Outpatient Treatment Services

SOL #: 9594CS26Q0003Solicitation

Overview

Buyer

Court Services And Offender Supervision Agency For The District Of Columbia
Court Services And Offender Supervision Agency
COURT SERVICES OFFENDER SUPV AGCY
WASHINGTON, DC, 20004, United States

Place of Performance

Washington, DC

NAICS

Outpatient Mental Health and Substance Abuse Centers (621420)

PSC

Social Rehabilitation Services (G004)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Feb 3, 2026
2
Last Updated
Mar 13, 2026
3
Submission Deadline
Mar 7, 2026, 1:00 AM

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 Court Services and Offender Supervision Agency (CSOSA) is soliciting proposals for Outpatient Treatment Services (OTS) for offenders in Washington, D.C. This Total Small Business Set-Aside opportunity seeks providers for evidence-based substance use treatment and early intervention services, including comprehensive translation support. The contract is anticipated to be a Firm-Fixed Unit Price (FFUP) purchase order with a 12-month base period and four 12-month option periods. Quotes are due March 6, 2026.

Scope of Work

The selected contractor will provide evidence-based outpatient or early intervention substance use treatment services to CSOSA offenders, based on assessed levels of care or court orders. Services must align with American Society of Addiction Medicine (ASAM) criteria, specifically Level 1.5, and early intervention for offenders mandated to the Traffic and Alcohol Program (TAP). Key services include:

  • Assessments, individualized care plans, group sessions, and case management.
  • A minimum of 12 group sessions must be conducted face-to-face, with remaining sessions virtually.
  • Comprehensive translation services: American Sign Language (ASL), Foreign Language, Video Remote Interpreting (VRI), and document translation.
  • Maintenance of offender electronic treatment files, transferable to CSOSA via CRISP.
  • Reporting requirements include progress notes, monthly progress reports, and monthly/Year-to-Date activity reports.
  • The contractor is prohibited from purchasing, prescribing, or providing medication.

Contract Details

  • Contract Type: Firm-Fixed Unit Price (FFUP) Purchase Order.
  • Period of Performance: One 12-month base period and four 12-month option periods.
  • Estimated Value: Up to $19 million (Not-to-Exceed ceiling).
  • Guaranteed Minimum: One outpatient treatment placement.
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5).
  • NAICS Code: 621420, Outpatient Mental Health and Substance Abuse Centers (Size Standard: $19M).
  • Place of Performance: Washington, D.C.

Submission & Evaluation

  • Questions Due: February 18, 2026.
  • Quotes Due: March 6, 2026, 8:00 PM (local Washington, DC time).
  • Submission Method: Electronically via email to catherine.collins@csosa.gov.
  • Evaluation Factors: Best value to the Government, considering price and non-price factors. Non-price factors combined are more important than price. Key Personnel Qualifications are most important, followed by Relevant Corporate Experience and Past Performance (equal importance).
  • Required Submissions: Proposals must include all information identified in solicitation sections L.4.3 and L.4.4, a completed Attachment J-13 Cover Letter, and a completed Attachment J-15 Price Sheet. Past Performance Questionnaires (Attachment J-14) must be submitted by references directly to CSOSA by the quote due date.

Key Attachments

Bidders must review various attachments, including:

  • Attachment J-15 Solicitation Price Sheet: Mandatory pricing template.
  • Attachment J-14 Past Performance Questionnaire: To be completed by references.
  • Attachment J-13 Cover Letter: Mandatory submission with quoter information and certifications.
  • Attachment J-12 FAR 52.212-3: Offeror Representations and Certifications.
  • Attachment J-10 Wage Determination: For labor cost compliance.
  • Other attachments cover confidentiality, security forms, and various consent/release of information forms for personnel and offenders.

People

Points of Contact

Files

Files

No files attached to this opportunity

Versions

Version 5
Solicitation
Posted: Mar 13, 2026
View
Version 4
Solicitation
Posted: Mar 9, 2026
View
Version 3
Solicitation
Posted: Feb 24, 2026
View
Version 2Viewing
Solicitation
Posted: Feb 12, 2026
Version 1
Pre-Solicitation
Posted: Feb 3, 2026
View