G004--Healthcare for Homeless Veterans (HCHV) Recuperative Care Services for VA San Diego Healthcare System (VASDHS)
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of Veterans Affairs (VA) San Diego Healthcare System (VASDHS) is conducting market research through a Sources Sought / Request for Information (RFI) for Healthcare for Homeless Veterans (HCHV) Recuperative Care Services. This RFI aims to identify qualified Small Businesses, including Service-Disabled Veteran Owned Small Businesses (SDVOSB) and Veteran Owned Small Businesses (VOSB), capable of providing community-based residential care and treatment for up to 30 homeless Veterans.
Responses are due by April 3, 2026, at 10:00 AM Pacific Daylight Time (PDT).
Scope of Work
The anticipated contract will provide comprehensive residential care and treatment services for up to 30 homeless Veterans with serious mental illness and/or medical issues. Key services, as detailed in the DRAFT Performance Work Statement (PWS), include:
- Residential Placement: Same-day placement for eligible Veterans.
- Staffing: Registered Nurse (40 hrs/week), Licensed Vocational Nurse (40 hrs/week), Case Management (40 hrs/week), 24/7 medication management staff, and Clinical Services (20 hrs/week).
- Care Provision: Recuperative medical and mental health care based on VA-developed plans.
- Case Management: Intake assessments, care plan development, referral coordination, individual counseling, benefits assistance, and discharge planning.
- Clinical Services: Psychotherapy and structured group activities.
- Supportive Services: Transportation to VA appointments, medication storage, assistance with social services, and a grievance process.
- Residential Amenities: Room and board, including private or semi-private rooms, bedding, storage, toiletries, bath linens, and recreation areas.
- Dietary Services: Three nutritious meals and snacks daily, meeting medical standards.
- Medication Management: Secure storage and dispensing according to physician orders.
Contract Details & Requirements
- Opportunity Type: Sources Sought / Request for Information (RFI) – for market research and planning purposes only; it does not constitute a solicitation.
- NAICS Code: 623220 – Residential Mental Health and Substance Abuse Facilities.
- Anticipated Contract Type: Firm-Fixed-Priced, Indefinite Delivery, Indefinite Quantity (IDIQ).
- Anticipated Period of Performance: A base year (anticipated August 15, 2026 – August 14, 2031) with four (4) one-year option periods.
- Place of Performance: Contractor facility must be located within 40 miles of VASDHS, San Diego, CA, and be operational within 120 days of contract award.
- Set-Aside: Market research specifically targets Small Businesses, Service-Disabled Veteran Owned Small Businesses (SDVOSB), and Veteran Owned Small Businesses (VOSB).
- Performance Standards: Facilities must meet Life Safety Code (NFPA #101) and all city, state, and federal licensing/health codes. Contractor personnel must maintain active professional licenses and certifications. Facilities must be wheelchair accessible and meet ADA standards. Performance metrics include Exits to Permanent Housing (target >= 55%) and Negative Exits (target <= 20%).
- Special Requirements: Contractor personnel require background investigations. Strict adherence to HIPAA, Privacy Act, and VA data security is mandatory. Liability insurance, emergency planning, and personnel health testing/immunizations are also required.
Submission Requirements
Interested and capable contractors must submit their responses via email only to corina.hinsley@va.gov by April 3, 2026, 10:00 AM PDT. Submissions must include:
- Company name, address, point of contact, phone, and email.
- SAM.gov Unique Entity Identifier (UEI).
- Type of small business (e.g., SDVOSB, VOSB, 8(a), HUB-Zone, WOSB, SDB, Small Business).
- A capability statement addressing qualifications and ability to perform the work described in the attached DRAFT PWS, including specific examples of similar experience (e.g., contract number, POC).
- An informal price list identifying a proposed per diem rate per bed for the base year and four option years. This price list is not binding but will assist the Government with market research.
Additional Notes
This notice is for market research and planning purposes only and does not constitute a solicitation. Responses will be used to make appropriate acquisition decisions and gain knowledge of small business capabilities.