G099-- New Sober Living Contract - Houston (580)
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), specifically the Michael E. DeBakey VA Medical Center in Houston, TX, is seeking Sober Living Residential Services for Veterans with substance use disorders. This is a Presolicitation for a Fixed-Price Indefinite-Delivery Indefinite-Quantity (IDIQ) contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Proposals are due by January 23, 2026, at 2:00 PM CST.
Scope of Work
The contractor will provide "sober living" housing and comprehensive support services for approximately 10-39 Veterans participating in the Substance Disorders Treatment Program. Services must be located within a 15-mile radius of the Michael E. DeBakey VAMC in Houston, TX. Key requirements include:
- Providing safe, supportive housing with essential amenities (bed, dresser, storage, linens, laundry).
- Ensuring facilities meet safety, health, sanitation, and fire safety codes.
- Delivering recovery-oriented support services, including house orientation, rules, recovery meetings, supervision, data collection, goal-setting, and coordination with VA staff.
- Offering nutritional support and secure medication storage.
- Maintaining compliance with HIPAA and other privacy regulations.
- Ensuring 24/7 availability of services, including weekends and federal holidays.
Contract Details
- Contract Type: Fixed-price Indefinite-Delivery Indefinite-Quantity (IDIQ)
- Period of Performance: One (1) base year with five (5) potential ordering periods, plus an option to extend services for up to six months.
- Estimated Value: Minimum $1,000.00, Maximum $5,500,000.00
- Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- NAICS Code: 623220 (Residential Mental Health and Substance Abuse Facilities) with a $19 Million size standard.
- Product Service Code: G099 (Other Social Services)
Submission & Evaluation
- Proposals Due: January 23, 2026, 2:00 PM CST
- Submission Method: Electronically via email.
- Required Submission Items: Signed SF 1449, completed price schedule, signed Quality Assurance Surveillance Plan (QASP), VA Notice of Limitations on Subcontracting, Key Personnel and Conflict of Interest (COI) information, completed Solicitation Clause 52.209-7, and up to three past performance references.
- Evaluation Factors: Technical Capability, Price, and Past Performance.
- Offerors must agree to hold prices firm for 200 calendar days from the receipt date.
- Offerors must be registered in the System for Award Management (SAM).
Key Documents
- Quality Assurance Surveillance Plan (QASP): Outlines the government's method for monitoring contractor performance, detailing specific performance indicators and acceptable quality levels.
- Key Personnel and COI: Requires identification of key personnel and confirmation of no conflicts of interest.
- Wage Determinations: Provides minimum hourly wage rates and fringe benefits for the specified Texas counties, crucial for labor cost calculations.
Contact Information
- Primary Point of Contact: Karen Battie, Contract Specialist
- Email: karen.battie@va.gov
- Phone: 254-899-6053