Office of Healthcare Programs (OHP) requires contractor support to provide hospital assessment services.
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 U.S. Department of Housing and Urban Development (HUD), Office of Healthcare Programs (OHP), is soliciting proposals for Hospital Assessment Consulting Services (HACS). This effort aims to obtain contractor support to assess hospital operations, finance, strategic planning, leadership, and governance for troubled healthcare facilities within OHP's portfolio, mitigating potential risks and claims. The government intends to award multiple-award Indefinite-Delivery Indefinite-Quantity (IDIQ) contracts. Proposals are due March 19, 2026.
Scope of Work
Contractors will provide comprehensive hospital assessment services, including:
- Performance improvement assessments
- Reviews of existing hospital business plans
- Revenue cycle assessments
- Reimbursement and provider compliance reviews
- Non-practitioner and practitioner workforce planning
These services are detailed in the Performance Work Statement (PWS) Attachment 1.
Contract Details
- Contract Type: Multiple-award IDIQ contract. Up to four (4) awards are anticipated.
- Period of Performance: A 5-year ordering period, from June 24, 2026, to June 23, 2031. Task Orders can be placed up to the last day of the ordering period and run for 12 months.
- Contract Ceiling: A shared ceiling of $9,726,895.00 for all IDIQ contract holders.
- Minimum Guarantee: Each IDIQ contract holder is guaranteed a minimum of $1,000.00, to be satisfied through a Task Order award in Ordering Period 5.
- Task Order Types: May be Firm Fixed Price (FFP) with elements of Labor Hour, Time and Materials (T&M) for Other Direct Costs (ODCs) and Travel costs.
Eligibility & Set-Aside
- NAICS Code: 541611 – Administrative Management and General Management Consulting Services.
- Small Business Size Standard: $24.5 million.
- Set-Aside: This requirement is unrestricted.
Submission & Evaluation
Proposals must follow detailed instructions in Part VI, Section L. Offers will be evaluated using a best-value trade-off process. Evaluation factors, in descending order of importance, are:
- Technical Approach
- Management Plan
- Past Performance
- Price Technical Approach, Management Plan, and Past Performance combined are significantly more important than Price.
Key Dates
- Questions Due: Thursday, February 26, 2026, by 12:00 PM EST
- Proposals Due: Thursday, March 19, 2026, by 12:00 PM EST
Contact Information
- Primary: Francis Chen (Francis.Chen@hud.gov)
- Secondary: Marie Niestrath (Marie.A.Niestrath@hud.gov)
Attachments & Notes
Key attachments include the Performance Work Statement (PWS), Quality Assurance Surveillance Plan (QASP), Pricing Schedule, and Past Performance Survey/Information forms. Offerors must complete and submit required representations and certifications. Cybersecurity and privacy requirements, including PIV card issuance and background investigations, are detailed.