G004--HCHV-CERS | EKHCS | TOPEKA AND LEAVENWORTH (VA-24-00102161) Follow-on
ID: 36C25525R0011Type: 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 qualified contractors to provide Healthcare for Homeless Veterans (HCHV) services, specifically focusing on Emergency Residential Services (CERS) in Topeka and Leavenworth, Kansas. The contract encompasses a base year with four optional one-year extensions, aiming to deliver essential residential care, including shelter, meals, case management, and treatment for mental health and substance use disorders, to stabilize veterans' health and facilitate their transition to permanent housing. This initiative is critical in addressing homelessness among veterans, ensuring they receive comprehensive support in a therapeutic environment. Interested contractors must submit proposals by April 14, 2025, at 4:30 PM CST, and can direct inquiries to Contract Specialist Jessica Hansroth at jessica.hansroth@va.gov or by phone at 913-946-1114.

    Point(s) of Contact
    Jessica HansrothContract Specialist
    (913) 946-1114
    jessica.hansroth@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs' Network Contracting Office (NCO) 15 in Leavenworth, Kansas, is preparing to solicit proposals for the Health Care for Homeless Veterans (HCHV) program, specifically aimed at providing Contracted Emergency Residential Services. The initiative seeks to address homelessness among veterans in the Eastern Kansas region by enhancing service capacity at the Leavenworth and Topeka VA Medical Centers. The contract is designed to offer a safe environment with supportive services for male and female veterans, with an emphasis on rapid stabilization and transition to permanent housing within 60 to 90 days. The solicitation is expected to be published around March 12, 2025, through SAM.gov, where interested contractors can find additional details and register their interest. The procurement will use the NAICS Code 624221, with plans to serve up to 17 veterans per day in Leavenworth and 21 in Topeka. Queries must be directed via email to the specified contracting officer, Jessica Hansroth, rather than through telephone communication. This presolicitation reflects the VA's commitment to providing essential housing services to veterans facing homelessness.
    The Quality Assurance Surveillance Plan (QASP) outlines the framework for monitoring contractor performance under a federal contract. It details the goals of the QASP, which are to define what will be monitored, the methods of monitoring, the personnel responsible for oversight, and documentation procedures. The contractor retains responsibility for quality management to meet contract terms, while the government is tasked with fair and objective evaluation. Key roles within the government include the Contracting Officer (CO) and the Contracting Officer’s Representative (COR), both of whom oversee performance and compliance through various methods such as direct observation, periodic inspections, and analysis of contractor-provided documentation. Performance standards are established to guide evaluations, with acceptability levels denoting satisfactory service. Surveillance methods include customer feedback, random sampling of records, and direct observations to ensure all contractual obligations are fulfilled. The QASP is designed as a living document, subject to revisions in consultation with the contractor. Performance will be assessed using a tiered rating system, from exceptional to unsatisfactory, based on the contractor’s adherence to the standards laid out in the plan. This structure promotes accountability, ensuring that services provided meet the necessary quality and efficiency to benefit the government and participating veterans.
    The VA CRS Extension Request Form is a documentation tool utilized by the Department of Veterans Affairs to request extensions for veterans' housing referrals. It requires completion and submission via email to the VA CERS Liaison at least seven days before the existing referral ends or upon request. Key sections of the form include veteran identification, bed days, the contract case manager's information, housing goals, progress made towards these goals, and the justification for the extension. It also contains fields for official use, including the dates of request and projected discharge, as well as approval or denial status. The form emphasizes accountability and systematic communication to ensure veterans receive necessary support in their housing transition, reflecting the VA's commitment to veteran welfare.
    The Performance Risk Assessment Questionnaire is a tool for evaluating the past performance of contractors offering Health Care for Homeless Veteran (HCHV) services. Offerors must submit this form to at least three references from recent contracts, providing necessary contact details for those who can attest to performance quality. Completed questionnaires are to be emailed to a specified Contract Specialist and must be returned by the solicitation deadline. The document outlines various assessment criteria, including quality of service, price control, timeliness, business relationships, and key personnel. Respondents use a numerical scale from 1 to 6 to rate performance on these criteria, with explanations required for ratings of 'Unsatisfactory,' 'Marginal,' or 'Exceptional.' Additionally, it requests information on contract terminations or notices that impact performance evaluations. The overall aim of this questionnaire is to ensure that the contractors' capabilities and past performance are effectively assessed to mitigate performance risks for upcoming federal grants or contracts. This structured evaluation supports informed decision-making in federal contracting processes.
    The document outlines a Small Business Subcontracting Plan template that complies with FAR 52.219-9 requirements. It serves as a guide for federal government contractors to formulate subcontracting strategies aimed at promoting small businesses, including those owned by veterans, women, and various disadvantaged groups. The plan must cover the entire period of performance for contracts and is required to include specific financial goals for subcontracting, along with methods for identifying potential sources and maintaining records to ensure compliance. Key components include setting monetary goals for subcontracting with various small business categories, identifying the program administrator, and committing to equitable opportunities for subcontractors. It emphasizes the necessity of timely payments to small business subcontractors and adherence to reporting obligations through the Electronic Subcontracting Reporting System (eSRS). The plan also mandates that contractors maintain records to support compliance and outline outreach efforts. Overall, this document aims to ensure effective participation of small businesses in federal contracting, promoting economic growth and diversity within procurement practices.
    The document is a Wage Determination by the U.S. Department of Labor under the Service Contract Act, specifying minimum wage rates for various occupations in areas of Kansas and Missouri. It outlines two Executive Orders related to wage requirements: Executive Order 14026 mandates a minimum wage of $17.20 for contracts entered after January 30, 2022, while Executive Order 13658 applies a minimum of $12.90 for earlier contracts. The determination includes detailed wage rates for numerous occupations, with additional information on required fringe benefits, including health and welfare, paid vacation, and holidays. Specific allowances for uniforms and hazardous work differentials are also mentioned. Furthermore, the document emphasizes compliance with laws regarding paid sick leave for federal contractors and the process for classifying additional occupations if unlisted job roles are needed. This register is essential for contractors ensuring employees are compensated in accordance with federal regulations, reflecting the government’s commitment to fair labor practices while conducting federal contracts or grants.
    The document is a wage determination register under the Service Contract Act from the U.S. Department of Labor, outlining the required minimum wage rates and benefits for federal contracts in specific Kansas counties. It highlights the wage rates applicable as of 2024, distinguishing between contracts awarded before and after January 30, 2022, with the minimum wage set at $17.20 per hour under Executive Order 14026 or $12.90 under Executive Order 13658, depending on contract terms. The wage determination lists various occupations along with corresponding wage rates and fringe benefits. Occupations are categorized under administrative support, health services, mechanics, and more, with details on health and welfare benefits, vacation, and paid holiday entitlements. Specific notes also emphasize compliance with additional policies such as offering paid sick leave to employees under certain conditions. Furthermore, the document provides guidance for contractors on wage compliance and the process for requesting additional classifications for unlisted positions. This wage determination reflects the federal government’s commitment to fair labor standards in contracts and is critical for ensuring contractors meet payment and benefit obligations for employees working on federally funded projects.
    The Contractor Certification document outlines the requirements for compliance with the Immigration and Nationality Act of 1952, as amended, specifically in relation to contractors working with the Department of Veterans Affairs (VA). It mandates that contractors cannot knowingly employ unauthorized foreign nationals or illegal aliens while offering services related to VA patient referrals. The contractor must adhere to “E-Verify” requirements and fulfill obligations under relevant federal regulations. Failure to comply with these stipulations may result in restrictions against employing non-compliant foreign nationals and potential termination of the contract for breach of terms. Additionally, the contractor is responsible for obtaining similar certifications from their subcontractors, ensuring compliance throughout the supply chain. The document emphasizes the legal ramifications of making false certifications, highlighting the importance of legal adherence in federal contracts within the context of government RFPs and grants, thereby ensuring ethical standards in service provision to veterans.
    The document outlines the User Agreement for contractors working with the Department of Veterans Affairs (VA) as per VA Handbook 6500.6. Its primary purpose is to enforce security and data privacy protocols that contractors must adhere to while accessing VA information or systems. Key points include the responsibilities of contractors in safeguarding sensitive information, compliance with VA security directives, and the necessity of reporting any security/privacy concerns. The document emphasizes that contractors should only access authorized systems and use equipment approved by the VA, prohibiting personal use of VA systems and access from unsecured locations. It mandates proper handling of passwords, the use of VA-approved anti-virus software, and the maintenance of information security throughout the contract period. Additionally, contractors are informed that subcontractors must also comply with these security standards. The overarching goal of this agreement is to ensure the protection and integrity of VA information assets, reflecting the importance of cybersecurity in government operations.
    The document outlines the inspection and evaluation process for facilities providing contracted residential services under the Health Care for Homeless Veterans (HCHV) program managed by the Department of Veterans Affairs (VA). The purpose is to assess compliance with safety, operational, and clinical standards as prescribed in relevant VA handbooks and regulations. Key areas reviewed include facility safety, sanitation, staffing adequacy, program policies, and the management of medications for veterans. Inspections involve reviewing program performance metrics, interviewing participants, and ensuring that all state and local licensing requirements are met. The document contains checklist items categorized into various sections such as security, facilities management, nutrition services, and clinical reviews. Each section requires documentation of compliance, with a strict emphasis on corrective action plans for any deficiencies noted during inspections. Facilities are required to maintain appropriate conditions for housing veterans, provide nutritional meals, and ensure the safety and confidentiality of medical records. Overall, the document serves as a standard for ensuring the effectiveness and safety of residential services provided to homeless veterans, reflecting the government’s commitment to upholding quality care and compliance within funded programs.
    The document outlines the standards for providing nutrition and food services to veterans enrolled in a specific program, focusing on the assessment criteria for centrally prepared and individual food preparation services. It requires agencies to check compliance with various service standards, such as offering a nutritionally adequate diet, meeting special dietary needs, and ensuring proper sanitation and food storage practices. Agencies must provide one week of menus for review, demonstrate the capability to offer three daily meals, and maintain cleanliness in food preparation areas. The inspection checklist includes documentation of any deficiencies discovered, alongside necessary corrective actions. The overall aim is to ensure that veterans receive safe and adequate food services, with requirements reflecting a commitment to health and nutritional standards. Any deficiencies noted must be properly documented to avoid incomplete inspection packages, indicating a comprehensive approach to program management. This document plays a critical role in ensuring that government-funded nutrition programs meet the essential needs of veteran populations, reinforcing quality and compliance in food service operations.
    The HCHV Grant and Per Diem Program Quarterly Inspection document outlines essential criteria for assessing the living conditions and operational standards of facilities serving veterans. The main focus is to ensure that residents have adequate space, safety, sanitary facilities, and a clean environment conducive to their well-being. Key inspection criteria include verifying secure storage for medication, proper sanitation and cleanliness in kitchens and bathrooms, adequate heating and cooling systems, and compliance with safety protocols like operational fire extinguishers and secure patient file storage. The document prioritizes maintaining a clean and sober environment free from drug or alcohol paraphernalia and ensuring accessible emergency information for residents. Overall, the inspections aim to uphold strict compliance with guidelines to foster a supportive living space for veterans, thus aligning with the initiative's commitment to improving health and safety standards within such facilities.
    The VA CRS Incident Report Form is designed for contractors to document incidents involving Veterans or staff within 48 hours. The form requires thorough details, including the date, time, and parties involved, as well as supervisor notifications and other agency contacts. It emphasizes the importance of documenting the summary of the incident, staff intervention, and any first aid provided. Follow-up actions by the agency must be recorded, highlighting improvements, training, or debriefing offered to staff or Veterans after the incident. The form mandates submission to the Contracting Officer and the electronic contract oversight records, ensuring proper review and response from VA representatives, including a CRS Liaison and a Homeless program manager. This report serves as an essential tool to enhance accountability, communication, and continuous improvement in services provided to Veterans, reflecting the agency's commitment to safety and operational excellence. In the context of government RFPs and grants, this form's structure and requirements align with broader compliance and oversight mechanisms, reinforcing best practices in incident reporting, stakeholder engagement, and service delivery within federal and state programs.
    The document outlines the medication management procedures for an organization involved in caring for veterans. It emphasizes the need for informed consent, annual reviews of medication use by qualified professionals, and detailed written procedures addressing medication administration, storage, and disposal. Organizations must ensure individuals have up-to-date medication records and that they are provided with advocacy resources and education on medication matters. Key focus areas include maintaining secure storage, checking medications for expiration, documenting any medication-related incidents, and integrating prescribed medications into individual care plans. Compliance with legal regulations surrounding medications is paramount, alongside staff training in medication management and monitoring practices. The checklist specifies corrective actions for any deficiencies noted during inspections, ensuring continuous improvement in procedures. Overall, the document serves to ensure that veterans receive safe and effective medication management, highlighting compliance, accountability, and ongoing care enhancements as essential components of the organizational process.
    The document is a procurement solicitation by the Department of Veterans Affairs for Healthcare for Homeless Veterans (HCHV) services, specifically targeting Emergency Residential Services (CERS) in Kansas. The contract, covering a base year plus four optional years, seeks qualified contractors to provide residential care for homeless veterans, ensuring basic needs such as food, safety, and health services are met within a therapeutic environment. The primary goal of the program is to stabilize veterans' health and facilitate their transition to permanent housing within 30 to 60 days, with a maximum stay of 90 days, unless extended due to extenuating circumstances. Contractors are required to meet rigorous standards, including facility inspections, staff qualifications, and adherence to privacy protocols to protect veterans' information. Services provided must include shelter, meals, case management, and treatment options for mental health and substance use disorders. Additionally, contractors must have an operational plan for transportation, client outreach, and a timely response to admissions. Performance will be monitored through inspections and metrics related to client satisfaction and housing stability. This solicitation reflects the VA's ongoing commitment to ending homelessness among veterans through comprehensive community-based care.
    This document serves as an amendment to a Request for Proposal (RFP) from the Department of Veterans Affairs, specifically Network Contracting Office (NCO) 15. It addresses inquiries from potential offerors regarding a continuing service contract for operations in Leavenworth and Topeka, Kansas. The original solicitation remains unchanged, with the deadline for proposal submissions retained as April 14, 2025, at 4:30 PM CST. The amendment indicates that services are currently executed under existing contracts 36C25520D0080 and 36C25520D0081. Key subjects in the amendment entail acknowledgment procedures for the amendment's receipt and the process for submission of proposals and modifications. The document emphasizes the importance of adhering to deadlines and maintaining compliance with established terms throughout the contracting process.
    Similar Opportunities
    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.
    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--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--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.
    Y1DA--589A6-24-410, Replace MDP Panel Bld 89| EKH
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the Network Contracting Office 15, is soliciting proposals for the replacement of the main distribution panel in Building 89 at the Dwight D. Eisenhower VA Medical Center in Leavenworth, Kansas. This project, identified as 589A6-24-410, involves extensive general construction work, including the demolition of existing electrical distribution equipment and the installation of new systems, with a performance period of 310 days. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and is valued between $1,000,000 and $5,000,000, emphasizing the importance of compliance with federal regulations and safety standards. Proposals are due by December 19, 2025, with an additional site visit scheduled for December 4, 2025; interested parties should contact Contracting Officer Tim Parison at timothy.parison@va.gov or 913-946-1140 for further details.
    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.
    Q201--Behavioral Healthcare for Clinicians Base 4 Option Years
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide comprehensive behavioral healthcare services for its healthcare personnel within the VA Great Lakes Health Care System, specifically for approximately 20,415 employees. The contract, structured as a firm-fixed-price agreement, includes a one-year base period with four option years, requiring licensed clinicians to deliver teletherapy services, including 24/7 access to therapists, rapid therapist matching, and up to three initial sessions per employee at no cost. This initiative is crucial for supporting the mental health and well-being of VA personnel, ensuring compliance with VA policies and federal regulations. Interested parties must submit their quotes by December 17, 2025, and should direct inquiries to Contract Specialist Richard Ruffin at richard.ruffin@va.gov or by phone at 414-844-4800 x 43257.
    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.
    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.