarity in the contractors' outreach efforts. The guidance establishes a structured approach to communication planning within the context of federal grants and RFPs, underscoring accountability and strategic alignment with program goals.
Apr 4, 2025, 3:04 PM UTC
The Co-branding and Style Guide for the World Trade Center (WTC) Health Program provides essential guidelines for Clinical Centers of Excellence (CCEs) to maintain a consistent and professional branding when using the WTC Health Program logo. The guide, administered by NIOSH under the CDC, ensures that materials promoting WTC-related health services are accurate and distinct. It outlines both permitted and non-permitted uses of co-branding, emphasizing that outreach materials can only feature the WTC Health Program branding, excluding any specific CCE logos to avoid favoritism. Design aspects, including logo types, colors, font choices, and styles, are articulated to align with accessibility standards (Section 508) and best practices for clear communication. The guide also stipulates that all materials using the logo require prior approval from the WTC Health Program Communications Unit, underscoring the commitment to uphold the brand's integrity and communicate effectively with 9/11 responders and survivors. This document serves as a comprehensive resource to ensure uniformity across various communication efforts linked to the WTC Health Program.
Apr 4, 2025, 3:04 PM UTC
The document presents a comprehensive list of medical terms and their translations used by the World Trade Center (WTC) Health Program and Clinical Centers of Excellence, aimed at ensuring clarity and accessibility for multilingual audiences, particularly Spanish and Polish speakers. The glossary includes terms associated with health conditions, procedures, and programs relevant to responders and survivors of the 9/11 attacks, such as "Acute stress disorder," "Post-traumatic stress disorder (PTSD)," and "Medical records." Each term is paired with its appropriate translation or interpretation, justified based on context and common usage within the healthcare community. The document emphasizes accurate translations to enhance understanding for patients and healthcare providers interacting with diverse populations. This initiative is part of broader efforts to support health programs and services, indicating the government's commitment to addressing the unique health needs of those affected by the September 11 attacks.
Apr 4, 2025, 3:04 PM UTC
The Member Transfer Handbook outlines policies and procedures for transferring members within the WTC Health Program, which services individuals affected by the 9/11 attacks. It permits transfers between Clinical Centers of Excellence (CCE) and providers in the Nationwide Provider Network (NPN) under specific conditions such as time, urgency, geography, or behavioral issues. Members can transfer without prior approval if they meet the "year rule" or face urgent medical needs. A structured process is maintained for coordinating care between the originating and destination clinics, ensuring proper handling of medical records and treatment continuity. Key processes include member requests initiated at their current clinic, the completion of necessary release forms, and communication among involved parties to confirm eligibility and coordinate transfers. Importantly, the document describes roles for Third-Party Administrators (TPA), the importance of timely action, and specifies behavioral considerations for transfers. Applied within the context of government health programs post-9/11, this handbook provides essential guidance to ensure members receive uninterrupted healthcare while adhering to procedural requirements across clinics. Overall, it emphasizes collaboration, communication, and member-centered care in the transfer process.
The Disruptive Member Incident Report form is a mandatory document required to be submitted via the CARE Portal within three business days following incidents involving members of the World Trade Center Health Program. The report necessitates detailed documentation of the incident, including participant information, description of the event, interventions taken, and any prior incidents related to the member. Key sections of the form cover types of incidents, interventions by providers, and necessary attachments like police reports. The report also addresses previous disruptive behaviors and outlines a Vendor Intervention Plan, which includes potential actions such as requests for health program involvement, written warnings, and behavioral agreements. Strategies to mitigate disruptive behavior are emphasized, including options like anger management and facility restrictions. The report culminates with a point of contact for follow-up inquiries and requires a signature from a responsible party to validate the accuracy of the information provided. This process is essential for maintaining safety and management of member conduct within the health program, reflecting a structured approach to addressing disruptive incidents while ensuring compliance with mandatory reporting practices.
Apr 4, 2025, 3:04 PM UTC
The document outlines the Benefits Eligibility Assessment Screening Tool for survivors of the World Trade Center (WTC) health program. It consists of a structured questionnaire designed to identify the various benefits that members may qualify for related to WTC-related health conditions. The assessment is divided into six main sections: 1. **Introduction** - Describes benefits counseling services, including assistance with medical monitoring and accessing various programs. 2. **WTC-Related Illness and Benefits** - Inquires about physical health conditions, work performed related to 9/11, and potential disability benefits. 3. **Assessment for Survivors Without Health Conditions** - Evaluates eligibility for WTC12 registration based on volunteer or recovery work. 4. **Cancer/Transplant Care Assistance** - Addresses specific needs related to cancer and organ transplant support. 5. **Care for Non-Covered Conditions** - Discusses the need for assistance with health conditions not covered by the program, including access to medical care and insurance. 6. **Social Services Assistance** - Identifies whether survivors face difficulties paying essential expenses like rent or utilities due to health-related disabilities. The purpose of this tool is to facilitate the identification and application for various benefits available to survivors, thereby enhancing their access to necessary support services.
Apr 4, 2025, 3:04 PM UTC
The General Contractor Technical Guidance Document (TGD #011) outlines important information regarding Initial Health Evaluations (IHE) and Annual Monitoring Exams (AME) for Screening-Eligible Survivors under the World Trade Center Health Program. It delineates survivor eligibility for IHEs, the appropriate ICD-10 and CPT codes for billing, and the roles of Clinical Centers of Excellence and Network Provider Networks in performing these evaluations and managing claims. Key points include that survivors have access to one lifetime IHE with no time limitation, diagnostic benefits are available for six months post-IHE, and monitoring services activate upon certification. The document details specific diagnosis and procedure codes necessary for service reimbursement to ensure consistent billing practices. Audits by NIOSH are stipulated to maintain compliance with the guidance. Overall, this TGD serves as a critical resource for stakeholders, guaranteeing accurate administration and reimbursement processes for health evaluations connected to WTC-related health conditions, thereby ensuring quality care for affected individuals.
Apr 4, 2025, 3:04 PM UTC
The document outlines the Case Management (CM) and Utilization Management (UM) programs provided by Clinical Centers of Excellence (CCE) for members of the World Trade Center (WTC) Health Program in the New York metropolitan area. It emphasizes the importance of comprehensive care coordination for responders and survivors, ensuring their complex healthcare needs are met efficiently and effectively. Key components involve establishing a case management team structure inclusive of clinical and non-clinical staff, conducting thorough assessments to determine acuity levels, and providing services such as health evaluations, care coordination, and medication management. Intensive Case Management (ICM) is highlighted as a specialized service for members with complex needs and includes developing individualized Plans of Care (POC) and ongoing evaluations. The document details protocols for post-discharge outreach, ensuring members receive continued support after hospitalizations, and stresses the need for a Utilization Management plan that evaluates the medical necessity of services provided. It defines roles within the CCE and outlines expectations for collaborative care, thereby ensuring member satisfaction and improved outcomes. Overall, this guidance serves to equip CCE contractors with the necessary framework to support WTC Health Program members, address their healthcare needs, and ensure optimal care through effective management practices.
Apr 4, 2025, 3:04 PM UTC
The Technical Guidance Document (TGD #016) outlines retrospective authorization requirements for Level 3 Prior Authorizations (PA3) related to medical services under the World Trade Center (WTC) Health Program. This guidance, originally published on March 29, 2021, and reviewed in July 2022, aims to clarify submission processes and compliance for such authorizations. Clinical Centers of Excellence (CCE) and the Nationwide Provider Network (NPN) must manage care effectively to adhere to specified retrospective timeframes when submitting PA3 requests, which require documentation of medical necessity and approval from the clinical director. When retrospective submissions are made outside the appropriate timeframes, justifications must be provided, including timelines of events that caused the delays. Submissions justified on a case-by-case basis may still be processed by NIOSH, while unjustified requests will prompt corrective action plans to improve case management and potentially affect contract performance assessments. The document emphasizes the importance of quality controls and audits to ensure compliance with the outlined processes, ultimately aiming to enhance coordination and efficiency in managing the health services provided to members of the program.
Apr 4, 2025, 3:04 PM UTC
The General Contractor Technical Guidance Document (TGD #010), published in March 2023, clarifies the definition of a "clean claim" in relation to healthcare services administered by the WTC Health Program. A clean claim is defined as one that is free from defects or incomplete information, which can delay payment. Key stakeholders affected include Clinical Centers of Excellence (CCE) and the Nationwide Provider Network (NPN), both tasked with claims review and submission. The document outlines required elements to constitute a clean claim, which must be submitted using appropriate forms (UB-04 for institutional claims and CMS-1500 for professional claims). It emphasizes that claims should be complete, accurate, and adhere to CMS coding standards. Certain conditions, such as provider licensure and admitting correct payer information, are crucial for clean claims. Quality controls and monitoring procedures are detailed to ensure compliance and reduce unclean claims submissions. This guidance aims to improve the claims process efficiency, thereby facilitating timely reimbursement for healthcare providers. Overall, the TGD serves to standardize claims submissions and enhance operational efficacy within the WTC Health Program framework.
Apr 4, 2025, 3:04 PM UTC
The Technical Guidance Document (TGD) #007 focuses on clarifications regarding timely filing limits (TFLs) for medical service claims within the World Trade Center (WTC) Health Program. Its primary aim is to standardize claim submission timelines to improve budget tracking for healthcare expenditures. Key updates include an extension of the TFL for external provider claims without Coordination of Benefits (COB) from 15 to 18 months, and for internal claims, a shift from requiring 95% submission within 30 to 90 calendar days. Moreover, the time limit for review of external claims by Clinical Centers of Excellence (CCE) has changed to 90% within five business days of submission, with all claims needing resolution within 10 days. The document outlines situations where claims can be considered despite missing TFLs, emphasizing efficiency in the claims process. Regular internal evaluations will be conducted to ensure compliance with these guidelines. This TGD serves as a critical update for stakeholders involved in managing and processing healthcare claims related to the WTC Health Program, notably impacting grant management and regulatory compliance in federal health initiatives.
Apr 4, 2025, 3:04 PM UTC
The General Contractor Technical Guidance Document (TGD #006) outlines reimbursement protocols for initial health evaluations and monitoring exams under the World Trade Center (WTC) Health Program. It clarifies the role of roll-up codes, which standardize payments across clinics for eligible survivors and responders, ensuring fair reimbursement rates based on the Federal Employees Compensation Act fee schedule. The document specifies administrative tasks associated with these evaluations, including the completion of WTC-3 forms and mental/behavioral health screenings that must be billed under specific codes. Notably, certain administrative services are covered in the roll-up codes, while others, including crisis management during the exams, can be billed separately if necessitated by urgent conditions. Audits by the National Institute for Occupational Safety and Health (NIOSH) will ensure adherence to the guidance. This document serves as a critical resource for Clinical Centers of Excellence and the Williams Street Clinic, aiming to enhance service delivery quality while adhering to federal reimbursement guidelines.
Apr 4, 2025, 3:04 PM UTC
The World Trade Center Health Program's Business Associate Agreement outlines the responsibilities and obligations between the Business Associate and the Covered Entity regarding the management and protection of Protected Health Information (PHI) in compliance with the Health Insurance Portability and Accountability Act (HIPAA). It defines key terms, including "Business Associate," "Covered Entity," and "Protected Health Information," while emphasizing the importance of safeguarding PHI through written policies and safeguards. The agreement specifies the Business Associate's obligations, such as not disclosing PHI unlawfully, reporting any breaches, ensuring subcontractors comply with similar restrictions, and providing access to requested PHI. Additionally, it mandates termination protocols related to breaches and the handling of PHI after termination. The document reinforces the necessity of compliance with HIPAA regulations, detailing steps for maintaining confidentiality, integrity, and accountability. The agreement serves as a vital framework for cooperation aimed at ensuring the responsible use and protection of health information within the context of federal regulations.
Apr 4, 2025, 3:04 PM UTC
This document outlines the budget structure and labor data requirements for federal proposals related to the implementation of healthcare delivery and sustainment, as specified in solicitation 75D301-25-R-00088. The budget categories include direct labor, subcontract labor, materials, equipment, overhead costs, and travel expenses, with provisions for both base periods and multiple option years. Offerors are required to specify exempt or non-exempt labor classifications and identify applicable wage determinations under the Service Contract Act. They must differentiate direct labor from subcontract labor in accordance with the Performance Work Statement (PWS). The document emphasizes the need for detailed cost categorization and justification, including indirect cost identifiers, and mandates that all travel and direct costs exceed specific thresholds be supported by invoices. The complexity of data presentation calls for careful alignment with the proposal requirements, ensuring clarity and compliance for effective evaluation by federal agencies. Overall, it serves as a framework to guide prospective contractors in preparing their budget proposals effectively and comprehensively for federal healthcare projects.
Apr 4, 2025, 3:04 PM UTC
The document pertains to the Survivor population of the World Trade Center (WTC) Health Program, focusing on the efforts needed to serve WTC Health Program survivors. It outlines a solicitation to identify qualified vendors capable of providing services to this population, currently managed by New York City Health and Hospitals (H+H) and OptumServe Health Services' William Street Clinic (WSC). Key data showcases the historical enrollment patterns of survivors across different service sites, indicating a steady growth in total memberships from Fiscal Year (FY) 2019 to FY 2024. For instance, total members enrolled in H+H rose from 12,149 in FY19 to 17,913 in FY24, while WSC grew from 3,730 to 9,379 in the same period. The file also details case management activities and transfer patterns, revealing an increase in both new enrollments and transfers in/out of CCEs, significantly affecting overall membership numbers. This document serves as a crucial resource for understanding the dynamics of survivor enrollments and the demand for case management, emphasizing the need to enhance service provision through qualified vendors as part of ongoing governmental support for affected populations.
Apr 4, 2025, 3:04 PM UTC
The Cross-Reference Matrix serves to enhance the offeror's proposal for the Survivor CCE contract by detailing how technical and business elements align with specific tasks outlined in the Statement of Work (PWS). It includes a list of tasks and their references categorized under various sections such as Transition-Related Services, Contract Management, Member Services, Health Benefit Administration, and Compliance. The matrix allows for flexibility in billing as it prompts offerors to indicate task allocation to specific Contract Line Item Numbers (CLINs), which can shift over time based on project needs. This provides a clear framework for understanding how proposed services relate to contractual requirements. Overall, the document is essential for ensuring a structured approach to deliverables and financial accountability in the contract management process, reflecting best practices in government procurement.
Apr 4, 2025, 3:04 PM UTC
The document serves as a comprehensive System Security Plan (SSP), detailing security protocols for a system categorized with a moderate impact on confidentiality. It identifies responsible personnel, including the Information Owner and System Security Officer, and outlines system functions, user roles, and data types processed. The SSP includes a system environment section, describing the architecture and interconnections of components, along with hardware and software inventories. Furthermore, the document delineates security requirements based on NIST Special Publication 800-171, addressing aspects such as access control, security awareness training, audit accountability, and incident response. Each requirement specifies implementation status, with a clear indication of whether it is implemented, planned, or not applicable. Overall, the SSP lays out a structured approach for ensuring the confidentiality of Controlled Unclassified Information (CUI), emphasizing risk assessment and management of system vulnerabilities. It presents a strategic framework for safeguarding federal information systems, in line with regulations related to federal grants and contracts.
Apr 4, 2025, 3:04 PM UTC
The document pertains to the Past/Present Performance Questionnaire for RFP 75D301-25-R-00088, a critical component in the federal procurement process. It outlines instructions for offerors to complete a questionnaire regarding their previous performance on contracts. Offerors must provide three business references, detailing contact information, contract specifics, and service descriptions to facilitate an evaluation of their past performance. Key components of the questionnaire include a summary of services performed, any encountered issues along with resolutions, and a performance rating scale ranging from Unsatisfactory to Exceptional. Evaluators are prompted to rate various aspects, including compliance with delivery schedules, business practices, workmanship quality, contractual adherence, and overall performance. Furthermore, they are asked if they would consider engaging the contractor again, reinforcing the importance of customer satisfaction. This performance evaluation process is crucial for governmental agencies as they assess potential contractors' capabilities and reliability, ensuring that contracts are awarded to entities with a satisfactory history, thereby maintaining standards of quality within federally funded projects. This system is designed to drive accountability and transparency in government contracting.
The document titled "Facilities Capital Cost of Money Factors Computation" serves as a framework for contractors to calculate and document their facilities capital costs associated with federal contracts. It outlines a structured format for inputting details, including the contractor's name, address, business unit, and the applicable cost accounting period. The document emphasizes the need to compute the total net cost of money allocated based on the facilities capital and direct distribution figures, including overhead pools and general & administrative expense pools. It also mandates that supporting documentation must accompany computations annually, ensuring compliance and transparency. By delineating the cost accumulation and allocation process, the file aims to standardize how contractors report their overhead and capital costs in connection with government RFPs and grants, promoting consistency and accuracy across federal and local projects.
Apr 4, 2025, 3:04 PM UTC
The Federal government seeks to procure the services of Clinical Centers of Excellence (CCE) to support the World Trade Center (WTC) Health Program for Survivors from July 1, 2025, to June 30, 2030. This initiative, established under the Zadroga Act, aims to provide medical monitoring, treatment, and outreach for specific health conditions linked to 9/11-related exposures. Currently, there are over 132,000 members enrolled, including 44,516 Survivors, with treatment administered through CCEs and a Nationwide Provider Network. Contractors will manage responsibilities including member services, monitoring benefits and treatment coordination, outreach, and compliance with federal regulations. Key tasks involve quality assurance to prevent fraud, maintaining member records, and ensuring proper treatment according to certification. The document outlines a thorough scope of work detailing transition phases, including transition-in and transition-out periods, alongside roles of various associated contractors, underscoring the need for effective communication and collaboration among stakeholders to ensure high-quality Member services. The overarching goal is to deliver optimized healthcare solutions for individuals affected by the September 11 attacks, emphasizing operational efficiency and member satisfaction.
Apr 4, 2025, 3:04 PM UTC
The government solicitation outlines the processes and requirements for submitting proposals in response to a Cost Reimbursement-only contract opportunity. Offerors must submit proposals electronically, including three separate volumes: a Technical Proposal, a Past Performance Proposal, and a Business Proposal. The Technical Proposal requires comprehensive details concerning the offeror's understanding of the work, technical, management, and staffing plans, along with relevant experience. Specific evaluation criteria emphasize the importance of a sound technical approach, management strategy, and demonstrated similar experience. The Past Performance Proposal must reference prior relevant projects, while the Business Proposal outlines the costs, including labor, materials, and any necessary subcontracting arrangements, presented in a structured format. All proposals must adhere to submission deadlines and include a Data Management Plan when applicable. Compliance with specific qualifications and federal regulations is mandatory, as is the obligation to present clear and reasonable cost estimates aligned with the technical submissions. The document serves as a guideline for potential contractors to formulate their proposals effectively while ensuring adherence to legal and operational standards in government contracting.
Apr 4, 2025, 3:04 PM UTC
The document outlines the evaluation factors for awards in government solicitations, namely a formal source selection process guided by FAR regulations. Proposals will be assessed based on three main factors: Technical, Past Performance, and Cost/Price, with emphasis placed on Technical factors. Offerors must submit comprehensive proposals outlining their understanding of the tasks, management approaches, staffing plans, and previous similar experiences. The evaluation process prioritizes the best value to the government, ensuring thorough assessment of proposals while allowing for the rejection of underperforming or substantively incorrect submissions. The government reserves the right to make multiple awards and may conduct discussions if necessary, affecting final proposal adjustments. Additionally, it mandates that a Data Management Plan is included, which will be evaluated for rigor and completeness. Ultimately, the structure emphasizes a fair evaluation process focused on providing effective services while ensuring compliance and quality outcomes in line with governmental standards.
Apr 4, 2025, 3:04 PM UTC
The Centers for Disease Control and Prevention (CDC) has issued Solicitation 75D301-25-R-00088 to secure services for the Survivor Clinical Center of Excellence (CCE) under the National Institute for Occupational Safety and Health (NIOSH) and World Trade Center Health Program (WTCHP). This initiative aims to provide healthcare services, including monitoring and treatment, to eligible survivors of the September 11, 2001, terrorist attacks in the New York Metropolitan Area. The contract will span a base period of one year with four additional 12-month options for renewal, fostering a continuous support system for health monitoring and treatment. The procurement is guided by FAR regulations, emphasizing performance-based contracting and open competition. Eligible contractors may submit proposals as cost-reimbursable or cost-plus-fixed-fee, focusing on clinical operations and travel reimbursements as outlined in specific contract line items (CLINs). The solicitation includes stipulations for organizational conflict of interest, personnel requirements, and deadlines for proposal submissions, reinforcing the administrative structure governing this significant public health initiative. The overarching goal of the solicitation is to ensure the effective delivery of health services while maintaining compliance with all federal regulations and standards of service.
Lifecycle
Title
Type
Similar Opportunities
World Trade Center Health Program - Outreach and Education
Buyer not available
The Department of Health and Human Services, through the Centers for Disease Control and Prevention (CDC), is seeking contractors to provide outreach and education services for the World Trade Center (WTC) Health Program, aimed at supporting 9/11 survivors and responders. The selected contractor will implement targeted outreach initiatives to enhance awareness and access to medical treatment and monitoring services for eligible individuals, with a focus on engaging three primary groups: Survivors, Responders, and Young Adults. This initiative is critical in addressing the long-term health impacts of the September 11 attacks, as the program currently serves over 125,000 members and aims to increase enrollment from the estimated 400,000 individuals affected. Proposals are due by the specified deadlines, and interested parties can contact Joseph Jones at zjb2@cdc.gov for further information regarding the solicitation number 75D30125Q00092, which encompasses a firm-fixed-price contract with multiple award possibilities.
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 virtual session scheduled between April 21 and May 2, 2025, and the contract award anticipated around August 29, 2025. For further inquiries, contact Joshua Houston at jhouston@cdc.gov.
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 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.
ADULT COVID-19 2025-2026
Buyer not available
The Centers for Disease Control and Prevention (CDC) is seeking proposals for one or more Indefinite Delivery Indefinite Quantity (IDIQ) contracts to purchase U.S.-licensed COVID-19 vaccines specifically for adults aged 19 and older. The objective of this procurement is to leverage Section 317 vaccine purchase funds to acquire vaccines at prices lower than those available in the commercial market, thereby supporting state and local health departments in immunizing populations at risk of under-vaccination. This initiative is crucial for enhancing adult immunization coverage and ensuring effective public health practices, as the awarded vaccines will be distributed to health departments and programs across the United States, including territories. Interested suppliers should contact Brian Swann at qty0@cdc.gov or James Sprigler at zbs6@cdc.gov for further details, with a maximum procurement potential of 10 million doses and specific ordering requirements outlined in the solicitation documents.
75N93025R00013 - Medical Residents for NIH's Clinical Center
Buyer not available
The Department of Health and Human Services, through the National Institutes of Health (NIH), is seeking proposals for the provision of Medical Residents at its Clinical Center in Bethesda, Maryland. The contract, identified as RFP No. 75N93025R00013, aims to enhance clinical care for adult and pediatric inpatients involved in research, requiring contractors to supply up to four postgraduate medical residents who will deliver essential medical services. Proposals must be submitted by April 14, 2025, with a total contract value ranging from $2,000 to $7,500,000 over a performance period from May 31, 2025, to May 30, 2030. Interested parties can direct inquiries to Sevag Kasparian or Maya Joseph via their respective emails for further clarification on the proposal requirements.
CDC DFWED NARST Sensititre Supplies
Buyer not available
The Centers for Disease Control and Prevention (CDC) is seeking to award a sole source contract for antimicrobial resistance testing supplies, specifically Sensititre™ broth microdilution testing products, from ThermoFisher Scientific. This procurement is essential for the National Antimicrobial Resistance Monitoring System (NARMS), which has utilized these proprietary materials since 1996 to ensure a standardized approach to monitoring enteric bacteria resistance. The unique nature of these supplies necessitates this sole source approach, as alternatives would require significant investments in new equipment and validation processes, potentially disrupting critical surveillance efforts. Interested parties may respond within 15 days to express their interest, with proposals directed to contract specialist Ashley Williams at dal3@cdc.gov.
Serological Assays for the Detection and Characterization of Influenza Viruses
Buyer not available
The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), is soliciting proposals for a contract to provide serological assays for the detection and characterization of influenza viruses. The primary objective of this procurement is to support the CDC's Influenza Division by conducting hemagglutination inhibition assays on approximately 6,000 human serum samples annually and developing new serology platforms to enhance testing capabilities. This contract is critical for improving influenza surveillance and vaccine effectiveness studies, ensuring timely and accurate public health responses. Interested vendors should note that the new ship date for assays is March 31, 2025, with results due by April 15, 2025, and can contact Jennifer Gartzke at jgartzke@cdc.gov or 404-498-0020 for further information.
Biomedical Advanced Research and Development Authority (BARDA) Broad Agency Announcement (BAA)
Buyer not available
The Department of Health and Human Services, through the Biomedical Advanced Research and Development Authority (BARDA), is soliciting proposals under the Broad Agency Announcement (BAA) BAA-23-100-SOL-00004 for advanced research and development of Medical Countermeasures (MCMs) aimed at addressing public health threats such as chemical, biological, radiological, and nuclear (CBRN) incidents, as well as emerging infectious diseases and pandemic influenza. The initiative seeks to foster public-private partnerships to enhance the development and responsiveness of life-saving MCMs, emphasizing the importance of technological maturity, regulatory compliance, and manufacturing standards in the evaluation process. This opportunity is critical for strengthening national health security and improving preparedness for future public health emergencies, with an open submission period running until September 25, 2028, at 4:30 PM Eastern Time. Interested parties can direct inquiries to BARDA-BAA@hhs.gov for further information.
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 developed under the Patient Protection and Affordable Care Act (ACA), focusing on reducing expenditures for Medicare, Medicaid, and CHIP beneficiaries while maintaining or improving care quality. The contract has a maximum ceiling of $3.5 billion and will span from August 1, 2025, to July 31, 2030, with multiple awards anticipated based on the quality of proposals. Interested parties should submit their proposals, including technical and business components, by the specified deadlines, and can direct inquiries to Christopher Critzman at RMADA3@cms.hhs.gov or John Cruse at John.Cruse@cms.hhs.gov.
Medical Expenditure Panel Survey - Medical Provider Component
Buyer not available
The Department of Health and Human Services, through the Agency for Healthcare Research and Quality (AHRQ), is seeking proposals for a contract related to the Medical Expenditure Panel Survey (MEPS) Medical Provider Component (MPC). The primary objective of this procurement is to collect and analyze data on healthcare utilization and expenditures from various medical providers, including hospitals, physicians, and pharmacies, to enhance the accuracy of national medical expenditure estimates. This data is crucial for informing healthcare policy and improving the understanding of healthcare costs and services in the United States. Interested organizations must submit their proposals by April 24, 2025, and can direct inquiries to Tara Bertolini at tara.bertolini@ahrq.hhs.gov or Jessica Alderton at jessica.alderton@ahrq.hhs.gov. The contract will have a base period of four months, with four optional extensions of 20 months each.