SOURCES SOUGHT
G -- VAPIHCS Sources Sought (WAIANAE) HCHV Emergency Housing
- Notice Date
- 8/4/2020 7:16:41 PM
- Notice Type
- Sources Sought
- NAICS
- 624221
— Temporary Shelters
- Contracting Office
- 261-NETWORK CONTRACT OFFICE 21 (36C261) MATHER CA 95655 USA
- ZIP Code
- 95655
- Solicitation Number
- 36C26121Q0012
- Response Due
- 8/7/2020 7:00:00 PM
- Archive Date
- 08/22/2020
- Point of Contact
- Licia Haynie, Contract Specialist, Phone: 808-539-1303
- E-Mail Address
-
Licia.Haynie@va.gov
(Licia.Haynie@va.gov)
- Awardee
- null
- Description
- THIS REQUEST FOR INFORMATION (RFI) SOURCES SOUGHT IS ISSUED SOLELY FOR MARKET RESEARCH AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. THIS REQUEST FOR INFORMATION (RFI) SOURCES SOUGHT IS ISSUED SOLELY FOR MARKET RESEARCH AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION For: HCHV Emergency Housing with Case Management VA Pacific Islands Healthcare System (VAPIHCS) catchment area: Waianae, Oahu (Hawaii, USA) 1. Responses to this RFI Sources Sought must be in writing. The purpose of this RFI Announcement is for market research only to make appropriate acquisition decisions and to gain knowledge of SERVICE DISABLED VETERAN OWNED SMALL BUSINESS (SDVOSB) / VETERAN OWNED SMALL BUSINESSES (VOSB), interested and capable of performing the work. Responses to this announcement will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought, a solicitation announcement may be published on FBO. Responses to this sources sought are not considered adequate responses to an impending solicitation posted to https://beta.sam.gov/. All interested offerors will need to respond to that solicitation. 2. The associated North American Industrial Classification System (NAICS) code for this procurement is 624221 with a small business size standard of $12,000,000.00. 3. Interested and capable Contractors should respond to this notice not later than 4:00PM PST, August 7, 2020 by providing the following via email: Licia.Haynie@va.gov (a) company name (b) address (c) point of contact (d) phone and email of primary point of contact (e) DUNS number (g) If respondent is VOSB or SDVOSB, respondent is encouraged to provide proof of www.vetbiz.gov certification. (h) A capability statement that addresses the organization s qualifications and ability to perform as a contractor specifically for the work described below. Responses should include specific examples (e.g. type of service, approximate size of contract dollar amount) of the Contractor s experience providing the same or similar supplies/services to that described as below: The Department of Veterans Affairs has been providing direct and specialized services for homeless Veterans for over 25 years. The Secretary of the VA has set a zero-tolerance policy for homelessness within the Veteran population since 2009. The plan to end homelessness among Veterans includes planned increases to the capacity of existing programs and an increase in services offered to Veterans. New models of care not previously offered by The Veteran Health Administration are also being implemented. The intent of this contract is to engage a community provider to offer homeless Veterans Emergency Housing with Case Management Services for the Veterans Affairs Pacific Islands Heath Care System (VAPIHCS) Health Care for Homeless Veteran program. This service will be performed on an as needed basis, at the per diem and length of time agreed upon, and in accordance with the Performance Work Statement. VA is obligated only to the extent authorized placement of patients are made under this contract. The program is designed to provide temporary Emergency Housing to engage the Veterans into the transition to permanent Housing options. Veterans are referred to the contractor by VAPIHCS staff to provide the care, treatment and rehabilitative services required by the VA- HCHV program to contract with agencies and/or organizations (Contractors) to stabilize the veterans needed medical, mental health, substance abuse and other psychosocial problems so the veteran can transition into other appropriate transitional or permanent housing. Since these Veterans may have co-morbid conditions which may include serious mental illnesses, substance abuse disorders, and other serious medical conditions the Contractor is required to possess an understanding of these challenges and general skills to support the veterans to address these issues. The Contractor shall rapidly house Veterans requiring 24/7 residential services and treatment on the Island of Oahu specifically the city of Waianae, addressing mental health, substance abuse and other psychosocial problems. Ultimately, the goal is for Veterans to obtain permanent housing within 30 days and no longer than 90 days. The Contractor shall provide services for up to SIX (6) Veterans annually who shall be male or female and VA healthcare eligible. All equipment and furnishings required for the Contractor to provide the required services shall be provided by the Contractor. Housing shall be ADA compliant. Contractor must have site control of the facility through ownership or valid property lease. Contractor should have community partner references and relationships on the Island of Oahu. The contract facility must have a current occupancy permit, if new, issued by the local and State governments in the jurisdiction where the facility is located or a statement from the appropriate city or state office, stating there is not a need for an occupancy Permit. If you are interested, and are capable of providing the required services, please provide a capabilities statement as well as any past experience in Emergency Housing with Case Management Services on the Island of Oahu in the City of Waianae. The VA intends to issue a solicitation to result in a Single Source Award Indefinite Delivery Indefinite Quantity (IDIQ) contract with an ordering period not to exceed five years and six months. This procurement is in accordance with FAR Part 12 Commercial Items and FAR Part 13.5 Simplified Acquisition Procedures. Interested and capable Contractors should respond to this notice not later than 4:00PM HST, August 7, 2020, via email: Licia.Haynie@va.gov . A solicitation is not currently available. If a solicitation is issued it will be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement. Responses to this sources-sought is not a request to be added to a prospective bidders list or to receive a copy of the solicitation. Please note that if VA s pending market research establishes that two or more SDVOSB or VOSB, who are certified in VA s Vendor Information Pages (VIP) site https://www.vip.vetbiz.gov/, can perform the services, VA will set aside the underlying solicitation per 38 U.S.C. 8127.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/2b38e65391f047c2a846b540431f1697/view)
- Place of Performance
- Address: Waianae, HI 96792, USA
- Zip Code: 96792
- Country: USA
- Zip Code: 96792
- Record
- SN05745205-F 20200806/200804230153 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |