Virginia Bids > Bid Detail

AF13--HUD VASH Case Management - RFI

Agency:
Level of Government: Federal
Category:
  • A - Research and development
Opps ID: NBD00159974421293509
Posted Date: Feb 7, 2024
Due Date: Feb 22, 2024
Source: https://sam.gov/opp/b910f1753c...
Follow
AF13--HUD VASH Case Management - RFI
Active
Contract Opportunity
Notice ID
36C24524Q0256
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
245-NETWORK CONTRACT OFFICE 5 (36C245)
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Feb 07, 2024 04:53 pm EST
  • Original Response Date: Feb 22, 2024 02:00 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: Mar 23, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: AF13 - EDUCATION, TRAINING, EMPLOYMENT, & SOCIAL SVCS R&D SVCS; EDUC SVCS R&D; EXPERIMENTAL DEVELOPMENT
  • NAICS Code:
    • 621420 - Outpatient Mental Health and Substance Abuse Centers
  • Place of Performance:
    VA MEDICAL CENTER 50 Irving Street, NW ,
    USA
Description
THIS REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION.
THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e).
DISCLAIMER
This RFI is issued solely for information and planning purposes and does not constitute a solicitation. Neither unsolicited proposals nor any other kind of offers will be considered in response to this RFI. IAW FAR 15.201(e), responses to this notice are not offers and will not be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. All information received in response to this RFI that is marked Proprietary will be handled accordingly. Responses to the RFI will not be returned. At this time, questions concerning the composition and requirements for a future RFQ will not be entertained.
SOURCES SOUGHT DESCRIPTION
This is NOT a solicitation announcement. This is a sources sought/RFI only. The purpose of this sources sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 621420: Out Patient Mental Health and Substance Abuse Centers. Responses to this sources sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought, a solicitation announcement may be published. Responses to this sources sought synopsis are not considered adequate responses for a solicitation announcement.
The Department of Veterans Affairs (VA), VISN 05 Network Contracting Office, is seeking sources that can complete requirements for HUD VASH Case Management Homeless Veterans Case Management and that at a minimum meets the requirements listed under the description section below.
The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications.
If you are interested and are capable of providing the sought out supplies/services, please provide the requested information as well as the information indicated below. Response to this notice should include:

Company name, address of company, point of contact
Any small business designation as certified by the Small Business Administration, size of business pursuant to the following question.
A through description of experience in managing support requirements of this nature.

(1) Please indicate the size status and representations of your business, such as but not limited to: Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc.)? Service-Disabled Veteran Owned Small Business (SDVOSB) receive preference.
(2) Is your company considered small under the NAICS code identified under this RFI?
(3) Your FSS GSA/NAC contract number.
(4) General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award.
(5) Please submit your capabilities in regard to the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes?
(6) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A.
(7) Please provide your DUNS/UEI number.
(8) Please indicate an estimated timeline of completion for this requirement.
CONTACT INFORMATION: Responses to this notice and any questions related to this RFI shall be directed to Charles Willis Charles.willis@va.gov All information regarding Capabilities Statements or any other proprietary information relative to this RFI shall be submitted via email to Charles.willis@va.gov Telephone responses shall not be accepted. Responses must be received no later than 2:00 PM EST, 2/22/2024. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this sources sought. Responses to this sources sought notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation.

Description
DC VAMC is seeking information and capability statements for contractors to assist with providing Assertive Community Case Management Services to homeless or at risk of becoming homeless Veterans and their families. Many of these Veterans have multiple conditions that make it difficult for them to navigate the system and advocate for their needs successfully.
These conditions may include mental illness, substance use disorders, and other serious medical conditions. Many have been in and out of shelters or living on the streets for years. DC VAMC intends to utilize the responses of this RFI to seek contracted services to provide Assertive Community Case Management Services. The intent is to use a housing first approach to homeless Veterans and their families referred by the VA Medical Centers.
The Contractor shall furnish services to the beneficiaries for whom such care is specifically authorized by the VA. It is understood that the type of Veteran to be cared for under this contract will require intensive case management services over and above the level of linking to services and stable housing.

The following basic services include:
Needs Assessment and coordination of services
Linkage to resources based on needs
Intensive Case Management Services determined to be needed by the Veteran and his/her family in a plan developed by the Contractor with consultation from the Veteran and the HCHV staff and/or other appropriate service providers.
Appropriate housing placement as determined by the Contractor, HCHV Team, the Veteran and his/her family.

Services which the contractor and their Clinicians must be able to furnish or ensure the Veterans has access to but are not limited to, include:
Collaboration with the HCHV staff that will provide supportive services with admission and discharge from the program.
Coordination of structured group activities as appropriate examples include group therapy, social skills training, Alcoholics Anonymous, Narcotics Anonymous, vocational counseling, and physical activities as appropriate.
Provide supportive counseling and advocacy for Veterans. Individual professional counseling, including counseling on self-care skills, adaptive coping skills and, as appropriate, vocational rehabilitation counseling and physical activities where appropriate.

Assistance to develop responsible living patterns and to achieve a more adaptive level of psychological functioning, upgraded social skills, and improved personal relationships.

Support for an alcohol/drug abuse-free lifestyle.

Assistance to gain knowledge of the recovery process.

Manage a caseload of clients, maintain case file

Conducts comprehensive assessments to collect functional
environmental, psychosocial, financial, employment, housing, educational, and basic acute and chronic medical needs information as appropriate for Veterans and their families to develop a case plan.

Develop support systems to meet client needs by identifying and coordinating a variety of available services necessary to maintain independent living, and, when possible, self-sufficiency and family stabilization.

Refer clients to available therapeutic, social service, educational and medical resources within the VA-DCHCS when appropriate.
Conduct crisis intervention as necessary, and daily street and shelter outreach as needed to connect with referred Veterans.

Document in Computerized Patient Record System, CPRS all services provided to each Veteran and his/her family on a daily/weekly/ monthly basis, outlining type, quality and effectiveness of services provided.

Document in Homeless Operation Management Engagement System HOMES Veterans housing and employment progress.

The cost estimate for this RFI shall include the services listed in this document.

The Contractor shall employ trained professional staff to carry out the requirements of the contract. This shall include but not limited to; Licensed Registered Nurses, Licensed Clinical Social Workers, Peer Support and Addiction Specialist. This interdisciplinary Team must be in place and ready to perform at the time of award without exceptions.

The Contractor shall make available documentary information required for the VA to conduct utilization review audits for the mandated national evaluation study as required by section 2 of Public Law 100-6; to verify quality of care for Veterans, to assure confidentiality of Veteran record information, and to determine the completeness and accuracy of financial records.

The Contractor shall collaborate with the Veteran and HCHV/HUD VASH staff to conduct treatment and discharge planning reflecting a team assessment of health, social and vocational needs and the involvement of Veteran's family and appropriate community resources in resolving problems and setting goals.

The Contractor shall provide transportation to and from the VA-DCHCS facilities for scheduled appointments or services. It is recommended that services be provided no more than 50 miles from the VA.

The Contractor shall comply with the VA Veteran's Bill of Rights as set forth in section 17.34a, title 38, Code of Federal Regulations.

The Contractor shall assist in preparing reports, maintaining records and databases to track referrals, acceptances, denials, discharges, and follow-up post discharge.

The contractor shall provide office hours at the VA Community Resources and Referral Center (CRRC)

The Contractor should be based in the DC Metro area, preferable Washington DC, unless your capabilities can show otherwise.

Attachments/Links
Contact Information
Contracting Office Address
  • 8849 International Drive Suite 215
  • LINTHICUM , MD 21090
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Feb 07, 2024 04:53 pm ESTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >