G004--EMERGENCY RESIDENTIAL BEDS - SPA 5-LDSH
ID: 36C26225R0090Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF262-NETWORK CONTRACT OFFICE 22 (36C262)Gilbert, AZ, 85297, USA

NAICS

Other Community Housing Services (624229)

PSC

SOCIAL- SOCIAL REHABILITATION (G004)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals for the provision of Emergency Residential Beds under the solicitation titled "G004--EMERGENCY RESIDENTIAL BEDS - SPA 5-LDSH." This procurement aims to establish an Indefinite Delivery, Indefinite Quantity (IDIQ) contract for Low Demand Safe Havens (LDSH) to support homeless male Veterans, requiring contractors to deliver housing and supportive services within a 5-mile radius of the West Los Angeles VA campus. The services include same-day admissions, case management, and assistance with permanent housing searches, with a maximum capacity of 30 Veterans daily, emphasizing a Housing First approach. Interested parties must submit their proposals by September 25, 2025, at 10 AM Pacific Time, with a total contract value of up to $8 million over five years, and can contact Danielle Carroll at danielle.carroll4@va.gov or 562-766-2296 for further information.

    Point(s) of Contact
    Danielle CarrollContract Specialist
    (562) 766-2296
    danielle.carroll4@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) Network Contracting Office (NCO) 22 issued a presolicitation notice for a firm fixed price contract for emergency residential services. This initiative, under solicitation number 36C26225R0090, seeks contractors to provide transitional housing for homeless Veterans as part of the VA Greater Los Angeles Healthcare System's (VAGLAHS) Health Care for Homeless Veterans (HCHV) program. The VA aims to increase capacity and services to end Veteran homelessness, implementing new models of care. The solicitation is expected around August 26, 2025, with a response deadline of September 2, 2025. This acquisition is unrestricted, and all interested parties must be registered in SAM.gov.
    The Department of Veterans Affairs (VA), Network Contracting Office 22, has issued Solicitation Number 36C26225R0090 for "EMERGENCY RESIDENTIAL BEDS - SPA 5-LDSH." This combined synopsis/solicitation notice, with a NAICS code of 624229 and product service code G004, seeks proposals for emergency residential beds. The response deadline is September 25, 2025, at 10 AM Pacific Time. The contracting office is located in Long Beach, CA, and Danielle Carroll is the point of contact. The solicitation includes several attachments providing detailed requirements and forms related to ADA accessibility, contract rules of behavior, incident reporting, extension requests, admission tracking, referral worksheets, quality assurance, and residential exit forms.
    The U.S. Department of Justice published an ADA Checklist for Emergency Shelters to guide state and local governments in ensuring accessibility for people with disabilities in emergency preparedness. This document, applicable to federal and state/local RFPs and grants, outlines a two-step evaluation process: a Quick-Check Survey for preliminary assessment and a detailed ADA Checklist for comprehensive surveys. It provides instructions on evaluating physical accessibility, conducting surveys, taking measurements and photographs, and completing the checklist. Key areas of focus include accessible entrances, routes to service areas, toilet rooms, passenger drop-off points, parking, sidewalks, hallways, check-in areas, sleeping areas, restrooms, showers, public telephones, drinking fountains, and eating areas. The guide also addresses temporary solutions for common accessibility issues, such as portable ramps and marked accessible parking. The overarching goal is to identify and remove physical barriers or, if necessary, to select alternative accessible facilities, ensuring that emergency shelters comply with the Americans with Disabilities Act of 1990.
    The VA HANDBOOK 6500.6, Appendix D, outlines the Contractor Rules of Behavior for individuals accessing Department of Veterans Affairs (VA) information assets, systems, and sites under contract. Contractors must acknowledge and accept that they have no reasonable expectation of privacy and consent to monitoring and review by VA and law enforcement personnel. The agreement prohibits unauthorized access, modification, or misuse of federal government systems, with potential criminal, civil, or administrative penalties for violations. Contractors must comply with VA security and data privacy directives, report security incidents, and adhere to specific rules regarding user accounts, authorized system use, data protection, password management, and the use of government property and software. Personal use of VA systems is strictly prohibited. Additional conditions apply to the use of non-VA IT resources, including restrictions on remote access from public computers and dual network connections. Subcontractors are also bound by these security requirements. The document emphasizes that these terms do not create any enforceable rights for parties in litigation with the U.S. Government. Contractors must complete and return the signed agreement to the COTR.
    The "Healthcare for Homeless Veterans Incident Report" is a standardized form for documenting various incidents involving homeless veterans within a facility. It requires reporting within 24 hours or the first working day after an event. The form collects essential information such as the veteran's name, social security number, facility details, date, time, and location of the incident. It categorizes incidents into types like death, fire, sexual assault, 911 calls, medical illnesses, acts of violence, abuse (by staff or other residents), accidents, drug/police raids, and medication problems. The report also details actions taken in response, such as sending the veteran to a VA or non-VA facility, arrest, discharge, or referral to other services. It includes sections for reporting personnel and a VA-only section for follow-up and disposition, ensuring comprehensive tracking and resolution of incidents to maintain safety and accountability within the program.
    The document outlines the protocol for requesting extensions to a Veteran's authorized period within the VA Grant and Per Diem Program. Contractors must submit a written request with justification for the Veteran's continued need, an updated treatment plan, and obtain written approval from the VA Grant and Per Diem Program Manager/Contracting Officer Representative (COR). The request requires detailed information, including steps taken to house the veteran, identified barriers, a plan to mitigate those barriers, a timeline for the plan during the extension period, and a minimum of two housing plans. Additionally, the Veteran's agreement with the proposed plan must be confirmed. This protocol ensures a structured and justified approach to extending support services for Veterans, emphasizing accountability and a clear path toward stable housing.
    SQUARES 2.0 is an upgraded online system designed to provide the Department of Veterans Affairs (VA) staff, grantees, and community outreach personnel with quick, reliable access to homeless and at-risk Veterans' eligibility information. It facilitates batch inquiries, immediate eligibility confirmation, and allows community providers to assist Veterans without needing documentation or in-person visits to a VA Medical Center. Access to SQUARES 2.0 is limited to authorized VA staff and organizations that have signed a data use agreement, enhancing the support network for Veterans in need.
    The document outlines a standardized intake and referral form, likely for a program or service within a government or federally funded context. It details critical fields such as Last Name, First Name, Last Four (presumably of a Social Security Number or other identifier), Date of Referral, Time of Referral, Date of Admission, Date of Denial, Reason for Denial/Disposition, and Specify Reasoning When Selected Program Denied. This structure suggests a process for tracking individuals, managing referrals, and documenting outcomes, particularly concerning admissions and denials for a specific program. The form is designed to capture essential demographic and referral information, as well as the rationale behind program decisions, ensuring accountability and clear record-keeping for applicants.
    The "Residential Treatment Referral Worksheet" is a standardized form used by the VA for Veterans entering the HCHV Contract Residential Treatment Program or HCHV Low Demand Safe Haven. It collects essential demographic and housing information, including the Veteran's name, SSN, DOB, and details about their housing situation prior to program entry. The form also inquires about the duration and type of their previous residence, whether they lived with others, and their homelessness history over the past three years. Additionally, it assesses if the Veteran has a disabling condition and records the zip code and Continuum of Care (CoC) location of their prior residence. This document is crucial for tracking and managing Veteran placements in residential treatment programs.
    The HCHV Transitional Housing Incident Report is a critical document for federal grant and RFP compliance, designed to meticulously record and address incidents involving veterans in transitional housing. This form captures essential details such as the veteran's identity, facility, date, time, and location of any incident. It categorizes various types of incidents, including death, fire, sexual assault, 911 calls, medical illnesses, violence (verbal/physical by or against veterans/staff), accidents, drug/police raids, and medication problems. The report also documents whether the incident was witnessed, actions taken (e.g., referral to VA emergency, arrest, discharge), and interventions made, including communications with VA personnel. This structured reporting ensures accountability, facilitates timely intervention, and supports follow-up by VA liaisons, demonstrating a commitment to veteran safety and program integrity.
    This Quality Assurance Surveillance Plan (QASP) outlines the U.S. Government's method for monitoring the performance of contracted Emergency Residential Services (CERS) to ensure quality housing and support for patients. The plan details what, how, how often, and by whom monitoring activities will be conducted and documented. It emphasizes that while the contractor is responsible for quality control, the Government's role is quality assurance. Performance standards, surveillance methods (direct observation, periodic inspection, meetings, and complaint handling), and documentation procedures for both acceptable and unacceptable performance are established. The QASP includes a matrix of performance measures for various tasks, such as admissions, length of stay, discharges, therapeutic services (group activities, case management, housing search, financial planning, employment), and records management, along with acceptable quality levels, surveillance methods, incentives, and disincentives. The document is a
    The Residential Treatment Exit Form Worksheet is a crucial document for Grant and Per Diem (GPD), HCHV Contract Residential Treatment Program, and HCHV Low Demand Safe Haven programs. It systematically records the exit of Veterans from these residential treatment programs. The form collects comprehensive data, including Veteran demographics, details of their residential treatment stay (entry/exit dates, billable days, cost of care), and their status at program exit. It thoroughly documents reasons for departure, such as successful completion, rule violations, or transfer, and details housing arrangements, stability, and living companions. Furthermore, the form assesses employment status, receipt of VA and non-VA financial benefits, and any cash or non-cash benefits received in the 30 days prior to exit. A significant section is dedicated to follow-up arrangements, detailing planned clinical treatments for alcohol, drug, mental health, medical, social, recreational, and vocational issues. The form also includes sections for SNAP (Strengths, Needs, Abilities, Preferences) and a Transitional Plan, ensuring a holistic record of the Veteran's exit and future support needs.
    The document provides a quick reference guide detailing various Veteran eligibility statuses for SSVF/GPD and VA health care, ranging from fully eligible to ineligible based on factors such as discharge status and service records. Key status categories include VHA Eligible, Dishonorably Discharged, Conflicting Records, and No Veteran Record Found, each with implications for program eligibility. Veterans are encouraged to verify their health care eligibility due to potential changes in their circumstances.
    The document outlines the required information for a reference contract in a government solicitation, likely an RFP or grant application. It specifies details such as the legal name of the contracting entity, contract number, a description of tasks performed, geographic location of services, contract dates, and the average monthly number of homeless individuals served with transitional housing. Additionally, it requires clarification on whether the Offeror or a proposed subcontractor provided the services, and if they were the prime or a subcontractor. The document also mandates the provision of a contact person's name, phone number, and email for verification purposes.
    The Department of Veterans Affairs (VA) Greater Los Angeles Healthcare System (VAGLAHS) is issuing an Indefinite Delivery, Indefinite Quantity (IDIQ) contract for Emergency Residential Services Beds, specifically Low Demand Safe Havens (LDSH), for homeless male Veterans. The contract, valued up to $8,000,000.00 over five years (October 2025 – September 2030), requires contractors to provide housing and supportive services within a 5-mile radius of the West Los Angeles VA campus. Services include same-day admissions, case management, permanent housing search assistance, financial planning, employment support, and medication management. Facilities must be safe, clean, and provide meals, laundry, and hygiene supplies. Contractors must adhere to the Housing First approach, conduct regular facility inspections, and report critical incidents to the VA. The program aims to transition Veterans from homelessness to stable housing, with a maximum capacity for 30 Veterans daily.
    Lifecycle
    Title
    Type
    Similar Opportunities
    G004--VA Long Beach Healthcare System 10-Bed Transitional Housing and Supportive Services
    Buyer not available
    The Department of Veterans Affairs (VA) Long Beach Healthcare System (VALBHS) is seeking proposals for an Indefinite Delivery, Indefinite Quantity (IDIQ) contract to provide 10-bed transitional housing and supportive services for homeless veterans. The contract aims to deliver essential services, including room, board, case management, and transportation, through the Health Care for Homeless Veterans Contracted Emergency Residential Services (HCHV CERS) model, focusing on veterans transitioning from homelessness or institutional settings. This initiative is critical for addressing veteran homelessness and facilitating rapid rehousing, with a maximum contract value of $4,600,000 over a five-year period, from March 1, 2026, to February 28, 2031. Interested parties should contact Contract Specialist Rafael Cervantes at rafael.cervantes@va.gov or 562-766-2295, with proposals due by December 31, 2025.
    G099--Sources Sought Health Care for Homeless Veterans Contracted Emergency Residential Services Maui, Hawaii
    Buyer not available
    The Department of Veterans Affairs (VA) is conducting market research to identify potential vendors for the Health Care for Homeless Veterans (HCHV) Contract Emergency Residential Services (CERS) in Maui, Hawaii. The objective is to provide emergency transitional housing and supportive services for homeless veterans, including 24/7 access to meals, case management, and transportation, with a focus on facilitating permanent housing solutions. This initiative is critical for addressing the needs of chronically homeless veterans and those recently discharged from institutions, ensuring they receive the necessary support in a safe environment. Interested contractors must respond to Contract Specialist Lydia Anderson via email by December 8, 2025, at 10:00 A.M. PST, providing required information such as socioeconomic status, capabilities, and pricing estimates for the specified services.
    Q518--Residential Rehabilitation Treatment Program (RRTP) and Post-Traumatic Stress Disorder (PTSD) Treatment beds
    Buyer not available
    The Department of Veterans Affairs is issuing a presolicitation notice for a sole source contract with Continuum of Care Inc. to provide Residential Rehabilitation Treatment Program (RRTP) and Post-Traumatic Stress Disorder (PTSD) treatment beds for Veterans. The contract, lasting three months, will cover essential services including room, board, and ambulatory transportation at the VA Connecticut Healthcare System’s Mental Health RRTP and PTSD Residential Rehabilitation Treatment Program. This procurement is critical for ensuring that Veterans receive specialized mental health services, and Continuum of Care Inc. was selected due to their existing relationship with the VA and their expertise in this area. Interested parties may contact the Contracting Officer, Portia Fredua-Agyemang, at Portia.Fredua-Agyeman@va.gov by December 9, 2025, at 10 AM EST for further inquiries, although the decision to pursue a competitive procurement will be at the discretion of the Contracting Officer.
    G004 - HCHV CERS TRANSITIONALHOUSING WHITE CITY, OR
    Buyer not available
    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.
    X1DB--Santa Maria Lease
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking proposals for a lease in Santa Maria, California, under Solicitation Number 36C10F25R0043. This unrestricted Request for Lease Proposals (RLP) aims to secure a property suitable for the VA's operational needs, with proposals evaluated based on the outlined Method of Award. The lease is critical for providing necessary facilities to support veterans' services in the region. Interested parties must submit their proposals by January 13, 2026, at 5:00 PM ET, and are encouraged to attend a virtual pre-bid conference on November 13, 2025, with registration required by November 12, 2025. For inquiries, contact Bradford L. Seifert at bseifert@ppwashdc.com or 202-382-2733.
    Q402--RFP- CONTINUOUS CNH
    Buyer not available
    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.
    G099--Contracted Residential Services (CRS) Hines VA Hospital
    Buyer not available
    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
    Buyer not available
    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.
    Y1DA--518-22-700 EHRM Infrastructure Upgrades Construction Bedford VAMC
    Buyer not available
    The Department of Veterans Affairs (VA) is preparing to issue a Request for Proposals (RFP) for the EHRM Infrastructure Upgrades Construction project 518-22-700 at the Bedford VA Medical Center (VAMC) in Bedford, MA. This design-bid-build project aims to address deficiencies and upgrade communications cabling in Telecommunications Rooms (TRs) and the Main Computer Room (MCR) across multiple campus buildings and site infrastructure, including the demolition of existing structures and the construction of a new MCR building. The project is critical for enhancing the telecommunications infrastructure, which includes new Fiber Optic and CAT 6a cabling, Work Area Outlets (WAOs), and various systems such as HVAC, CCTV, and Fire Protection. This total Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside contract is estimated to be valued between $20,000,000 and $50,000, with a performance period of approximately 730 calendar days, and is expected to be issued in mid-December 2025. Interested parties can direct inquiries to Contract Specialist Dawn N Schydzik at dawn.schydzik@va.gov or by phone at 216-447-8300.
    SPS Services
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for SPS Services, as outlined in the attached documentation. The procurement aims to fulfill specific medical service requirements under the jurisdiction of the Veterans Affairs Network Contract Office 17. These services are critical for supporting the healthcare needs of veterans, ensuring they receive timely and effective medical care. Interested vendors can reach out to Dayna Cantu at dayna.cantu@va.gov or call 512-922-0142 for further details regarding the submission process and requirements.