California Bids > Bid Detail

HCHV CERS County of San Francisco

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • G - Social Services
Opps ID: NBD00159631562354940
Posted Date: May 15, 2023
Due Date: May 30, 2023
Solicitation No: 36C26123Q0703
Source: https://sam.gov/opp/b51d56696f...
Follow
HCHV CERS County of San Francisco
Active
Contract Opportunity
Notice ID
36C26123Q0703
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
261-NETWORK CONTRACT OFFICE 21 (36C261)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Updated Published Date: May 15, 2023 10:24 am PDT
  • Original Published Date: May 15, 2023 09:18 am PDT
  • Updated Response Date: May 30, 2023 03:00 pm PDT
  • Original Response Date: May 30, 2023 03:00 pm PDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date:
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: G099 - SOCIAL- OTHER
  • NAICS Code:
    • 624221 - Temporary Shelters
  • Place of Performance:
    CA 94121
    USA
Description

Sources Sought Synopsis



The purpose of this Sources Sought Synopsis is to assist in our decision-making process for a service procurement. This is not a solicitation, nor a request for quotes or proposals. Responses to this sources sought synopsis will be used by the Government to make appropriate acquisition decisions. Answer everything in detail.



The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award of a contract, nor does it restrict the Government to a particular acquisition approach.



The Department of Veterans Affairs, Network Contracting Office (NCO) 21, is conducting market research to identify potential vendors with economic status of Service-Disabled Veteran-Owned, Veteran-Owned, and other Small Businesses that can provide the general requirements below.



General Requirements



The Department of Veterans Affairs, Network Contracting Office (NCO) 21, has a requirement for Health Care for Homeless Veterans (HCHV) Contract Emergency Residential Services (CERS). Please ensure to have a registered SAM and include your UEI in your documents when sent to the listed POC.



Contractor shall be required to provide short term (up to 90 days) residential care and treatment in a safe and secure environment to eligible Veterans who need immediate housing placement as they seek permanent housing and additional care and services that target the underlying factors contributing to homelessness; services to include basic room and board with furnishings, personal storage space, and three meals per day and snacks, access to laundry services, supportive case management and care coordination services using a recovery model approach, 24/7 staffing by clinical staff and/or resident manager, and a low barrier therapeutic milieu with access to same day admissions whenever possible. Emphasis is placed on successful exits to permanent housing and reduction of negative exits due to simple rule violations. Rule infractions shall be used as an opportunity to engage Veterans rather than grounds for immediate discharge except when the safety of the community is impacted. The contractor residential facility must be located within reasonable commuting proximity via public transportation to the VA San Francisco, have private or semi-private rooms and private or dorm style bathroom, three meals per day, and basic case management services to homeless Veterans who may be dealing with any number of psychosocial stressors, including, but not limited to: serious mental illnesses, substance use disorders, lack of financial resources, familial discord, etc. Please review the draft performance work statement for full description of requirements.



Place of Performance: VA San Francisco



Period of Performance: The intended period of performance will be for 5 years, which may approximately begin around October 1, 2023.



Response Method



Responsible vendors are encouraged to submit a response to this sources sought synopsis.



Any inquires are to be made in writing to the point of contact, Addlene Williams, Contract Specialist.



Responses shall be sent to the below email by the specified due date and time.




  • Email: addlene.williams@va.gov

  • Response Due Date: May 30, 2023 3:00pm PST

  • Email Subject Line: SAM – HCHV CERS – Counties of San Francisco



OR Responses shall be submitted through GSAeBuy by the specified due date and time.



In response to this sources sought synopsis, please complete the information below.




  1. Company Information



Company Name





Company Address





Point of Contact Name





Phone Number





Email Address





Unique Entity Identifier (UEI)





Socio-economic status as it relates to NAICS 624221 Temporary Shelters



Select all that applies:





☐ Small Business



☐ Emerging Small Business



☐ Small Disadvantaged Business



☐ Certified under Section 8(a) of the Small Business Act



☐ HubZone



☐ Woman Owned



☐ Certified Service-Disabled Veteran Owned Small in Vetbiz.gov



☐ Certified Veteran Owned Small Business in Vetbiz.gov



☐ Large Business



☐ Other:____________








  1. Does the company operate a residential program in San Francisco County in California? If yes, please provide the location address and state how long the residential program has been established. If no, please describe how the company will provide the services needed within San Francisco County in California?

  2. Does the residential program offer (1) single occupancy private rooms with private or shared bathrooms or (2) semi-private rooms with private or shared bathrooms? If neither is offered, please describe how the residential program organizes the living arrangements.

  3. Does the residential program offer basic case management services? If yes, what is included in basic case management services?

  4. Is the residential program ADA-accessible?

  5. Does the residential program have staff 24/7?

  6. When can the residential program begin accepting Veterans?

  7. What are standard/customary practices for providing emergency residential services to homeless individuals?

  8. To meet the requirement, does the company plan on subcontracting? If yes, please indicate what actions the subcontractor will perform.

  9. Identify the estimate pricing for emergency residential services. This is not a request for quote. This is a request for pricing information for market research purposes only.



Description



Estimate Quantity



Unit of Measure



Market Research Unit Price



HCHV Contract Emergency Residential Services in accordance with the Performance Work Statement





DY





The “DAY” unit is defined as room and board to accommodate one (1) Veteran per bed per day. DAY is considered 24 hours. All services shall be provided in accordance with the Performance Work Statement.






  1. Additional comments regarding performance work statement, industry practices, etc.





Before responding, please carefully read and consider the following:




  1. As this is a service acquisition, the Small Business Administration and the Federal Acquisition Regulation have a Limitations on Subcontracting requirement. For all small businesses, to include SDVOSB and VOSB, “At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern.” See FAR 52.219-14 available in full text at https://www.acquisition.gov/far/part-52

  2. The Service Contract Act will apply.

  3. Invoices will only be accepted on a monthly basis. Weekly invoices will not be accepted.

  4. Please see the attached DRAFT performance work statement for further details.




  1. Technical Evaluation Criteria




  1. Technical




  1. Offeror’s Capability




  1. The proposal demonstrates history in serving homeless in the community specifically identified in the solicitation.

  2. The proposal demonstrates history in serving homeless veterans, male and/or male and female.

  3. The proposal demonstrates history in partnering with other homeless community providers to serve veterans.

  4. The proposal presents specific activities and resources to be access which increase the potential of veterans transitioning into permanent housing.






  1. Offerors Proposed Services




  1. The proposal identifies the geographic location and environmental type for the services.

  2. The proposal identifies case management outreach activities which will increase the potential for the site to maintain a high occupancy.

  3. The proposal identifies the case management activities and programmatic services including mental health and or substance support provided to the veterans to assist them in obtaining and maintaining permanent housing.

  4. The proposal identifies a staffing pattern at the service site which assures 24 hour supervision and back up, supports to address veteran needs (medical emergencies, transportation to appointments and adequate emergency supports related to staff (out due to sick or emergencies) specified in the solicitation.

  5. The proposal identifies and acknowledges the commitment to adhere to the process and procedures of Emergency Housing specified in the solicitation.



3. Past Performance Criteria



1. History of Previous Contracts



a. Identify contracts held (if any) during past 2 years and the primary function with the



key contact of the agency for a contact reference.



b. The proposal demonstrates compliance at an acceptable level or identified barriers in



meeting VA performance outcomes (if previous contract for Homeless Services) related to the metrics of percentage of homeless served, percentage of veterans placed in permanent housing, and percentage of negative discharges. If no previous contract with Homeless Services, identify and provide reference information on a key official from agency’s funding source to contact regarding agencies performance on their established metric.



4. Quality Assurance



1. Satisfaction of end users



a. The proposal identifies and is supported by VA or other agency sources that the



agency demonstrates an ongoing methodology to receive feedback from end users



and process to incorporate information received to benefit residents.





5. Management



1. Site Management



a. The proposal identifies the specific administrative management for fulfillment of the responsibilities of the contract is located on the Island where the proposed site is located.



b. The proposal identified the key management staff, a staffing plan and resumes/bios of these staff.



c. The proposal includes an organizational chart that clearly shows the relationships, lines of authority and responsibilities of management and proposed support staff.







See attached document: FY24 - Statement of Work 17 beds.


Attachments/Links
Contact Information
Contracting Office Address
  • 10535 HOSPITAL WAY
  • MATHER , CA 95655
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >