Q519--SUB-ACUTE RESIDENTIAL DETOXIFICATION SERVICES
ID: 36C26026Q0111Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF260-NETWORK CONTRACT OFFICE 20 (36C260)VANCOUVER, WA, 98661, USA

NAICS

Residential Mental Health and Substance Abuse Facilities (623220)

PSC

MEDICAL- PSYCHIATRY (Q519)
Timeline
    Description

    The Department of Veterans Affairs (VA) is seeking quotes for Sub-acute Residential Detoxification Services to support the VA Portland Healthcare System (VAPORHCS). The procurement aims to establish a one-year Indefinite Delivery Indefinite Quantity (IDIQ) contract for qualified providers to deliver medically monitored detoxification services, including 24-hour nursing care, medical evaluations, and essential support services for eligible Veterans. This contract is crucial for ensuring that Veterans receive comprehensive care during their detoxification process, adhering to strict standards of quality and safety. Interested parties must submit their quotes by December 18, 2025, at 4:30 PM (PST), with a guaranteed minimum contract value of $500 and a maximum of $300,000. For further inquiries, contact Lalenia Maria at lalenia.maria@va.gov or (253) 888-4908.

    Point(s) of Contact
    Lalenia MariaContract Specialist
    (253) 888-4908
    lalenia.maria@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA), Network Contracting Office 20 (NCO 20), is seeking quotes for Sub-acute Residential Detoxification Services for the VA Portland Healthcare System (VAPORHCS). This Request for Quotation (RFQ) anticipates a one-year Indefinite Delivery Indefinite Quantity (IDIQ) firm-fixed-price contract with a guaranteed minimum of $500.00 and a maximum of $300,000.00. The procurement utilizes a tiered evaluation process, prioritizing Service-Disabled Veteran-Owned Small Businesses (SDVOSB), Veteran-Owned Small Businesses (VOSB), other small businesses, and finally, large businesses. Quotes, including administrative, past performance, technical capability, and price information, must be submitted via email to lalenia.maria@va.gov by December 18, 2025, at 4:30 PM (PST). Questions are due by December 15, 2025, at 4:30 PM (PST). The contract period of performance is January 1, 2026, to December 31, 2026. Attachments, including the Performance Work Statement (PWS) and Price/Cost Schedule, are provided, and offerors must review specific FAR and VAAR clauses.
    The Department of Veterans Affairs Portland Healthcare System (VAPORHCS) requires qualified providers for sub-acute residential detoxification services for eligible Veterans. This Indefinite Delivery-Indefinite Quantity (IDIQ) contract, established under 38 U.S.C. § 8153, will be for one year, with annual ordering periods. The contractor must provide a state-of-the-art civilian medical facility offering medically monitored detoxification from alcohol and other drugs, including 24-hour nursing, on-call physician availability, and a medical director for emergencies. Services encompass medical evaluations, medication management, treatment plans, counseling, and essential support services like meals and secure lodging. Key personnel must hold full and unrestricted licenses. The contractor must adhere to strict policies, including HIPAA, SAMHSA, and Joint Commission standards, ensuring patient privacy, safety, and quality of care. Performance will be supervised by VAPORHCS officials, with rigorous quality assurance monitoring and reporting requirements for patient outcomes and adverse events. Discrimination is prohibited, and clinical records must comply with federal regulations. Payment is a firm-fixed price per patient bed per day, with electronic invoice submission through Tungsten Automation.
    This Quality Assurance Surveillance Plan (QASP) outlines the systematic method for evaluating contractor performance for a government contract. It details what will be monitored, how, by whom, and how results will be documented. The QASP emphasizes the contractor's responsibility for quality control while ensuring the Government's objective evaluation. Key roles include the Contracting Officer (CO), who makes final determinations, and the Contracting Officer's Representative (COR), who handles technical administration and surveillance. Performance standards are based on contract terms, with CORs providing quarterly progress reports. Surveillance methods include direct observation, periodic inspections, validated complaints, and random sampling. The document also specifies performance requirements, acceptable quality levels, and a detailed rating system (Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory) for Contractor Performance Assessment Reports (CPARs). Procedures for documenting performance, addressing deficiencies, and contractor acknowledgment are also included.
    Attachment 3, titled "KEY PERSONNEL LISTING," outlines critical requirements for proposed staff in government contracts, likely within the context of federal or state RFPs and grants. It mandates that applicants provide qualification documents, including credentialing licenses, for all key personnel. Additionally, it requires certification that all proposed staff have been thoroughly verified against the Office of Inspector General (OIG) Exclusions Program database. This verification ensures compliance with Social Security Act 1128, 42 U.S.C. § 1320a-7, preventing the hiring of individuals excluded from participation in federal healthcare programs due to fraud or abuse. The document emphasizes transparency and compliance by providing direct links to the OIG's online searchable database for verification.
    Attachment 4, titled "PAST PERFORMANCE REFERENCES," is a standardized template for gathering contractor past performance information within federal, state, and local government procurement processes. It requires detailed input for three distinct references, each necessitating the contract/task order title, point of contact (POC) name and title, agency address, phone number, and email address. Additionally, for each reference, the template asks for the contract title, contract number, period of performance (POP), contract value, and a description of relevant work. The document emphasizes the importance of providing verified and up-to-date contact information, underscoring its role in evaluating a vendor's experience and reliability for potential government contracts.
    Attachment 5, "CONTRACTOR EMPLOYEE LEGAL STATUS," mandates that contractors comply with U.S. immigration laws, specifically the Immigration and Nationality Act of 1952, when providing services to Department of Veterans Affairs (VA) patient referrals. Contractors must not knowingly employ or subcontract with illegal aliens or foreign nationals who violate their immigration status. Failure to comply may result in prohibiting the foreign national from working on VA-related services or lead to contract termination for breach. Contractors are also required to obtain similar certifications from their subcontractors. This certification is a critical component of federal procurement, ensuring legal compliance in staffing for government contracts and emphasizing accountability for workforce legal status.
    Attachment 6, Organizational Conflicts of Interest (OCT 2020), outlines the Department of Veterans Affairs' (VA) requirements for contractors to disclose and mitigate potential conflicts of interest in healthcare contracts. As prescribed in VAAR 809.507-1(b), this provision aims to prevent situations where an offeror's past, present, or planned activities could impair their impartiality, objectivity, or provide an unfair competitive advantage to the government. Offerors must submit a statement detailing any financial, contractual, organizational, or other interests for themselves, their consultants, and subcontractors, along with plans to mitigate any identified conflicts. Failure to disclose or misrepresentation can lead to contract termination. The Contracting Officer will review this information and may disqualify an offeror if conflicts cannot be satisfactorily mitigated. Appendix A provides a certification statement for contractors to either affirm no conflicts of interest or attach a detailed explanation of any potential conflicts.
    This attachment outlines the pricing structure for Sub-Acute Residential Detoxification Services provided to the VA Portland Healthcare System (VAPORHCS). The contractor will deliver nonpersonal services as per the contract's Performance Work Statement (PWS). Payment is based on a per VA-referred patient bed per day rate, with quantities being estimates. The contractor will only invoice for actual services rendered. The base contract period is from January 1, 2026, to December 31, 2026. This document is a critical component of a government Request for Proposal (RFP) or similar procurement, detailing the financial terms for a healthcare service.
    This government file outlines the technical evaluation subfactors for a federal RFP concerning addiction treatment and detoxification services for Veterans. It details requirements across five key areas: Quality of Care/Services, Urgent Care Clinic, Clinical Services, Certifications/Qualifications/Licenses, and Treatment Facility and Support Services. Providers must describe 24-hour staffing, admission procedures, detoxification methods, and support services. The document also requires information on urgent care staffing, chronic condition management, and contingency plans. Clinical service expectations include counseling, medication administration, and specific certifications like Joint Commission accreditation. Finally, facilities must detail their location, bed capacity, safety conformance, and methods for measuring treatment outcomes, reporting adverse events, and facilitating referrals to follow-up care.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Open and continuous Solicitation for CNH facilities in Oregon
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for an indefinite-delivery contract to provide nursing home services within the Oregon VA Health Care System, aimed at eligible veterans. The contract will span a period of up to five years, with a total funding ceiling of $45 million for all awarded contracts, ensuring that qualified contractors deliver essential healthcare services. This opportunity is crucial for maintaining high-quality care for veterans, adhering to federal regulations, and ensuring compliance with wage determinations that mandate minimum hourly rates and benefits for workers. Interested contractors should reach out to Brian Stephen at Brian.stephen@va.gov or Jeremiah Middleton at Jeremiah.Middleton2@va.gov for further details, as the solicitation will remain open for one year from the posting date on SAM.gov.
    AMENDMENT Q402--FY25 12/1 (HOLD) IDIQ Brookfield of Cascadia 648 - OREGON
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the amendment to the IDIQ contract titled "Q402--FY25 12/1 (HOLD) IDIQ Brookfield of Cascadia 648" in Portland, Oregon. This amendment outlines critical changes to the pricing and rate determination processes, specifying that the Geriatrics & Extended Care (GEC) and VA Central Office (VACO) will publish annual Medicare Benchmark rates, while also clarifying Medicaid rates and allowances for case mix within the Performance Work Statement (PWS). The services sought are vital for providing skilled nursing care, ensuring compliance with updated pricing structures, and maintaining transparency in federal contracting. Interested contractors should acknowledge receipt of the amendment and adhere to submission protocols, with inquiries directed to Contract Specialist Brian Stephen at Brian.stephen@va.gov or 253-888-4938, or Jeremiah Middleton at Jeremiah.Middleton2@va.gov.
    S222--DEA Hazardous Drug Waste Removal and Disposal - Eastern Colorado VA Health Care System
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the DEA Hazardous Drug Waste Removal and Disposal services at the Eastern Colorado VA Health Care System. The procurement involves comprehensive services for the secure removal and disposal of DEA Schedule Controlled pharmaceutical wastes, including the provision of secured containers, management of installation, removal, packaging, shipping, and incineration, all in compliance with federal, state, and local regulations. This service is critical for maintaining safety and compliance in handling hazardous drug waste within the VA healthcare facilities. Quotes are due by December 16, 2025, at 2:00 PM MST, and interested parties should contact Contracting Officer Noaa Lanotte at Noaa.Lanotte@va.gov for further details.
    G004--RESIDENTIAL BEDS (WOMEN)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking contractors to provide emergency residential services for homeless female veterans at the VA Greater Los Angeles Healthcare System (VAGLAHS). The procurement involves an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for transitional housing, which will accommodate up to 20 women veterans for a minimum of 30 days, with potential extensions based on clinical needs. This initiative is crucial for addressing the housing, mental health, and substance abuse challenges faced by veterans, supporting their transition to permanent housing through a "Housing First" approach. Interested contractors must submit proposals by December 29, 2025, at 3 PM Pacific Time, and can contact Danielle Carroll at Danielle.Carroll4@va.gov for further details regarding the solicitation, which has a total contract value of up to $8 million over five years.
    Q301 Reference Laboratory Testing for VA Portland Health Care System
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide Referral Laboratory services for histocompatibility and immunogenetics testing to support the VA Portland Health Care System's transplant program. The selected laboratory must be accredited by the Organ Procurement and Transplantation Network (OPTN) and capable of performing a range of specialized tests, including HLA typing and antibody screening, while adhering to strict regulatory standards and providing 24/7 critical testing services. This contract, which spans from April 1, 2026, to March 31, 2031, is crucial as the VA Portland Health Care System currently lacks the capability to perform these tests in-house. Interested parties must submit their responses by December 26, 2025, to Eric Lingenfelter at eric.lingenfelter@va.gov, with no funding amount specified at this stage.
    Open and Continuous Community Nursing Home RFQ
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified providers to submit quotes for the Open and Continuous Community Nursing Home Request for Quotes (RFQ) in Texas. This procurement aims to establish multiple Indefinite Delivery Contracts (IDCs) for nursing services to eligible veterans, with an estimated total value of $34 million over a base year and four option years, ensuring compliance with federal and state regulations and certification for Medicare and Medicaid. The initiative is critical for delivering quality nursing care to veterans, utilizing the Patient Driven Payment Model (PDPM) for pricing, and emphasizing adherence to safety and quality standards. Interested parties can contact Michelle Cunningham at michelle.cunningham@va.gov or Francisco Mendoza at francisco.mendoza@va.gov for further details.
    G004--VA Long Beach Healthcare System 10-Bed Transitional Housing and Supportive Services Answers to Questions – Amendment 0001
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for a 10-Bed Transitional Housing and Supportive Services program at the VA Long Beach Healthcare System in California. This procurement aims to provide essential housing and support services for homeless veterans, including case management, transportation, and mental health treatment, under the Health Care for Homeless Veterans (HCHV) model. The contract, structured as an Indefinite Delivery, Indefinite Quantity (IDIQ) with a maximum value of $4.6 million over five years, emphasizes compliance with ADA and safety standards, and requires contractors to maintain comprehensive records for veterans. Proposals are due by December 31, 2025, at 11:00 AM Pacific Time, and interested parties should contact Rafael Cervantes at rafael.cervantes@va.gov or 562-766-2295 for further information.
    Z1DA--648-24-701 EHRM Infrastructure Upgrades Phase 2 Construction - Portland, OR
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is preparing to solicit bids for the Design-Bid-Build EHRM Infrastructure Upgrades Phase 2 project at the Portland VA Health Care System, which encompasses significant construction and infrastructure enhancements in Portland, OR, and Vancouver, WA. The project requires contractors to assess existing conditions, perform demolition, and provide comprehensive labor, materials, and supervision across various disciplines, including civil, plumbing, mechanical, electrical, and electronic work. This initiative is crucial for upgrading the facility's infrastructure, including fiber optic installations, HVAC systems, and fire safety measures, ensuring improved operational efficiency and safety for veterans. The solicitation, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), will be issued as an Invitation for Bid (IFB) in late October 2025, with an estimated construction value between $5 million and $10 million and a performance period of approximately 365 days. Interested parties can direct inquiries to Contract Specialist Sierra Tate at Sierra.Tate@va.gov or by phone at 216-447-8300.
    6515--740-VCB-PROSTHETICS-F (VA-26-00028279 740-26-1-912-0003 Oxygen equipment VMOC INVENTORY
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking quotations for oxygen equipment under solicitation number 36C25726Q0166, specifically targeting certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The procurement includes various oxygen equipment such as Oxlife INDEPENDENCE batteries, POC FreeStyle Comfort systems, and 5 Liter Compact Oxygen Concentrators, which are essential for providing medical support to veterans. Quotes are due by December 19, 2025, at 1:00 PM CST, and interested vendors should ensure compliance with Federal Acquisition Regulation (FAR) and VA Acquisition Regulation (VAAR) clauses, including limitations on subcontracting and manufacturing requirements. For further inquiries, interested parties may contact Contract Specialist Damon J Crawford at Damon.Crawford@va.gov.
    Regulated Medical Waste Disposal for Roseburg VAHCS
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a contractor to provide Regulated Medical Waste disposal services for the Roseburg VA Health Care System and its associated clinics in Oregon. The procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and includes a firm fixed price contract with a base year and four option years, running from January 2026 to December 2031. The services required encompass weekly and bi-weekly pickups of various medical wastes, which must be incinerated for energy recovery, while ensuring compliance with all relevant regulations and maintaining security and HIPAA standards. Interested parties should contact Brian Millington at brian.millington@va.gov for further details regarding the solicitation.