World Trade Center Health Program - National Program Administrator
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Centers for Disease Control and Prevention (CDC), under the Department of Health and Human Services, has issued a combined synopsis/solicitation (RFP #75D301-26-R-73374) for a World Trade Center Health Program (WTCHP) National Program Administrator (NPA). This acquisition seeks a contractor to provide comprehensive care coordination services for WTCHP Responders and Survivors outside the New York Metropolitan Area. The contract will be a hybrid (Firm-Fixed-Price, Time and Materials) type. Proposals are due by Monday, February 9, 2026, at 10:00 AM EST. This acquisition is not set-aside for small business concerns.
Scope of Work
The selected NPA Contractor will manage and deliver medical benefits through a nationwide network, transitioning from the current service model. Primary services include a comprehensive member support center with call center operations, member appointment scheduling, medical benefit management and counseling, case management, and utilization management. The scope also covers general member services, infrastructure, staffing, data management, and regulatory compliance, including HIPAA, PII, CUI, and Section 508 accessibility standards. The contract will involve Transition-In, Sustainment, and Transition-Out phases.
Contract Details
- Contract Type: Hybrid (Firm-Fixed-Price, Time and Materials)
- Period of Performance: A Base Period from March 18, 2026, to March 17, 2027, followed by four one-year Option Periods, extending through March 17, 2031.
- Set-Aside: Not set-aside for small business concerns.
- Place of Performance: Atlanta, GA, United States (administrative location, services nationwide).
Submission & Evaluation
Proposals must be submitted via email to Megan Kelly (xvp9@cdc.gov) and Liubov Kriel (vyhl@cdc.gov) by 10:00 AM EST on February 9, 2026. The subject line must include "Solicitation #75D301-26-R-73374". Evaluation factors, in descending order of importance, are: Technical, Past Performance, and Cost. Technical and Past Performance are considered more important than Cost. Detailed proposal preparation instructions are in Section H, and evaluation factors in Section I of the solicitation.
Key Updates & Actions
Amendment 0002, posted January 23, 2026, provides answers to all submitted questions and a revised solicitation. Offerors must thoroughly review all changes. An Offeror Non-Disclosure Agreement (NDA) is required to access non-public information (Attachments ATT001-ATT022). Teaming partners or subcontractors also require separate NDAs. The Labor Categories Attachment (ATT023) is not subject to the 30-page limit for Volume 3, Staffing Approach. The System Security Plan (SSP) is due within 60 days post-award, and the initial Authorization to Operate (ATO) package within 45 days post-award.