Mock Survey (Operational Assessment) for AFRH
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 the Interior, on behalf of the Armed Forces Retirement Home (AFRH), is soliciting proposals for an Operational Assessment (Mock Survey). This assessment aims to prepare AFRH for Joint Commission Accreditation at its Washington D.C. and Gulfport, MS campuses. This opportunity is a Total Small Business Set-Aside, with quotes due by April 8, 2026.
Scope of Work
The contractor will conduct an on-site mock survey and provide a structured findings report with recommendations. The assessment must be performed 100% in accordance with current Joint Commission standards, covering:
- Ambulatory Care (Outpatient Care)
- Home Care (Independent Living Plus)
- Nursing Care
- Life Safety/Environment of Care
- Assisted Living Services
- Long Term Care Services
- Memory Support Services
The scope also includes an overall facility review of procedures, practices, and an assessment of clinical and safety processes. Services will include assessing organizational compliance in areas such as leadership, patient safety, infection prevention and control, medication management, emergency management, waived testing, dental services, use of data, and medical staff. The contractor will also review facility action plans for mitigation and propose changes or educational materials.
Contract & Timeline
- Type: Firm-Fixed-Price Purchase Order (Solicitation)
- NAICS Code: 541611 (Administrative Management and General Management Consulting Services)
- Size Standard: $24.5 million
- Set-Aside: Total Small Business
- Period of Performance: May 1, 2026, to October 31, 2026
- Quotes Due: April 8, 2026, by 3:00 p.m. ED
- Questions Due: April 8, 2026, by 3:00 p.m. ED
- Published: April 6, 2026
Evaluation
Award will be based on a best value determination, considering Technical, Past Performance, and Price. Technical and Past Performance combined are more important than Price. Technical acceptability will be evaluated based on proposed services meeting requirements and demonstrated expertise. Past Performance will be evaluated using CPARS. Price will be evaluated through price analysis. Quotes must be submitted in two separate electronic files: Volume I - Technical and Volume II - Price.
Special Requirements
Contractor personnel must be free of communicable diseases, undergo tuberculosis testing, and possess effective oral and written communication skills in English. Personnel must be knowledgeable in current Joint Commission standards and survey approaches for all relevant care services, including Life Safety standards. Adherence to HIPAA and other relevant regulations regarding protected health information is required. Offerors must provide a Quality Control Plan as part of their technical proposal and include names and resumes of Key Personnel demonstrating relevant experience and qualifications.
Contact Information
Primary Point of Contact: Catherine Mattocks (CATHERINE_MATTOCKS@IBC.DOI.GOV, 7039648409).