Office of Healthcare Programs (OHP) requires contractor support to provide hospital assessment services.

SOL #: 86615625R00005Combined Synopsis/Solicitation

Overview

Buyer

Housing And Urban Development
Housing And Urban Development, Department Of
CPO : CHIEF PROCUREMENT OFFICER
Washington, DC, 20410, United States

Place of Performance

Washington, DC

NAICS

Administrative Management and General Management Consulting Services (541611)

PSC

Support Professional: Program Evaluation/Review/Development (R410)

Set Aside

No set aside specified

Timeline

1
Posted
Feb 18, 2026
2
Last Updated
Mar 4, 2026
3
Submission Deadline
Mar 19, 2026, 4:00 PM

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 Housing and Urban Development (HUD), Office of Healthcare Programs (OHP) is soliciting proposals for Hospital Assessment Consulting Services (HACS). This is a competitive Small Business Set-Aside for a Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contract to support asset management activities, assess troubled hospitals, and mitigate potential claims. Proposals are due Thursday, March 19, 2026, by 12:00 PM EST.

Purpose & Scope

HUD OHP requires contractor support to provide comprehensive hospital assessment services for FHA-insured healthcare facilities. The objective is to assess troubled facilities, identify risks, and mitigate potential claims. Services encompass assessments of hospital operations, finance, strategic planning, leadership, and governance. Specific tasks may include performance improvement assessments, reviews of business plans, revenue cycle assessments, reimbursement and provider compliance reviews, and workforce planning.

Contract Details

  • Contract Type: Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contract, with the intent to award up to four (4) contracts. Task Orders (TOs) may be issued as Firm Fixed Price (FFP), Labor Hour (LH), or Time and Materials (T&M) for Other Direct Costs (ODCs) and Travel.
  • Contract Ceiling: A shared ceiling of $9,726,895.00 across all awarded IDIQ contracts.
  • Minimum Guarantee: Each IDIQ contract holder will receive a minimum guaranteed amount of $1,000.00.
  • Period of Performance: A five-year ordering period from June 24, 2026, to June 23, 2031. Individual task orders can run for up to 12 months.
  • Set-Aside: Competitive Small Business Set-Aside.
  • NAICS Code: 541611 – Administrative Management and General Management Consulting Services, with a small business size standard of $24.5 million.
  • Place of Performance: Services will be performed at the contractor's facility and the Borrower's facility.

Key Requirements & Deliverables

Services will be acquired via individual task orders. Key deliverables include Status Meetings/Conference Calls, Final Presentations, and comprehensive Final Reports that incorporate recommendations, financial/operating assumptions, and projections. Contractors are also required to submit a Quality Control Plan within 30 days of award or with their proposal. The PWS (Attachment 1) details specific tasks and performance standards, including AQL Zero deviation for critical deliverables. Key personnel, including a Contract/Project Manager and alternate, must be employees of the contractor.

Submission & Evaluation

  • Questions Due: Thursday, February 26, 2026, by 12:00 PM EST.
  • Proposal Due: Thursday, March 19, 2026, by 12:00 PM EST.
  • Evaluation Criteria: Best Value Trade-Off. Factors are listed in descending order of importance: Technical Approach, Management Plan, Past Performance, and Price. The combined weight of Technical Approach, Management Plan, and Past Performance is significantly more important than Price.
  • Required Attachments: Bidders must complete Attachment 5 (Past Performance Information) and understand that Attachment 4 (Past Performance Survey) will be used to collect reference feedback. Pricing details must align with Attachment 3 (Price Schedule), including CLINs, labor categories, and Not-to-Exceed (NTE) amounts for ODCs and Travel.
  • Government Oversight: Contractor performance will be monitored using a Quality Assurance Surveillance Plan (QASP) (Attachment 2), which details surveillance techniques and performance standards.

Additional Notes

The solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2025-04, effective June 11, 2025.

People

Points of Contact

Francis ChenPRIMARY
Marie NiestrathSECONDARY

Files

Files

No files attached to this opportunity

Versions

Version 4
Combined Synopsis/Solicitation
Posted: Mar 4, 2026
View
Version 3
Combined Synopsis/Solicitation
Posted: Feb 26, 2026
View
Version 2
Combined Synopsis/Solicitation
Posted: Feb 20, 2026
View
Version 1Viewing
Combined Synopsis/Solicitation
Posted: Feb 18, 2026
Office of Healthcare Programs (OHP) requires contractor support to provide hospital assessment services. | GovScope