G004--Copy of Kansas City VA Emergency Housing Solicitation (VA-25-00001883)
ID: 36C25525R0003Type: Presolicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF255-NETWORK CONTRACT OFFICE 15 (36C255)LEAVENWORTH, KS, 66048, USA

NAICS

Temporary Shelters (624221)

PSC

SOCIAL- SOCIAL REHABILITATION (G004)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals for the Healthcare for Homeless Veterans (HCHV) program, specifically for contracted Emergency Residential Services (CERS) at the Kansas City VA Medical Center in Missouri. The contract, valued at $13.5 million, aims to provide safe and supportive housing, case management, and mental health stabilization for up to 45 homeless veterans, with a focus on transitioning them to permanent housing within 30 to 90 days. This initiative is crucial for addressing veteran homelessness and ensuring compliance with federal standards for health and safety in residential care facilities. Interested parties should contact Patricia Trusler at patricia.trusler@va.gov or call 913-946-1118 for further details, with proposals due by April 14, 2025.

    Point(s) of Contact
    Patricia TruslerContract Specialist
    (913) 946-1118
    patricia.trusler@va.gov
    Files
    Title
    Posted
    The Kansas City VA is issuing a presolicitation notice for Contracted Emergency Residential Services (CERS) as part of its Health Care for Homeless Veterans (HCHV) program. The purpose is to solicit proposals from contractors to provide 24/7 services for homeless veterans at the Kansas City VA Medical Center, aiming to stabilize them in safe environments and transition them to appropriate housing within 60 to 180 days. The solicitation is expected to be released around January 31, 2025, with proposals due by April 1, 2025. The VA anticipates housing up to 45 Bed Days of Care (BDOC) and has established a small business size standard of $13.5 million under NAICS Code 624221. The chosen contractor will be expected to operate within a fifteen-mile radius of the VA Medical Center. All inquiries must be directed via email to Contract Specialist Patricia Trusler. This procurement supports the government's objective of reducing homelessness among veterans by enhancing available services.
    The Quality Assurance Surveillance Plan (QASP) outlines a structured approach for evaluating contractor performance on a specific government contract. It delineates monitoring aspects such as what will be observed, methods of oversight, responsible personnel, and documentation procedures. The government holds the responsibility of executing objective evaluations while the contractor is accountable for fulfilling contract terms and maintaining quality. Key personnel include the Contracting Officer (CO), tasked with contract compliance, and the Contracting Officer’s Representative (COR), who handles technical supervision and documentation. Performance standards across various service areas are established, and contractor effectiveness is assessed through methods like direct observations, periodic inspections, and reviews of participant feedback. The QASP is a dynamic document, subject to revisions in coordination with the contractor. Performance measurements specify acceptable quality levels and necessitate corrective action plans if standards are not met. Ultimately, the QASP promotes accountability and ensures that contractors deliver necessary services efficiently, embodying a commitment to quality in government-funded initiatives.
    The VA CRS Extension Request Form is designed for requesting an extension of services for veterans who are receiving housing assistance. The form must be completed and submitted to the VA CERS Liaison at least seven days before the end of the current referral or upon request. It requires details such as the veteran's name, the number of bed days utilized, the contract case manager's name, housing goals, progress made towards these goals, and a justification for the extension. Additionally, it includes a section for internal use by the Contracting Officer’s Representative (COR), which logs the date of the request, projected discharge date, referral status, and any comments needed. The process includes obtaining the contract case manager's signature to validate the request. This structured approach ensures that veterans receive appropriate support in their transition to stable housing, aligning with federal initiatives to provide effective assistance to veterans in need.
    The Performance Risk Assessment Questionnaire is a form used to evaluate the past performance of contractors offering Health Care for Homeless Veteran (HCHV) services within the past three years. Offerors must distribute the form to at least three references who are knowledgeable about their performance. The form must be emailed to the designated Contract Specialist by the submission deadline. The questionnaire includes sections for the references to detail the business name, address, contact information, contract value, and performance period. It employs a rating scale from 1 to 6 to assess various aspects, including the quality of services, price control, timeliness, business relationships, and provision of qualified personnel. The form also asks references to provide an overall performance rating and additional comments on whether the contractor should be awarded future contracts. The assessment aims to gauge performance risk, aiding the government's decision-making process in awarding contracts. This document reflects a structured approach to evaluation, ensuring accountability and quality in government contracting for health services.
    The document outlines the Small Business Subcontracting Plan, intended for federal government contractors to ensure compliance with FAR 52.219-9. It serves as a guide for creating a subcontracting plan that details the projected subcontracting participation of small businesses, including specific goals for various categories such as veteran-owned, service-disabled veteran-owned, and women-owned businesses. Key sections include the identification of plan type, measurable goals for subcontracting, methods for identifying potential sources, and requirements for tracking and reporting compliance. The plan also emphasizes the importance of equitable opportunities for small businesses and mandates regular reporting and record-keeping to demonstrate adherence to the established goals. The purpose of this document is to facilitate the inclusion of small businesses in government contracting opportunities, thereby promoting economic growth and diversity in federal procurements. It sets out clear expectations for contractors to ensure small business participation, reflecting the government’s commitment to fostering a robust small business sector in the federal marketplace.
    The document outlines the Wage Determination under the Service Contract Act by the U.S. Department of Labor, specifically Wage Determination No. 2015-5105, Revision No. 24. It mandates that contractors must pay minimum wage rates based on the contract's effective date, adhering to Executive Orders 14026 and 13658. The specified minimum wages for contracts effective after January 30, 2022, is at least $17.75 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, require a minimum of $13.30 per hour. The document lists various occupations and their corresponding wage rates and fringe benefits applicable in specified counties in Kansas and Missouri. Additionally, health and welfare benefits, vacation time, and holiday pay regulations are detailed. The document emphasizes compliance for contractors with pay differentials for hazardous work, uniform allowances, and the conformance process for unlisted job classifications. This guidance is crucial for ensuring that government contractors adhere to wage standards and worker protections outlined in federal directives, impacting federal RFPs and grants.
    The Contractor Certification outlines compliance obligations under the Immigration and Nationality Act of 1952 for contractors providing services to the Department of Veterans Affairs (VA). Contractors must certify that they will not knowingly employ or contract with individuals who lack legal status in the U.S., including foreign national non-immigrants who have violated their admission terms. Furthermore, they are required to adhere to "E-Verify" regulations in accordance with Executive Order 12989 and relevant Federal Acquisition Regulations. If a contractor fails to meet these requirements, the VA can prohibit the employment of the non-compliant individual and may terminate the contract for breach. Contractors are also responsible for ensuring that their subcontractors obtain similar certifications. The document serves to enforce legal compliance in hiring practices to safeguard the integrity of services provided to veterans. Violations may lead to significant legal repercussions under federal law.
    The VA Handbook 6500.6, Appendix D outlines the responsibilities and rules of behavior for contractors accessing VA information systems. It emphasizes that contractors may have their personal information shared by VA OI&T staff to fulfill contract obligations without further consent. Contractors must adhere to VA security and data privacy regulations and report any security incidents. The document delineates specific behavioral standards, including limiting access to authorized systems, using only approved equipment and software, safeguarding sensitive information, and preventing unauthorized disclosures. It also stipulates guidelines for using non-VA technology resources and outlines prohibitions against using personal devices for VA data transfer. Furthermore, the agreement clarifies that subcontractors must comply with the same security requirements as the primary contractors. The document concludes with an acknowledgment section for contractors to verify their understanding and commitment to these conditions. This handbook serves to ensure that contractors uphold stringent security measures, protecting sensitive VA information while executing their contractual duties, reflecting the government's commitment to secure data handling in federal operations.
    The file is an inspection and review document for the Health Care for Homeless Veterans (HCHV) program under the Department of Veterans Affairs. It outlines the checklist and review process for ensuring that facilities housing veterans meet various health, safety, and operational standards. The document includes sections for submitting inspection details, team composition, approval status by the medical center director, and corrective action plans for any deficiencies identified during inspections. Essential criteria cover facility compliance with safety codes, staffing adequacy, service scope, meal provisions, and physical security measures. Findings from inspections must be documented, detailing any deficiencies and best practice recommendations for improvement. The overarching goal of the HCHV program is to provide secure, sanitary living conditions for veterans while ensuring their well-being and access to necessary support services. This structured approach is aligned with federal regulations and aims to enhance the quality of care and living standards for homeless veterans across the United States. The document serves as a guide for facility approvals within the HCHV program, ensuring that veterans are placed in suitable environments.
    The document outlines the operational standards and inspection requirements for Nutrition and Food Services in a program assisting veterans. It addresses how agencies are expected to meet veterans' nutritional needs by checking compliance with specific criteria, including the provision of nutritionally adequate menus, the ability to cater to special dietary requirements, and the maintenance of safe food handling practices. The contract providers must supply detailed weekly menus and ensure the cleanliness and proper maintenance of food storage and preparation areas. The inspection also mandates documentation of any deficiencies found during evaluations, along with corrective actions taken. Overall, the key focus of the document is to ensure high-quality nutritional and food service standards are upheld for veterans, promoting their health and well-being through structured oversight and compliance measures.
    The HCHV Grant and Per Diem Program Quarterly Inspection document outlines essential criteria for evaluating the living conditions of residents in associated facilities. It comprises a checklist assessing residents' personal space, sanitary conditions, security for medications, sleeping arrangements, sanitary facilities, food preparation areas, and privacy. Each section includes specific inquiries, such as ensuring bathrooms are well-maintained, food items are stored safely within expiration dates, and adequate heating and cooling are provided. Additionally, it emphasizes patient confidentiality, a clean environment free of substances, and accessibility to emergency contacts and exits. The document is structured as a quantitative assessment with responses categorized as "Yes," "No," or "N/A," ensuring a comprehensive audit of facility standards to support residents' health and well-being. This inspection is significant within the context of federal programs, providing oversight to ensure compliance with grant requirements aimed at improving living conditions for vulnerable populations.
    The HCHV Contract Residential Care Program Incident Report is a structured document designed for reporting incidents involving veterans in contract residential care facilities. It must be completed and submitted to the VA HCHV Contract Residential Care Liaison within 24 hours of the occurrence. The report requires detailed information on the veteran, the organization involved, and specifics about the incident, including date, time, and location. It categorizes incidents into various types, such as death, emergency situations, violence, medication issues, and others, while prompting for a descriptive account of the circumstances leading to the incident. The report also necessitates documentation of actions taken by the contract provider and follow-up by the VA staff. The structured approach of this report aims to establish accountability, ensure timely communication, and facilitate the appropriate response to incidents affecting veterans under care. By adhering to this process, the VA demonstrates a commitment to the safety and wellbeing of veterans in residential settings, aligning with broader objectives of transparency and quality assurance in government-funded care programs.
    The document outlines a comprehensive Medication Review Checklist used for assessing organizations involved in the administration and management of medications. It ensures that entities meet the necessary documentation and procedural requirements for medication use, including informed consent, annual reviews by qualified professionals, and written procedures for administration, storage, and handling of medications. The checklist emphasizes the necessity for safe disposal practices, individual medication records, emergency protocols, and staff training regarding medications. Additionally, the document mentions compliance with applicable laws and controls around medication administration, focusing on systematic medication management, monitoring, and safe individual storage practices. The importance of documenting errors, medication reactions, and ensuring staff competency in handling medications is also addressed. Lastly, the checklist encourages organizations to submit information on any deficiencies noted during inspections and corrective actions taken to meet compliance, highlighting a dedication to quality improvement in service delivery for veterans. This structured checklist serves as a crucial tool for agencies participating in federal and local funding programs while emphasizing accountability and quality care standards.
    The document outlines a Request for Proposal (RFP) issued by the Department of Veterans Affairs (VA) for contracted Emergency Residential Services (CERS) to support homeless veterans at the Kansas City VA Medical Center. The contract, valued at $13.5 million, includes a base year and four optional extension years, accommodating up to 45 veterans in need of immediate residential care. Key elements of the proposal involve providing safe and supportive housing, case management, mental health stabilization, and linkage to permanent housing within 30 to 90 days. The contractor is responsible for complying with federal regulations, maintaining facility standards, and ensuring veterans' rights and confidentiality. The document details requirements for facility operations, staffing, and service delivery, emphasizing collaborative efforts with VA liaisons to ensure veterans receive comprehensive support. Performance metrics and oversight include inspections and reports to maintain compliance with established service levels. The proposal demonstrates the VA's commitment to addressing veteran homelessness through community engagement, innovative care models, and ongoing evaluation of needs and outcomes, reflecting a strategic focus on eradicating homelessness among veterans.
    The document pertains to a Request for Proposal (RFP) issued by the Department of Veterans Affairs (VA) Network Contracting Office (NCO) 15, concerning the provision of behavioral health services. The amendment clarifies several points in response to potential offerors' inquiries while maintaining the original submission deadline of April 14, 2025. Key questions addressed include staffing requirements, particularly the role of administrative staff as qualified personnel, and the necessity for evidence of qualifications such as certifications. Additionally, the amendment explains proximity requirements for facilities offering services, stipulating they must be within 15 miles of the Kansas City VA Medical Center. It also emphasizes that contractors cannot bill veterans' insurance for the services provided under this contract. This document reflects the VA's commitment to thorough communication regarding contractual requirements and operational transparency, highlighting the importance of qualified staffing and service accessibility for veterans.
    Similar Opportunities
    HCHV Contract Residential Services | Birmingham VAMC | 4 Beds/Day
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for a five-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract to provide Transitional Housing and Health Care for Homeless Veterans (HCHV) Contract Residential Services at the Birmingham VA Medical Center. The contract aims to offer up to four beds per day, totaling 1,460 beds annually, for eligible male and female veterans, including those with mental health and substance abuse issues, while ensuring a drug and alcohol-free environment and compliance with federal regulations. This initiative is crucial for facilitating access to a range of medical, rehabilitative, and employment services for homeless veterans. Interested contractors should contact Matthew Minnick at matthew.minnick2@va.gov or (912) 961-5826 x415826, with a guaranteed minimum contract value of $5,000 and a maximum ceiling of $1,000,000. Proposals must adhere to strict guidelines and be submitted by the specified deadline.
    G004 - HCHV CERS TRANSITIONALHOUSING WHITE CITY, OR
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking contractors to provide Health Care for Homeless Veterans (HCHV) Contracted Residential Services (CRS) in White City, Oregon. The objective of this procurement is to offer interim housing and supportive services to homeless Veterans while they await permanent housing, including 24/7 room and board, nutritious meals, laundry facilities, and therapeutic support tailored to their mental health and substance dependencies. This initiative is crucial for facilitating rehabilitation and successful transitions for homeless Veterans, ultimately aiming to reduce homelessness within this population. Interested parties can contact James Harris at james.harris13@va.gov for further details, with the presolicitation notice indicating the need for compliance with federal regulations and a focus on quality assurance and successful discharge planning.
    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.
    G004--Emergency Housing for Veterans in Central Massachusetts Northampton VA Medical Center
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is conducting a Sources Sought notice to identify qualified vendors capable of providing emergency housing and supportive services for homeless veterans in Worcester County, Massachusetts, specifically from the Northampton VA Medical Center. The procurement aims to secure contracted residential services that include secure housing, meals, laundry, transportation, and case management, with a focus on helping veterans achieve stable housing and improve their overall health. Interested parties must submit their capability responses by December 31, 2025, at 8 AM EST, via email to Glorimar Estevez Cortorreal at glorimar.estevezcortorreal@va.gov, and must be registered in the System for Award Management (SAM) and VISTA to be eligible for future solicitations. The NAICS code for this opportunity is 624221 (Temporary Shelters), with a size standard of $13.5 million.
    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.
    G099--Contracted Residential Services (CRS) Hines VA Hospital
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking contractors to provide Contracted Residential Services (CRS) for the Hines VA Hospital. This procurement aims to secure essential residential services that support the needs of veterans receiving care at the facility. The services are critical for ensuring a supportive living environment for veterans, contributing to their overall well-being and recovery. Interested parties can reach out to Contract Specialist Becky Cincotta at becky.cincotta@va.gov or call 414-844-4822 for further details regarding the opportunity.
    Home Sleep Apnea Testing
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for Home Sleep Apnea Testing (HSAT) services for veterans at the John J. Pershing VA Medical Center in Poplar Bluff, Missouri, and its associated Community Based Outpatient Clinics. The procurement involves providing HSAT equipment, technical support, and scoring reports, with a focus on ensuring compatibility with existing Somnoware software, which is essential for effective patient care and data management. This contract, valued at an estimated $20.5 million, will be awarded as an Indefinite Delivery Indefinite Quantity (IDIQ) Firm-Fixed Price (FFP) contract, covering a base period and four option years from May 1, 2026, to April 30, 2031. Interested parties can contact Denise Maynard at denise.maynard@va.gov or by phone at 913-946-1116 for further information.
    Q402--RFP- CONTINUOUS CNH
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to provide nursing home services for eligible Veterans in Central Arkansas. The contract aims to deliver comprehensive care, including medical, nursing, and psychosocial support, while ensuring compliance with Medicare and Medicaid standards, and emphasizes timely patient placements and quality oversight. This procurement is crucial for maintaining high-quality healthcare services for Veterans, with specific performance standards outlined in the Medicaid Quality Assurance Surveillance Plan (QASP) to monitor contractor performance. Interested contractors can contact Karen Battie, the Contract Specialist, at Karen.Battie@va.gov for further information, with a funding requirement of $750,000.00 under VAR 852.237-70, and all proposals must adhere to the updated solicitation guidelines.
    Q402--Q402- Atlanta VAMC Community Nursing Home Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is soliciting proposals for Community Nursing Home (CNH) services in the Atlanta VAMC catchment area, which includes multiple counties in Georgia. The procurement aims to provide comprehensive nursing home care, including medical, nursing, and psychosocial services, to eligible veterans, ensuring that facilities meet the health needs and well-being of VA patients. This opportunity is significant as it supports the VA's commitment to delivering quality care to veterans, with contracts anticipated to range from $750,000 to $3,000,000 over a five-year period. Interested vendors can submit proposals starting June 18, 2024, and should direct inquiries to Contract Specialist William Prenzler or Contracting Officer Laurinda Millage for further information.
    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.