Original Opportunity #: RFPQ-76-2021
Issued by: Multnomah County
View Original: Load in New Window
s Due Date: Mar 17, 2021 4:00PM (Pacific Daylight Time) add to calendar
Status: closed
Posted: Feb 18, 2021

Description

AMENDMENT 1 - CHANGE CLOSING DATE TO MARCH 17, 2021. SEE AMENDMENT 1 IN Q&A BOARD FOR ADDITIONAL CHANGE.PRE-PROPOSAL CONFERENCE There will be a non-mandatory virtual pre-proposal conference for this Solicitation on February 26, 2021 at 10:00 am PST. To join via Google Hangouts: https://meet.google.com/asp-uboi-rnp Join by phone ‪(US) +1 641-632-2409 PIN: ‪944 384 671# Attendance is:  Non-Mandatory INSTRUCTIONS: ITEMS TO SUBMIT AS SUPPLIERS ATTACHMENTS FOR THIS RFPQ: Proposal Your Proposal must be a Word or pdf document; computer generated or typewritten, single-spaced, space-and-a-half or double spaced, formatted for 8.5” x 11” paper. All pages should be numbered. Margins should be at least ½ inch on all sides. Font size can be no smaller than 12 points. Proposals using smaller font sizes or smaller margins may be rejected. Submit your proposal response and upload in the "Supplier Attachment" section of the Sourcing Event. Please label with your agency’s name. Proposal page limit is 6 pages. This equates to not more than 3 sheets of paper that are printed on both sides, or 6 pages printed on only one side. We recommend that you not use cover sheets or any extra materials as these will count as pages. Only 2 files can be submitted - the proposal and the optional Appendix 1(see below). Excess pages will be removed and will not be evaluated. If Proposer has a formal partnership or partnerships such as MOUs, QSOAs or letters of commitment, etc., upload these as a Supplier Attachment in the Sourcing Event. This document does not count towards the page limits and should be labeled as Appendix 1 Partnership Agreements. SERVICE DESCRIPTION, FUNDING AND CONTRACTING INFORMATION PURPOSE AND OVERVIEW The Joint Office of Homeless Services (JOHS), on behalf of the City of Portland and Multnomah County, is seeking proposals from organizations that are interested in providing Alternative Shelter services. Proposals should be from community-based organizations (CBOs) interested in creating alternative shelter opportunities for people experiencing unsheltered homelessness in Multnomah County. This procurement involves a minimum two-stage qualification process with follow on optional stage if needed. STAGE 1:  SUPPLIER AND SOLUTION RESEARCH STAGE (UNSCORED) The first stage of this RFPQ is Supplier and Solution Research. Information gathered as a result of this stage may assist the County in the construction of any potential following stages or sourcing events or alternative contracting processes and provide the County knowledge of available services or products in the marketplace. There shall be no monetary exchange or contract resulting from this stage. The County intends to identify potential suppliers and solutions in this stage, refine requirements and opportunities available in the industry for the solution described in this sourcing event.  This stage is unscored and the County will require an indeterminate amount of time to review responses, develop additional requirements and determine next steps.  During the review, the County may request clarification or may request additional information as further steps of research. In Stage I of the qualification process, CBOs interested in developing and operating Alternative Shelter programs will submit a project proposal that outlines specific aspects of the proposed shelter program, as identified in the Proposal Evaluation and scoring section of this RFPQ.  Only COBs who submit proposals in this stage will be eligible to respond to Stage II.  STAGE II: QUALIFICATION FOR ALTERNATIVE SHELTER SERVICES Stage II will invite only CBOs who submitted proposals and met the  minimum requirements in Stage I. CBOs who are qualified through Stage II to provide components of Alternative Shelter will be eligible to contract for those services with JOHS at any time over the five (5) year Contract Period. Specific project proposals received in Stage I will be considered solely as a means to qualify entities; this RFPQ process will not be used to select specific proposals for funding. Contract awards will be determined through a separate allocation process. INTRODUCTION AND PROGRAM HISTORY On any given night, more than 2,000 people live unsheltered in neighborhoods throughout Multnomah County.  They may be sleeping in a tent, in a vehicle, in an abandoned building, under an overpass, in a park, or on the sidewalk with little more than a blanket and a tarp. The unsheltered population is disproportionately made up of People of Color, and a significant majority of those who are unsheltered report having significant mental health conditions and/or addiction disorders. With COVID 19 causing further economic crisis for many of our lowest income households, the number of unsheltered people is likely to rise even further in the coming year. While our community has significantly expanded congregate shelter capacity over the past five years, and has invested in alternative shelter strategies as well, there is a need for more and more diverse shelter offerings. Recently, there has been a surge in interest among faith organizations, neighborhood associations, advocates, and members of the unsheltered community to help be part of the sheltering solution. The purpose of this RFPQ is to embrace those calls and to use public resources to facilitate the realization of those community-driven solutions to our need for additional and more diverse shelter offerings. GOALS, VALUES AND OTHER IMPORTANT CONSIDERATIONS Joint Office of Homeless Services History Like other communities across the country, our area has experienced significant increases in homelessness and decreases in housing affordability over the last decade. The Joint Office of Homeless Services (JOHS) was established in 2016 to oversee the delivery of services to people experiencing homelessness in Multnomah County in an effort to increase system efficiency and better respond to community needs. The JOHS represents a shared commitment between Multnomah County and the City of Portland to expand services and make those services easier to access for those in need. Staff of the JOHS administer contracts for services, manage systems of care, oversee system reporting and evaluation, conduct homeless street counts and one night shelter counts, and write proposals to and monitor funds issued by the U.S. Department of Housing and Urban Development’s Continuum of Care, as well as other state and federal funding programs. These operations affect the lives of tens of thousands of adults, youth, and families experiencing homelessness in Multnomah County. The JOHS is guided by the shared values and common agenda of the A Home for Everyone partners. In 2014, the City of Portland, Multnomah County, Home Forward, and the City of Gresham joined with others to invest in A Home for Everyone (AHFE) and develop a comprehensive strategy for addressing homelessness. AHFE unites elected officials and people who have experienced with leaders from the faith, philanthropy, business and nonprofit communities around a shared vision and carefully chosen strategies in housing, employment, health, and emergency services. The AHFE plan can be found at https://ahomeforeveryone.net/. A Home for Everyone The vision of A Home for Everyone (AHFE) is that no person should be homeless, and that everyone needs a safe, stable place to call home. AHFE supports policy development in conjunction with Multnomah County, the City of Portland, the City of Gresham and Home Forward, and is staffed by the Joint Office of Homeless Services. This RFPQ is grounded in the following AHFE guiding values and principles: Prioritize vulnerable populations Promote racial and ethnic justice Use data‐driven assessment and accountability Engage and involve the community Strengthen system capacity and increase leveraging opportunities The long‐standing solutions to prevent and end homelessness transcend available resources and multiple systems of care – foster care, domestic violence, community justice, health, mental health and addictions. To permanently end homelessness, we must strengthen efficiencies in our current system and better align other resources towards ending homelessness. CULTURALLY SPECIFIC SERVICES Culturally specific services are services provided by and for specific populations based on their particular needs, where the majority of members/clients are reflective of that community. These programs use language, structures and settings familiar to the culture of the target population to create an environment of belonging and safety in which services are delivered. Culturally specific organizations typically refer to organizations with a majority of members/clients from a particular community. Culturally specific organizations also have a culturally focused organizational identity and environment, a positive track record of successful community engagement, and recognition from the community served as advancing the best interests of that community. These definitions describe the organizational and programmatic elements intended to eliminate structural barriers and create environments that ensure safety and belonging. Multnomah County strongly encourages the participation of Culturally Specific Service provider organizations, Minority-Owned, Women-Owned, Emerging Small Businesses, and Service Disabled Veteran in providing these services. TARGET POPULATION SERVED The target population is people experiencing unsheltered homelessness in Multnomah County, with a focus on People of Color who are overrepresented in the homeless population, people with significant behavioral health conditions, people from the LGBTQIA communities, and people living in parts of the County underserved by shelter. FUNDING In order to encourage the expansion of alternative shelter options, the JOHS has proposed a total of $3 million to support alternative shelter projects. We anticipate that up to $2.0 million will be made available to support the one-time set-up costs of alternative shelter projects, and $1.0 million will be allocated to support ongoing shelter operating and program expenses. These sums will only make a meaningful impact on the amount of alternative shelter if, as intended, they leverage substantial community-level investments of space, materials, labor and funding. In addition to providing limited financial support, the JOHS will provide technical assistance to successful proposers to address legal, programming and other issues that may arise, and will have some capacity to assist with site identification for proposers that do not yet have a site for the shelter program that they envision. The JOHS is working with public landowners to identify potential sites that could be assigned to successful proposals. Funding of the work described in this RFPQ is not guaranteed. Fluctuations in funding year to year should be expected. The County cannot assure that any particular level of work will be provided and the contract will permit the County to add or remove work as necessary depending on availability of funding. SCOPE OF SERVICES Proposers may offer any of a wide range of shelter options as alternatives for people sleeping unsheltered and unsanctioned in public spaces in the City of Portland and Multnomah County (e.g. ‘villages’, safe parking programs, modular shelters, etc.). Any proposal that demonstrates that the shelter program suggested will be an improvement for participants over sleeping unsheltered in unsanctioned public spaces will be considered. However, proposals should demonstrate the relationship between the benefits to participants of the proposed program and the costs of creating and maintaining the program. Alternative shelter programs may involve the use of outdoor and/or indoor spaces, permanent and/or temporary structures. Although a shelter program does not have to put a time limit on how long someone may stay, every shelter must be understood to be a temporary living situation that offers safety, stability, and support to facilitate successful transitions to permanent housing. PROPOSAL EVALUATION AND SCORING Stage I of this RFPQ is unscored and the County will require an indeterminate amount of time to review responses, develop additional requirements and determine next steps.  During the review, the County may request clarification or may request additional information as further steps of research. Follow-on stages of this RFPQ will require evaluation of proposals received be conducted comprehensively, fairly and impartially. Structured quantitative scoring methods will be used to maximize the objectivity of the evaluation. Additional information for evaluation will be provided in Stage II. Although not scored proposals for stage I are encouraged to include: A description of how the Community Based Organization (CBO) will be responsible for supporting/operating the shelter program. Include their experience/expertise with serving the proposed participant population and operating similar shelters. Provide a description of the physical attributes of the shelter, including: (a)  the approximate size (e.g. ¼ block parcel, or 10,000 sq. ft. building, etc.); (b)  the location (e.g. specific address, or neighborhood); (c)  the type or types of structures that will be used for sleeping (e.g. church dining hall, vehicles, modular buildings, sleeping pods, etc.); (d) the structures that will be used for other services - hygiene, meeting spaces, etc.; (e) the utilities and other site improvements that are anticipated to be needed. Provide a description of the essential elements of the proposed shelter program and how they were developed: (a) the guiding values & objectives of the program; (b) who will be prioritized for the shelter; (c) how many people will be served at one time; (d) the requirements/expectations for participation (e.g. engaged in treatment, or low-barrier); (d) the basic safety/hygiene services, and transition service offerings for participants (if any); (e) the staffing model for the program; (e) any identified legal obstacles to the proposed program; and (f) the engagement that was done, in particular with people with lived experience, to develop the program. Provide a description of outreach that has been done and support that exists for the shelter proposal from organizations, especially those located in the area of the proposed shelter. Respondents are encouraged to include letters of support from as broad a range of stakeholder organizations as possible, including CBOs, neighborhood organizations, local business associations, etc. If you are attaching any supporting documents, please label as Appendix 1 and upload in the Suppliers Attachment section. Provide a description of the anticipated budget for the project, including any costs associated with: (a) site acquisition; (b) site preparation; (c) purchase/preparation of physical structures & start up supplies (e.g. cots, blankets, etc.); (d) annual site operations costs (utilities, maintenance, supplies, rent, insurance, etc.); (c) annual programming costs, including CBO administration, shelter staffing, support services costs etc.  This section should identify which of the budgeted costs will be covered by non-governmental resources, and what assistance will be needed from local governments Provide a description of the readiness to proceed, and a projected timeline to opening of the shelter program.  In regards to the culturally specific services described in the Goals, Values, and other Important Considerations, describe how your organization recognizes cultural diversity in the programs and services you provide. FISCAL REQUIREMENTS AND REPORTING Fiscal requirements and reporting will be included in Stage II. CONTRACT NEGOTIATION Contract negotiation information will be included in Stage II. CONTRACT AWARD AND ALLOCATION PROCESS This is a formal, competitive, Request For Programmatic Qualifications (RFPQ) process as provided for under the authority of County Administrative rule PUR-1. No contracts will be issued as a result of this RFPQ process. All Proposers seeking to provide services must submit a proposal in Stage II and any optional Stages and receive a minimum of 70% of the total points possible in order to qualify. Our intent is to establish a pool of qualified CBOs who will be eligible for potential contract awards or determine if a pilot project approach to these services would be needed. There is no limit on the number of CBOs that may be qualified under this RFPQ process. ALLOCATION PROCESS Entirely separate from this qualification process the JOHS will initiate and award requirements contracts to those qualified providers who demonstrate the desired experience, skills, proficiency, certifications and area of specialty. The County reserves the right to qualify additional suppliers for these services, as it deems necessary. All qualified suppliers will be added to one vendor pool, from which contracts will be awarded through the allocation process. CONTRACT TERM This RFPQ will qualify shelter providers for a period of up to five (5) years. Qualified Providers will remain eligible for contract awards during this period. JOHS reserves the right to withdraw this RFPQ at any time, reissue a subsequent RFPQ, or terminate the resulting contracts, if any, at any time. COMPENSATION AND METHOD OF PAYMENT Compensation and Payment information will be included in Stage II. COOPERATIVE PURCHASING   Not used for this solicitation. INSURANCE REQUIREMENTS The table below reflects the minimum insurance required of a Contractor to provide this service. Additional insurance coverage may be required depending on the key features of service delivery chosen by the Contractor. Final insurance requirements will be subject to negotiation between and mutual agreement of the parties prior to contract execution. Minimum insurance requirements: TYPE OF INSURANCE AMOUNT PER OCCURRENCE AGGREGATE Commercial General Liability $1,000,000 $1,000,000 $2,000,000 Workers Compensation - Required - MINIMUM REQUIREMENTS At the time of proposal submission, Proposers must meet the following minimum requirements. Failure to provide any of the required documents or meet any of the below requirements shall result in rejection of the proposal. The Proposal response must be received by Multnomah County Purchasing no later than 4:00 P.M. local Portland time on the proposal submission deadline. Proposer Representations and Certifications The Proposer must certify that they agree to the Proposers Representation and Certification terms in the Prerequisite page of the Sourcing Event.

Attachments

This project has the following solicitation documents. You will need to visit the agency's original website to download these documents.

Bid Document File Size Notes

For Questions or Additional Information, Contact:

No contact listed

Solicitation Change History

Changes to This Listing:

Change
Mar 4, 2021
Mar 4, 2021

About Multnomah County

We partner with COBID (Certification Office for Business Inclusion & Diversity) to ensure that supplier diversity is practiced and is a priority in our purchasing and contracting. Supplier Diversity means we are proactive in encouraging or mandating the use of COBID Certified Firms for contracts or subcontracts with the County.


You can read more about our contracting equity here.


Share: