Q702--Tampa Community Living Center (CLC) Initial Outfitting Transition & Activation Services
ID: 36C77626Q0017Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFPCAC (36C776)INDEPENDENCE, OH, 44131, USA

NAICS

Process, Physical Distribution, and Logistics Consulting Services (541614)

PSC

TECHNICAL MEDICAL SUPPORT (Q702)
Timeline
    Description

    The Department of Veterans Affairs is seeking qualified contractors to provide Initial Outfitting, Transition, and Activation (IOT&A) services for the new James A. Haley VA Community Living Center in Tampa, Florida. The contractor will be responsible for comprehensive planning, outfitting, transitioning staff and patients, and activation services, with a focus on project management, interior design, and acquisition support. This project is critical for establishing a fully functional Community Living Center that will serve both long-term and short-term residents, with clinical services expected to commence in June 2029. Interested parties must submit their proposals by December 3, 2025, at 12:00 PM ET, and can contact Contract Specialist Lesa M. Crockett at lesa.crockett@va.gov for further information.

    Point(s) of Contact
    Lesa M CrockettContract Specialist
    lesa.crockett@va.gov
    Files
    Title
    Posted
    This document is Amendment 0001 to Solicitation 36C77626Q0017, issued by the Department of Veterans Affairs, Program Contracting Activity Central. The amendment, dated November 14, 2025, extends the deadline for quotes to December 3, 2025, at 12:00 PM ET. Its primary purpose is to provide government answers to questions received regarding the Request for Quotation (RFQ), which are detailed in an attached document titled “S05 - Questions and Answers - Tampa IOTA.” All other terms and conditions of the original solicitation remain unchanged. Offerors must acknowledge receipt of this amendment through specified methods, such as returning signed copies or referencing it in their offers, to avoid rejection.
    Amendment 0002 to solicitation 36C77626Q0017, issued by the Department of Veterans Affairs, Program Contracting Activity Central, clarifies government answers to Amendment 0001 and introduces an additional requirement within Task 17.2 concerning the relocation of reuse and personnel files. The effective date of this amendment is November 19, 2025. All other terms and conditions of the original solicitation remain unchanged. Quotes are due by December 3, 2025, at 12:00 PM ET. This amendment is critical for offerors to ensure their proposals align with the updated requirements and deadlines.
    The Department of Veterans Affairs (VA) Program Contracting Activity – Central (PCAC) has issued a Request for Quotation (RFQ) for Activation Support services for the Tampa Community Living Center. This acquisition is a 100% Service-Disabled Veteran Owned Small Business (SDVOSB) set-aside, seeking a firm fixed-price contract. The scope includes Pre-Activation IOTA Services, with optional tasks for Warehousing & Warehousing Management, and Activation Services. Key contract administration details specify electronic invoice submission and monthly payments. The solicitation incorporates various FAR clauses related to commercial products and services, including those concerning small business utilization, labor standards, and ethical conduct. Offers must be submitted electronically by the due date, with strict page limits for technical sections, and will be evaluated without formal FAR Part 15 source selection procedures.
    The Department of Veterans Affairs (VA) is issuing a presolicitation notice for Initial Outfitting, Transition, and Activation (IOT&A) services for the new Tampa Community Living Center (CLC). This 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside contract will support the facility's activation, enabling it to provide healthcare services to Veterans. The project involves a 24-hour CLC with approximately 153,528 net usable square feet and 1,050 parking spaces, aiming to decompress the Tampa VA Medical Center and implement the VA Small House model of care. The firm-fixed-price contract has an estimated performance period of 41 months. SDVOSBs must be VA-verified and meet NAICS 541614 size standards. The solicitation is anticipated to be posted on October 25, 2025, with a truncated response time and an anticipated closing date in November/December 2025. Questions should be emailed to Lesa.Crockett@va.gov and Kathleen.Klotzbach@va.gov.
    The Department of Veterans Affairs (VA) Veterans Health Administration (VHA) seeks Initial Outfitting, Transition, and Activation (IOT&A) services for the new James A. Haley VA Community Living Center in Tampa, FL. The project, set for completion by June 2029, requires comprehensive planning, outfitting, transitioning of staff and patients, and activation services. The IOT&A contractor will provide project management, interior design, FF&E and space planning, CONOPS and transition planning, and acquisition support. Key personnel must have specific experience in healthcare project management, design, and transition planning. The contractor will utilize a Government-provided SharePoint site for documentation, maintain schedules, manage risks, and facilitate meetings, adhering to various federal and VA regulations. This firm-fixed-price contract is a 100% Service-Disabled Veteran Owned Small Business set-aside.
    The "Travel Authorization Request" form is a standardized document used within a government context, likely for federal grants, RFPs, or state/local RFPs, to seek official approval for work-related travel. It requires detailed information from the requestor, including name, organization, position, and the dates and destinations of travel. The form mandates a clear statement of the trip's purpose, its association with specific tasks or deliverables, and its duration. A key component is the breakdown of approximate costs for transportation, lodging, per diem, and other expenses, culminating in a total cost. The form includes sections for an approving official's name, signature, and a clear indication of approval or disapproval, along with space for comments. This structured request ensures accountability and financial oversight for government-funded travel.
    The "CONTRACT STAFF ROSTER" document outlines the essential data fields required for tracking contract personnel. These fields include the employee's name, labor category, key personnel status (Y or N), prime or sub-contractor designation, assigned tasks or CLINs, required security level, and dates for clearance requests, clearance receipt, PIV issue, and PIV turn-in. This roster is designed to provide a comprehensive overview of each contract staff member's role, security status, and administrative details, crucial for managing government contracts and ensuring compliance with personnel and security requirements.
    This document outlines data and information requirements for a government contract, likely an RFP or grant. It details the essential fields for risk management, including 'Risk Severity,' 'Title,' 'Issue Status,' 'Category,' 'Impact of Risk,' 'Probability of Risk,' 'Mitigation,' 'Created,' 'Assigned To,' 'Date Resolved,' and 'Comments.' The contractor is explicitly required to enter this data directly into a SharePoint tool, which serves as the official system for deliverable data/information. The document emphasizes that while it provides a representation of required data, the actual requirements are defined within the SharePoint tool itself, highlighting the importance of utilizing the specified system for all data entries.
    The provided document outlines the data and information requirements for a government project, emphasizing the use of a SharePoint tool for direct data entry. It details various fields for tracking project information, including creation date, impacted department, description, change justification, issue status, priority, impact to schedule, anticipated cost, disposition date, approved by, and comments. This framework is crucial for managing and monitoring project changes, costs, and approvals, indicating a structured approach to data management within the context of federal or state government RFPs and grants.
    This government file outlines a detailed project schedule, "Project WBS - Schedule," spanning from January 1, 2019, to November 23, 2021. The project encompasses various phases including general administration, acquisition, building preparation, access management, inspections, operations, and deactivation. Key activities include establishing an Integrated Project Team (IPT), developing management plans for risk, schedule, acquisition, move, and communication, and acquiring furniture, artwork, and essential supplies. The project also details construction, building acceptance, parking management, assignment and activation of building and division numbers, and security measures like lock and key plans and PIV access. Operational aspects cover human resource planning, staffing, clinic moves, CPRS configuration, and patient communications. The final phase involves deactivation, including vacating space, removing excessed items, and returning the space to the bank. The schedule emphasizes interconnected tasks and milestones, crucial for the successful execution of this multifaceted government initiative.
    This government file outlines the required information and data for a project, emphasizing the use of SharePoint for direct data entry by the contractor. Key data fields include Department, Functional Area, Room Code, Room #s, Room Name, # of rooms, JSN, Item, Qty/Room, Total Qty, and Acquisition Code. The document specifies that 'New or Re-use' is a required field with 'New' as the default choice, and 'Acquisition Code' is a calculated field that should not be manually entered. The file also indicates that actual deliverable data/information requirements are defined within the SharePoint tool, reinforcing the system's importance for managing project data and acquisitions.
    The provided document outlines the data requirements for a move management process, likely within a government agency, to be managed by a contractor utilizing a SharePoint tool for direct data entry. It details essential information fields needed for tracking and executing moves, including functional areas, initial and revised move dates, room functions, building and room numbers (from and to), specifics on furnishings and equipment to be moved, number of boxes, employee names, key information (building, office, work order, and issuance status), extension numbers, and IT assets such as computers, printers, and other peripheral devices. The document also accounts for special IT and other requirements, along with a comments section, ensuring comprehensive data capture for efficient relocation logistics.
    This document outlines the data requirements for a government contract, likely an RFP or grant, focusing on asset management and inventory. The core purpose is to define the specific information contractors must input directly into a SharePoint system. Key data fields include department, functional area, building, room number, room function, asset type, employee number, item, quantity per room, model number, serial number, acquisition date, replacement date, dispose or re-use status, re-installation required, data required, power required, wall backing required, and comments. The emphasis is on utilizing SharePoint as the primary tool for data entry, ensuring standardized and centralized collection of asset-related information. This structured approach facilitates comprehensive tracking and management of assets within government facilities.
    This document outlines the required information for federal government RFPs, grants, and state/local RFPs, focusing on staffing and position details. Contractors are to use a SharePoint tool for direct data entry. The key data points include Department/Service, Clinic/Program Name, Projected 1st Use date, Position Description, Grade, # Current FTEE, # New FTEE, New Hire Justification, Activation support (y/n), % Time spent on activation tasks, Planned Announcement Date, Planned On-board Date, Planned full FY salary & benefits, Planned pro-rated FY salary & benefits, Position(s) approved, # Approved, Date Approved, Salary Appropriation, Request Comments, Item Type, and Path. This framework ensures comprehensive tracking and justification for staffing changes and related financial appropriations within government projects.
    This document outlines the Veterans Health Administration (VHA) Healthcare Furniture IDIQ Procurement Checklist, standardizing the submission process for healthcare furniture projects. It details requirements for procurement requests, including funding status, compliance with VA directives (like VHA Directive 1761.1 for mandatory IDIQ use), and justifications for sole-source requests. The checklist also covers functional specifications, drawings, market research, independent government estimates, recommended source lists, and security. The procurement includes healthcare furniture, design, project management, removal, installation, and maintenance. Key service areas are Installation and Reconfiguration, Industrial Design, and Project Management Turn-Key Services, each with specific requirements for personnel qualifications, delivery, property protection, and job site cleanliness. Quality control and contractor responsibilities for warranties are also emphasized, ensuring comprehensive service delivery for VHA facilities.
    This government file, Attachment 3 of the Customer Reference Guide/Procurement Package, outlines standardized procedures for submitting equipment and supply procurement requests. It details 20 key requirements, including the submission of electronic documents through FORCE, COR nomination, funding verification (2237 form), and the potential need for an Integrated Product Team (IPT) for major acquisitions. The guide also covers specific assessments for High Tech Medical Equipment (HTME) and medical devices connected to the VA network (Pre-Procurement Assessment), compliance with the Federal Information Technology Acquisition Reform Act (FITARA) for IT-related acquisitions, and considerations for trade-ins. Key sections address comprehensive acquisition planning, mandatory market research (including the 'Rule of Two' for veteran-owned businesses), justifications for Other Than Full and Open Competition (OFOC), functional performance specifications, proper line item establishment, and independent government cost estimates (IGCEs). It also mandates adherence to required sources of supplies and services, outlines delivery/performance information, addresses recurring requirements, lists applicable directives/policies, and details Federal Supply Schedule (FSS) usage. Finally, it emphasizes crucial security requirements for contractor personnel and contracts, particularly concerning access to patient records, VA computer systems, and VA property.
    The Department of Veterans Affairs Quality Assurance Surveillance Plan (QASP) outlines the monitoring and evaluation of the Initial Outfitting, Transition, and Activation Services Contract for the Tampa Community Living Center. This plan ensures the contractor meets performance standards for services like project management, interior design, warehousing, and activation. The QASP details what will be monitored, how, by whom (Contracting Officer's Representative - COR, Contracting Officer - CO), and how results will be documented. It emphasizes a performance-based management approach, focusing on outcomes rather than processes, allowing the contractor flexibility for innovation. Surveillance methods include 100% inspection, random samples, and addressing customer complaints. Acceptable Quality Levels (AQLs) are in the Performance Work Statement (PWS), with incentives for meeting requirements and disincentives for failure, such as negative Past Performance Evaluations. Performance is documented through assessment forms and, for unacceptable performance, Contract Discrepancy Reports (CDRs).
    The document outlines a "POSITION/TASK RISK DESIGNATION LEVELS MATRIX" that categorizes various tasks and associated labor categories by their sensitivity levels: Low (NACI), Moderate (MBI), or High (BI). All listed tasks, including project management, interior design, acquisition planning, warehousing, relocation services, and activation services, are designated as "LOW" sensitivity. The subsequent section details sample labor categories relevant to these tasks, such as Administrative Assistant, Project Manager, IT Specialist, Designer, and Warehouse Laborer. Consistently, all these labor categories are also marked with a "LOW" sensitivity level (NACI). This matrix appears to be a component of a government RFP or grant, specifying the security clearance or background investigation requirements for personnel involved in the listed services, indicating that for these specific tasks and roles, only a low-level security designation is required.
    The Department of Veterans Affairs (VA) VHA 106A WMC HROO PerSec Contractor Team outlines procedures for contractor security verification and badging, ensuring compliance with OPM and federal regulations. The process involves submitting a Contractor Request Form, PII, and other documents via encrypted email. Services include fingerprint adjudication, verification of existing investigations, initiation of new investigations, and PIV badge adjudication. Contractors must be pre-sponsored for fingerprints and complete all required documentation based on their risk level. The file also includes forms such as the Contract Security Services Request, a Supplemental Form for large rosters, a Fingerprint Request Form, the Optional Form 306 (Declaration for Federal Employment), and a Self-Certification of Continuous Service Form, all crucial for background checks and credentialing. Communication is maintained between the team, contracting officers, CORs, and company POCs throughout the process.
    The project, "ESTABLISH NEW CLC LEASE 20-19-2020 - FFE 211022 (V3 EQ) TAMPA CLC SMALL HOUSE - 100 BEDS," aims to create a 100-bed Community Living Center (CLC) in Tampa, Florida, by 2025-2026. This comprehensive project details the furniture, fixtures, and equipment (FFE) required across various areas of the facility. The document outlines contents for the Community Center's reception, resident, support, and staff/administrative areas, including items for lobbies, patient education workstations, a great room, a theater, a hair care salon, a chapel/meditation room, a library, housekeeping, trash collection, storage, and a receiving/loading area. It specifies both government-provided (VV/VC) and lessor-provided (LESSOR/CC) items, ranging from office furniture and medical equipment to telecommunications, janitorial supplies, and specialized salon and chapel equipment, ensuring a fully functional and compliant facility.
    The document outlines a government pricing workbook for federal, state, and local RFPs, detailing labor categories, rates, hours, and pricing for various services across four years (Period 1 to Period 4). It covers CLINs such as Pre-Activation Services, Warehousing Services, Activation Services, and associated travel. Key PWS Tasks include Project Management, Interior Design, Transition Planning, Acquisition Planning, Acquisition Packages Development, Warehousing Management, Relocation, Activation Services, and Staff Training. The document specifies that labor rates must be provided for all years, and pricing must align with Section B. It also provides instructions for contractors on filling out the workbook, including noting Prime/Sub status, labor rates, and total hours, while emphasizing that the provided labor categories and rates are examples only. Fixed-price ODCs like warehouse rent can be included. The summary highlights the importance of accurate pricing, adherence to instructions, and the exclusion of travel costs from the total evaluated price.
    Amendment 0002 to solicitation 36C77626Q0017, Tampa IOT&A, provides clarifications regarding clinical services commencement and contractor responsibilities for moving belongings. The first day of clinical services is scheduled for June 2029. The IOT&A contractor is responsible for relocating patient belongings, personnel files, and equipment. This includes providing labor, materials, transportation, and equipment for approximately 194 full-time equivalent employees (FTEEs) and 45 patients. The contractor will supply boxes for both staff (2 per employee) and patients (10-15 medium boxes per patient). Patient belongings must fit into these boxes, as personal furniture or large equipment belongs to the VA.
    The document addresses key questions and answers regarding Solicitation 36C77626Q0017, "Tampa IOT&A," focusing on an SDVOSB set-aside contract. It confirms the solicitation is current and 100% reserved for Service Disabled Veteran Owned Small Businesses, with coordination managed by the VA Project Team. Important dates include an estimated First Day of Clinical Services in August 2029 and an estimated Board of Directors (BOD) in January/February 2029. The lease for the new facility is not yet awarded, so the address is unknown. The contractor will be provided with an equipment inventory list and will be responsible for moving clinical/administrative files and patient belongings (after being boxed by staff/patients). AutoCAD is the preferred platform for space planning, and the contractor will coordinate food services with Nutrition & Food Service. The acuity of CLC residents/patients includes long-term and short-term, excluding hospice.
    Similar Opportunities
    Y1DZ--FY26: NRM (PROJ: 673-21-145) BB Construct New Bed Tower Connector
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the construction of a new Bed Tower Connector at the James A. Haley Veteran’s Hospital in Tampa, Florida, under Solicitation Number 36C24825R0163. This project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), involves the demolition of an existing ICU and the construction of a new corridor to connect surgical facilities with the new bed tower, emphasizing compliance with health and safety standards throughout the process. The contract is expected to be valued between $500,000 and $1 million, with a performance period of 390 calendar days following the Notice to Proceed. Interested contractors must submit their proposals by December 11, 2025, and can direct inquiries to Contracting Officer Stacy Figlinski at Stacy.Figlinski@va.gov or by phone at 813-940-2788.
    Q702--Columbia Community Based Outpatient Clinic - Initial Outfitting Transition & Activation (IOTA) Services
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) to provide Initial Outfitting, Transition, and Activation (IOT&A) services for the new Columbia Community Based Outpatient Clinic (CBOC) in Maury County, TN. The project aims to enhance healthcare services for Veterans by establishing a 45,862-square-foot facility that will offer primary, specialty, and mental health care. The scope of work includes comprehensive project management, interior design, furniture, fixtures, and equipment (FF&E) planning, acquisition support, and post-occupancy services, with the contract expected to be firm-fixed-price and span approximately 35 months. Interested parties should note that the solicitation, numbered 36C77626Q0045, is anticipated to be posted around December 10, 2025, with a closing date of January 22, 2026; inquiries can be directed to John Conschafsky at john.conschafsky@va.gov or Kathleen Klotzbach at kathleen.klotzbach@va.gov.
    Y1DA--FY26: NRM (PROJ:673-23-107) BB Install Continuous Water Quality for Legionella Directive Compliance
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 8, is soliciting proposals for the installation of a continuous water quality monitoring system at the James A. Haley Veteran's Hospital in Tampa, Florida. This project, titled "Bid Build – Install Continuous Water Quality Monitoring for Legionella Directive Compliance," aims to ensure compliance with VA Directive 1061 by implementing a system that monitors water quality parameters such as temperature, pressure, and chemistry across various hospital buildings. The estimated construction cost ranges from $500,000 to $1,000,000, with a performance period of 180 days following the Notice to Proceed. Proposals are due by January 16, 2026, and interested contractors must register in SAM.gov and adhere to specific requirements outlined in the solicitation, including technical and price proposal submissions. For further inquiries, contact Contracting Officer Stacy Figlinski at Stacy.Figlinski@va.gov or call 813-940-2788.
    Q702--Allentown Outpatient Clinic IOT&A
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking quotes for Initial Outfitting, Transition, and Activation (IOT&A) services for the new Allentown Outpatient Clinic in Pennsylvania. This project, which is set aside 100% for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), aims to replace existing clinics and enhance healthcare access for Veterans by providing a facility that will span approximately 51,355 net usable square feet and include 600 parking spaces, offering expanded Primary Care, Mental Health, and specialty services. The firm-fixed-price contract is expected to have a performance period of 37 months, with the solicitation anticipated to be posted around February 19, 2026, and a closing date of March 16, 2026. Eligible SDVOSBs must be verified by the VA and meet the size standards for NAICS code 541614, with inquiries directed to Michele Laser at michele.laser@va.gov or Mercedes Blanton at mercedes.blanton@va.gov.
    Y1DA--589-703 Construct Addition and Renovate Community Living Center, Building 60 (VA-24-00028736)
    Buyer not available
    The Department of Veterans Affairs is seeking contractors for the construction of an addition and renovation of the Community Living Center, Building 60, under project VA-24-00028736. This procurement aims to enhance facilities for veterans, aligning with the VA's mission to improve care and living conditions. The estimated project cost is approximately $24.4 million, with bids received ranging from $18 million to nearly $20 million, emphasizing a competitive bidding process. Interested parties should contact Contract Specialist Joshua Slapnicker at joshua.slapnicker@va.gov, and note that responses to the solicitation must be submitted by the specified deadline, with all bids archived 90 days afterward.
    Q702--El Paso Health Care Center IOT&A
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking quotes for Initial Outfitting, Transition, and Activation (IOT&A) services for the new El Paso Health Care Center (HCC) in El Paso, TX. This procurement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, aimed at facilitating the operational readiness of a facility that will provide a comprehensive range of healthcare services to Veterans, including Prosthetics, Primary Care, and Surgical Services within approximately 492,996 usable square feet. The contract will be firm-fixed-price with an estimated performance period of 39 months, and the solicitation is expected to be posted around February 9, 2026, with a closing date of March 5, 2026. Interested parties can direct inquiries to Michele Laser at michele.laser@va.gov or Mercedes Blanton at mercedes.blanton@va.gov.
    Y1DA--FY26: NRM (PROJ: 673-CSI-132) D/B 1.5T MRI (ICC)
    Buyer not available
    The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for a Design-Build (DB) contract to install a 1.5T MRI ICC at the James A. Haley Veterans Affairs Medical Center in Tampa, Florida. The project requires the contractor to furnish all necessary professional services, equipment, labor, and materials for site investigation, design, construction, and installation of the new Siemens 1.5T MRI system, with a total period of performance of 740 days. This procurement, valued between $2,000,000.00 and $5,000,000.00, is critical for enhancing medical imaging capabilities at the facility, ensuring compliance with various safety codes and standards. Interested SDVOSBs must be registered with SAM.gov and can contact Contracting Specialist David Hernandez at DAVID.HERNANDEZ1@VA.GOV for further information, with a Request for Quote (RFQ) anticipated around January 10, 2026.
    Renovate Interventional Radiology Suites (Construction Services)
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to renovate the Interventional Radiology Suites at the Malcom Randall VA Medical Center in Gainesville, Florida. This project involves the renovation of approximately 5,442 square feet to accommodate new interventional radiology equipment, including tasks such as demolition, site preparation, architectural finishes, and mechanical and electrical work. The renovation is critical for enhancing medical services provided to veterans, ensuring that the facility meets modern healthcare standards. Interested firms, particularly those certified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must be registered in SAM.gov and submit proposals by the closing date of December 22, 2025. For further inquiries, contact Adriana N. Gamm at adriana.gamm@va.gov.
    Y1DA--516-21-106 EHRM Infrastructure Upgrades Construction - Bay Pines VAMC
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the EHRM Infrastructure Upgrades Construction project at the Bay Pines VA Medical Center in Florida. This procurement, identified by solicitation number 36C77625B0023, involves construction services aimed at enhancing the electronic health record management infrastructure, with a total estimated contract value of approximately $34,888,000. The project is particularly significant as it supports the modernization of healthcare facilities for veterans, ensuring improved service delivery. Interested parties, especially Service-Disabled Veteran-Owned Small Businesses, should direct inquiries to Contract Specialist Thomas Council at Thomas.Council@va.gov, with bids having been opened on November 12, 2025, following the issuance of the solicitation on July 2, 2025.
    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.