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.