G004--Evansville Heath Care for Homeless MC Veterans (HCHV) (VA-25-00078129) (VA-26-00041379)
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 255-NETWORK CONTRACT OFFICE 15, is soliciting proposals for Healthcare for Homeless Veterans (HCHV) Contracted Emergency Residential Services (CERS) for the Marion VA Medical Center’s Evansville Health Center. This Firm-Fixed-Price, Indefinite Delivery/Indefinite Quantity (IDIQ) contract aims to provide immediate residential care and supportive services to homeless Veterans in the Evansville, IN area. An amendment has clarified several key requirements and confirmed the submission deadline. Offers are due by April 30, 2026, at 5:00 PM CST.
Purpose & Scope
This opportunity seeks to enhance homeless service capacity by providing 24/7 residential services to homeless male and female Veterans. The primary goal is rapid stabilization (within 30-60 days) and placement into transitional or permanent housing (within 60-180 days, not exceeding 90 days without approved extension). Services will accommodate up to 20 Bed Days of Care (BDOC), not to exceed 7,300 BDOC annually. The facility must be located within a sixty (60) mile radius of Evansville Health Center, Evansville, IN 47715.
Key Requirements & Deliverables
Contractors will provide safe housing, three nutritious meals daily, laundry facilities, internet/computer access, and transportation assistance. Comprehensive supportive services, including case management and therapeutic services, are required. Key clarifications from the amendment include:
- Veteran Screening: Entry cannot be denied based on abstinence length, prior treatment, prescribed controlled substances, or legal history. Acceptance of treatment/medication/abstinence cannot be conditions of admission.
- Service Expenses: All services outlined in the Performance Work Statement (PWS), including food, transportation, and case management, must be factored into the per diem bid. Veteran insurance does not cover these costs.
- Licensing: A specific in-patient care license is not required; the contract is for a homeless residential shelter with supportive services, requiring compliance with local/state regulations.
- Medical Support: VA provides medical services; only CPR-certified staff are required on every shift for emergencies. Onsite medical treatment is not required.
- Facility Readiness: The contract facility and associated onsite services must be fully operational within 30 days of contract award.
Contract Details
- Contract Type: Firm-Fixed-Price, Indefinite Delivery/Indefinite Quantity (IDIQ).
- Period of Performance: One (1) base year with four (4) one-year option periods, approximately September 01, 2025, through August 31, 2030.
- Minimum Guaranteed Amount: $400.00 (base year).
- Maximum Contract Value: $5,500,000.00.
- Payment Basis: Bed Day of Care (BDOC).
- Product Service Code: G004 (Social Rehabilitation Services).
Submission & Evaluation
- Offers Due: April 30, 2026, 5:00 PM CENTRAL TIME, CHICAGO, USA.
- Submission Method: Via email to patricia.trusler@va.gov.
- Proposal Structure: Must be submitted in two parts: Price and Non-Price.
- Evaluation Factors (descending order): Technical Capability, Past Performance, Veterans Involvement, Small Business Subcontracting Plan (for other than small businesses), and Price.
- The Government intends to award without discussions.
Eligibility & Set-Aside
This acquisition is unrestricted (full and open competition). Specific evaluation credit will be given for eligible Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and Veteran-Owned Small Businesses (VOSB). Other than small businesses are required to submit a subcontracting plan.
Additional Notes
The solicitation incorporates numerous FAR and VAAR clauses. Key attachments include a Quality Assurance Surveillance Plan (QASP), VA Handbook 6500.6 (Rules of Behavior), Wage Determinations, and various inspection/reporting forms. Interested vendors must download the solicitation and any amendments from SAM.gov.