Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 18, 2025 SAM #8788
SOLICITATION NOTICE

Q -- SUB-ACUTE RESIDENTIAL DETOXIFICATION SERVICES

Notice Date
12/16/2025 11:23:06 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
623220 — Residential Mental Health and Substance Abuse Facilities
 
Contracting Office
260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98661 USA
 
ZIP Code
98661
 
Solicitation Number
36C26026Q0111
 
Response Due
12/18/2025 4:30:00 AM
 
Archive Date
01/02/2026
 
Point of Contact
Lalenia Maria, Contract Specialist, Phone: (253) 888-4908
 
E-Mail Address
lalenia.maria@va.gov
(lalenia.maria@va.gov)
 
Awardee
null
 
Description
Description 1. This is a combined synopsis/notice for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only notice; quotes are being requested, and a written notice will not be issued. The Government reserves the right to make no award from this notice. 2. This is a notice for a Request for Quotation (RFQ). The government anticipates awarding a firm-fixed price contract. The intended contract period is a one-year Indefinite Delivery Indefinite Quantity (IDIQ). This notice document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-06, effective October 1, 2025. The RFQ number is 36C26026Q0111. 3. The North American Industrial Classification System (NAICS) code for this procurement is 623220 - Residential Mental Health and Substance Abuse Facilities, and the small business size standard is $19 million. The PSC is Q519. This procurement is issued unrestricted. 4. This procurement includes TIERED EVALUATIONS INCLUDING LARGE BUSINESS CONCERNS: This notice is being issued as a tiered evaluation with the following tiers: (1) SDVOSB concerns, (2) VOSB concerns, (3) small business concerns with HUBZone small business concerns, 8(a) small businesses, and Women-Owned Small Businesses (WOSB), and Economically Disadvantaged Women-Owned Small Businesses (EDWOSBs) having priority, then all other small businesses, and (4) large business concerns. If an award cannot be made, the notice will be cancelled, and the requirement resolicited. 5. MINIMUM AND MAXIMUM in accordance with FAR 16.504(a)(4)(ii): The guaranteed minimum contract quantity is $500.00. The maximum quantity shall not exceed $300,000.00. The Government does not guarantee that it will place any orders under this contract in excess of the guaranteed minimum award amount. 6. The Department of Veterans Affairs (VA), Network Contracting Office 20 (NCO 20), requires quotes for Sub-acute Residential Detoxification Services VA Portland Healthcare System (VAPORHCS). This notice includes Attachment 1, Performance Work Statement (PWS). Telephonic requests for the notice will not be honored. Respondents to this notice must fully demonstrate their capability by supplying detailed quote information along with any other documents necessary to support the requirements below. The contract period of performance is for a (1) one-year IDIQ. First phase responses are to be provided to lalenia.maria@va.gov no later than December 18, 2025 at 4:30 PM (PST). The deadline for all questions is December 15, 2025, at 4:30 PM (PST). 7. This notice and additional documents are attached below. Please be sure to review Addendum to 52.212-1 Instructions to Offerors Commercial Items and VAAR 852.273-73 Evaluation Health-Care Resources for important quote information (First Phase Responders). All interested companies shall provide quotations for the following first phase responses using Attachment 9: Price Cost Schedule. 8. The Government shall evaluate all offerors submissions in accordance with the notice and make a down-select decision. The following documents are attached: Attachment 1: Performance Work Statement (PWS) Attachment 2: Quality Assurance Surveillance Plan (QASP) Attachment 3: Key Personnel Listing with OIG Website Attachment 4: Past Performance References Attachment 5: Contractor Employee Legal Status Attachment 6: Organizational Conflict of Interest Statement Attachment 7: Rules of Behavior Attachment 8: Price/Cost Schedule Attachment 9: Technical Evaluation Factors The Period of Performance is one year, 01-01-2026 12-31-2026. Place of Performance: Contractor s SUD Facility in Portland and the Surrounding Metro Area in Support of: Veterans Affairs Portland Healthcare System (VAPORHCS) 3710 SW US Veterans Hospital Rd, Portland, OR 97239 The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following notice provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Products and Commercial Services (First Phase Responses) 52.204-7 System for Award Management Registration (NOV 2024) This notice incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): https://www.acquisition.gov/browse/index/far https://www.va.gov/oal/library/vaar/ The following contract clauses apply to this acquisition: Lag Policy Updates: FAR 222-25, System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency notice. Examples include 52.222-25, Affirmative Action Compliance, and paragraph (d) of 52.212-3, Offeror Representations and Certifications Commercial Products and Commercial Services. Contracting officers will not consider these representations when making award decisions or enforce requirements. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM. FAR 52.203-17 Contractor Employee Whistleblower Rights FAR 52.204-9 Personal Identity Verification of Contractor Personnel FAR 52.204-13 System for Award Management Maintenance FAR 52.216-18 Ordering FAR 52.216-19 Order Limitations FAR 52.216-22 Indefinite Quantity FAR 52.217-8 Option to Extend Services (Nov 1999) FAR 52.232-19 Availability of Funds for the Next Fiscal Year FAR 52.252-2 Clauses Incorporated by Reference VAAR 852.201-70 Contracting Officer s Representative VAAR 852.203-70 Commercial Advertising VAAR 852.204-70 Personal Identity Verification of Contractor Personnel VAAR 852.207-70� [Reserved] VAAR 852.232-72 Electronic Submission of Payment Requests VAAR 852.237-70 Indemnification and Medical Liability Insurance ($1M per individual, $3M per occurrence) VAAR 852.242-71 Administrative Contracting Officer VAAR 852.273-70 - Late offers, in all requests for quotations (RFQs) and requests for proposals (RFPs) exceeding the micro-purchase threshold VAAR 852.273-72 - Alternative evaluation, in lieu of the provision at 52.212-2, Evaluation--Commercial Items VAAR 852.273-73 Evaluation Health Care-Resources VAAR 852.273-74 - Award without exchanges VAAR 852.237-75 Key Personnel VAAR 873.104 Competition Requirements VAAR 873.111(d) Multiphase Acquisition Techniques: The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. (End of Clause) The following are the Instructions for First Phase Responses for Preparation of Quotes: INSTRUCTION FOR THE PREPARATION OF QUOTES 52.212-1 Instructions to Offerors Commercial Items (Sep 2023) (Incorporated by reference) ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS (First Phase Responses) All quotes shall be legible and prepared in the following format to be properly evaluated. Submit quotes via email to lalenia.maria@va.gov. First phase responses shall be complete, self-sufficient, and respond directly to the requirements of this RFQ. Quote Format. First phase responses shall submit quote in PDF or Microsoft Word, assembled as follows: Part I Administrative Part II Past Performance Part III Technical Capability Part IV Price Contents of Part I Administrative Provide Contractor contact information, UEI number, and Tax Identification Number. Acknowledgment of all Amendments that may be issued under this RFQ. Submit evidence of Medical Liability Insurance in accordance with VAAR 852.237-70. Submit signed copies of QASP, Contractor Employees Legal Status, Organizational Conflict of Interest Statement, and Rules of Behavior for this Notice. Submit Key Personnel and Past Performance questionnaire. First phase responses shall fill in and submit a completed Price Schedule located on Attachment 8. The first-phase responder agrees to hold the quoted pricing firm for 30 days. Certify that key personnel have been compared to OIG list in accordance with Section 4 of the PWS. Submit responses to Attachment 9: Technical Evaluation Subfactors. Contents of Part II Past Performance First phase responders shall submit with a quote, a minimum of three (3) references, to include name of the medical facility, point of contact, and their email address for recent (within the past 5 years) Sub-Acute Residential Detoxification Services provided by the first phase responder. If the First Phase Responder has no past performance information on this type of requirement, the First Phase Responder shall specifically state that it has no such past performance. The Government will review available past performance data in the Government s Contractor Performance Assessment Reporting System (CPARS). The Government reserves the right to obtain past performance information from other sources. Malpractice claims will be analyzed. If applicable, submit copies of malpractice claims and disposition of each. If none, so state/certify in your submittal. Failure to provide requested documentation will disqualify First Phase Responder from consideration. Contents of Part III Technical Capability Subfactor A: Quality of Care / Services 1. Describe the availability to consistently provide 24-hour staffing as required. Describe the hours during the day/week that a Veteran will be assessed and admitted, and the number/type of staff available at each of these times. Include when a nurse and physician are available, indicating on-site or by phone, during each shift when admissions are conducted. For example, Evening shift admissions, 3:00 P.M. 6:00 P.M., RN on site, physician on-call, and three chemical dependency staff available for assisting admissions ; 2. Describe the availability to accept same-day referrals and pre-arranged admission appointments; 3. If new staff must be hired to accommodate the needs of the contract, indicate their number and type. For instance, The Contract will be used to hire 0.25 Full Time Equivalent (FTE) Nursing Staff and 0.5 FTE Counseling staff to accommodate Veteran admissions, case management, and referrals ; 4. Describe the availability of methods and standards used for medically monitored detoxification, including detoxification from substances, symptom relief strategies, and monitoring for withdrawal complications, and maintain records such that Veterans can be easily identified in the record-keeping system; 5. Describe the range and quality of support services provided, such as meals (separate mealtimes for men and women), laundry, personal hygiene items, and safe storage for personal items; 6. Describe the process to ensure safe storage, administration, and dispensing of medications, including take-home Methadone/Suboxone, and or Narcan. Subfactor B: Urgent Care Clinic 1. How many days a week will Urgent Care be staffed with a Physician, Nurse, Addiction Counselor, or Rehabilitation Tech support? 2. Describe how medical management of chronic medical conditions will be handled; 3. Describe your contingency plan for Urgent Care if needed outside of normal hours. Subfactor C: Clinical Services 1. Describe your company s ability to provide alcohol and drug counseling and services below, by certified alcohol and drug counselors; 2. Describe your company s ability to provide individual and group supportive counseling and who provides it; 3. Describe who prescribes and who administers and documents the issuance of buprenorphine, benzodiazepines and/or other agents as needed for symptom relief. Subfactor D: Certifications/Qualifications/Licenses. 1. Submit a list of accreditations (agencies related to Health and Human Services, Oregon or Washington State Health Departments, Oregon or Washington Alcohol and Drug Abuse Program) currently involved with your Detoxification Program, indicating last inspection date and current status; 2. Submit accreditation by The Joint Commission (TJC); 3. Submit copies of full and unrestricted licenses with key personnel list (attached); Subfactor E: Treatment Facility and Support Services. 1. Describe if your facility is located within the Portland metro area; 2. Describe the bed capacity; 3. Describe the conformance to facility standards and ability to provide a safe and supportive environment, including Life Safety Code (National Fire Protection Association Standard #101); 4. Describe how you will measure the number of VA-funded admissions, detox completions vs dropouts, referrals to VA Substance Use Disorder (SUD) programs, referral completion statistics, and the number and type of adverse clinical events, in order to address the measures in the Quality Assurance Surveillance Plan; 5. Describe how timeliness and accuracy of reports will be submitted, such as adverse clinical and psychiatric events within 24 hours, treatment outcomes, and service utilization to VAPORHCS; 6. Describe how the requirements will be met for referrals of Veterans to follow-up outpatient care. Describe how many and what type of staff conduct discharge planning. For instance, All chemical dependency counselors (3) provide discharge planning services . Describe if your facility is available for a site visit. Past Performance Evaluation Ratings Very Good Based on the First Phase Responder s performance record, the Government has a high expectation that the First Phase Responder will successfully perform the required effort, or the First Phase Responder s performance record is unknown. Satisfactory Based on the First Phase Responder s performance record, the Government has reasonable expectation that the First Phase Responder will be able to successfully perform the required effort. Marginal Based on the First Phase Responder s performance record, the Government has little expectation that the First Phase Responder will be able to successfully perform the required effort. Neutral / Unknown The First Phase Responder has no relevant past performance record. A thorough search was left unable to identify any past performance information. Technical Excellence Evaluation Ratings Each subfactor will be rated by the following scale. The subfactor ratings will then be assessed and the Technical Excellence factor will be given an overall rating from the same scale, based on the subfactor ratings. Exceptional The First Phase Responder has demonstrated an exceptional response to the factor or subfactor. The First Phase Responder has demonstrated a clear understanding of the requirement and the Government has high expectations of success in the area of this particular factor or subfactor. Very Good The First Phase Responder has demonstrated a very good response to the factor or subfactor. The First Phase Responder s demonstrated understanding of the requirement and the Government has high expectations of success in the area of this particular factor or subfactor. Satisfactory The First Phase Responder has demonstrated a satisfactory response to the factor or subfactor. The First Phase Responder has demonstrated understanding of the requirement and the Government has high expectations of success in the area of this particular factor or subfactor. Marginal The First Phase Responder has demonstrated a marginal response to the factor or subfactor. The First Phase Responder has demonstrated a lack of understanding of the requirement and the Government has low expectations of success in the area of this particular factor or subfactor. Unsatisfactory The First Phase Responder has demonstrated an unsatisfactory response to the factor or subfactor. The First Phase Responder has demonstrated no understanding of the requirement and the Government has no expectation of success in the area of this particular factor or subfactor. e. Evaluation Factor 3: Price. The Contracting Officer will conduct a price analysis to determine that quoted prices are fair and reasonable. *** End Inserted Clause '52.212-1 ADDENDUM to FAR 52.212-1 Instructions to Offerors Commercial Items' *** To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: ""The terms and conditions in the notice are acceptable to be included in the award document without modification, deletion, or addition."" OR ""The terms and conditions in the notice are acceptable to be included in the award document with the exception, deletion, or addition of the following:"" Quoters shall list exception(s) and rationale for the exception(s), if any. Point of Contact Lalenia Maria Lalenia.maria@va.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/dd687cf7191046ff91570d05ef2802ee/view)
 
Place of Performance
Address: Services in Support of: Veterans Affairs Portland Healthcare System (VAPORHCS) 3710 SW US Veterans Hospital Rd, Portland, OR 97239, USA
Zip Code: 97239
Country: USA
 
Record
SN07667345-F 20251218/251216230035 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.