I. INTRODUCTION
A. BACKGROUND
The City of San Diego (City) aims to take action to reduce the number of homeless individuals on the
street and move them into stable housing. On January 29, 2016, the Regional Task Force on the
Homeless counted 5,093 homeless individuals in the City - of those, 2,745 homeless individuals are
living without shelter on the streets, inside their cars, on beaches or in canyons. The San Diego
region has a wide variety of support services available to homeless residents. However, within this
service network, residents may find it difficult to navigate the path toward housing stability. The
City envisions an overall ecosystem which includes a clear pathway to quickly accesses and
maximize available services. Currently, there are limitations on the ability to efficiently target
resources dedicated to support those experiencing homelessness. To support the overall
ecosystem, and leverage the work performed by the Regional Task Force on the Homeless on
coordinated assessment, this Request for Statement of Qualifications (RFSQ) is an initial step
toward the development of Support Service Assessment Centers (SSAC) that function as the entry
points for triage, assessment, on-site services, and beds. The goal of an SSAC is to provide access,
clarity, and individual assessments to ensure that people who are living and sleeping on the street
can quickly access resources based on their individual needs. An SSAC is part of an overall
framework and process for our region to address the challenges of homelessness and housing
affordability. Essential to the SSAC concept is uniformed assessment, information technology,
individual relationship management, and case tracking in an effort to provide accountable services,
while maximizing and integrating existing programs throughout the region. The City is inviting
interested parties to submit proposals demonstrating qualifications to address the need for a wide
range of services for homeless individuals and families through an SSAC. Respondents with
established capabilities, extensive relevant experience, and a creative vision or concept for SSAC
development and operation are encouraged to submit responses to this RFSQ.
The purpose of this RFSQ is to determine the interest of potential proposers, hereinafter referred to
as Respondents, and to establish a pool of prequalified Respondents eligible to submit proposals
in response to a subsequent competitive solicitation in the form of a Request for Proposals (RFP) for
development of the proposed SSACs, as described in more detail in this RFSQ. An additional goal of
this process is to obtain information to further develop the SSAC ecosystem concept as generally
described in this RFSQ.
The City will not award any contract as a result of this RFSQ or on the basis of information received
in response to this RFSQ. The City may, in its sole discretion, consider, utilize, and incorporate
information submitted in response to this RFSQ in a subsequent RFP. At this time, the City intends
to proceed with a subsequent RFP following completion of the RFSQ process; however the City is
under no obligation to issue a subsequent RFP, and that decision will be made in the Citys sole
discretion.
C. SCOPE OF SERVICES
1. General Requirements:
The City is seeking statements of qualifications, and evidence of the ability to satisfy certain
minimum requirements, for development and operation of one or more SSAC facilities to triage,
assess, shelter, and treat homeless individuals and/or families in a clean and safe environment,
with access to supportive services such as on-site temporary shelter beds. In support of such
development and operation, the City anticipates the deployment of $12,500,000 in Community
Development Block Grant Funding (CDBG) as described in more detail below. The City desires to
increase the regional capacity of beds, with a preference for developments that would leverage the
Citys available funding to provide the greatest increase to that capacity. The City also desires the
presence of onsite service providers at the SSACs, and 24/7 hours of operation 365 days a year,
and a program with the end goal of connecting homeless residents to permanent housing
opportunities.
2. Target Population:
The target population is made up of homeless individuals, including, but not limited to: youth,
women, families, couples, single adults and those with additional support and programmatic special
needs (the coordinated assessment system and vulnerability index are established to treat each
person as a single adult). The target population includes people of diverse genders and sexual
orientation, seniors, young adults, families with children, persons with physical disabilities,
persons with substance abuse or mental health issues, formerly incarcerated individuals and
monolingual persons fluent in languages other than English. Persons to be served are those
individuals currently living in places not intended for human habitation (i.e., on the street, in a
vehicle, or tent), anyone wishing to access the shelter system, people who are marginally housed
and those facing the loss of housing. The City is interested in receiving proposals to house all of
these populations, and encourages Respondents to give consideration to how to appropriately do so.
The City seeks information regarding ideas for locating SSAC sites in buildings which are not
currently in use, buildings which have a current use which is related to the provision of services to
the homeless, and non-City-owned buildings. The use of buildings that are accessible to public
transportation are encouraged. The City does not seek information regarding the use of existing
buildings currently housing residential tenants who would have to be either displaced or relocated,
sites with significant environmental issues, or sites where the scope and/or cost of renovations
would be significantly altered by landmark or historic district designations. Respondents may
propose new construction as part of their proposal, with the understanding that CDBG funding may
not be used for the purchase of land or new construction (as opposed to rehabilitation) of the
facility or facilities. CDBG funds may be used for tenant improvements after a new facility is
constructed. Additionally, any proposed facility development will need to comply with any
applicable grant restrictions.
4. Operational Considerations:
If an RFP is issued, operations would commence as soon as possible, and no later than 24 months
after the award of a contract, or immediately upon the completion of renovation of the facility (if
needed). Operations may provide direct and immediate access (e.g. through partnerships) to the
following:
a. Social Services: A method for evaluating, assessing, and triaging homeless individuals
for their specific needs with a tool such as an enhanced Vulnerability Index (VI) & Service
Prioritization Decision Assistance Tool (VI-SPDAT) (to include physical, social, mental, or
behavioral needs) review.
e. Case Management: Each individual participating in the program will have a case
manager. Once the individual is fully ensconced in their program (job training, mental health
support/treatment, substance abuse recovery, parenting support, tools for setting up a balanced and
sustainable independent life, workforce training, physical health treatment, veterans support,
community connections, etc.) their case manager would begin to plan out: 1) their path towards
permanent housing either via the program they are in (if they offer that at the back end) or
additional steps following the in-patient portion of treatment (after care, safe houses and recovery
homes, etc.) in their program; 2) the services they will need as they move toward Permanent
Supportive Housing (PSH); and 3) what types of housing are available and most appropriate for
their situation that will lead them to ultimate success.
h. Building Management: Maintenance of all areas of the facility in a sanitary and safe
condition; maintenance and repair of the facility, including all mechanical systems and
interior/exterior building components.
i. Storage: Limited quantity of items per client; safe lockers or bins required.
l. Other Support Services: child care services, laundry services, shower facilities, 24-
hour access to restrooms, distribution of hygiene/personal items, sharps/needle disposal, telephone
and message services, mail delivery, computer lab, move-in assistance, and permanent housing
placements.
5. Proposed Funding:
Estimated available funding for this project totals $12,500,000 over the next three Fiscal Years
starting in Fiscal Year 2018 as follows.
The City anticipates using CDBG as the source of funding. Therefore, funding for capital costs and
program costs is not interchangeable, and all submittals should reflect applicable CDBG use
restrictions. Furthermore, CDBG rules preclude the City from using the identified capital costs for
new construction. Proposals utilizing CDBG funds identified for capital costs should include
rehabilitation of an existing facility rather than new construction, since CDBG use restrictions
preclude use of these funds for new construction. Other funds not discussed above may also become
available for this project in the future.
Outcome measures include: individuals in residence at the SSAC both at any given time and over
contract period; length of stay; permanent housing placements; service program referrals and
participation; and individuals enrollment into benefit programs. Additional measures may be
established by the City and/or informed by regional efforts during the RFSQ process or at a
subsequent date.
2. Paper Responses. The City will ONLY accept paper responses. Paper responses must
be submitted in a sealed envelope to the Purchasing & Contracting Department (P&C) located at
1200 Third Avenue, Suite 200, San Diego, CA 92101. The Solicitation Number and Closing Date must
be referenced in the lower left-hand corner of the outside of the envelope. Faxed responses will not
be accepted.
https://www.planetbids.com/portal/portal.cfm?companyID=17950
Only written communications relative to the procurement shall be considered. The Citys eBidding
System is the only acceptable method for submission of questions. All questions will be answered in
writing. The City will distribute questions and answers without identification of the inquirer(s) to
all Respondents who are on record as having received this RFSQ, via its eBidding System. No oral
communications can be relied upon in connection with this RFSQ. Separate addenda will be issued
addressing questions or comments that are determined by the City to materially change to any part
of this RFSQ.
4. Citys General Terms and Provisions. Respondents should familiarize themselves with
the Citys General Terms and Provisions, available on the Citys website, as such terms and
provisions will be incorporated by reference into any contract that might result from a subsequent
RFP (if any). The Citys General Terms and Provisions can be accessed from the Citys website at:
https://www.sandiego.gov/sites/default/files/legacy/purchasing/pdf/General%20Contract%20Term
s%20and%20Conditions_021015.pdf
5. Contact with City Staff. Unless otherwise authorized herein, Respondents who are
considering submitting a response to this RFSQ, or who submit a response to this RFSQ, are
prohibited from communicating with City staff or evaluation committee members about this RFSQ
from the date this RFSQ is issued until a contract is awarded.
2. The contents of the submittal must be clear, concise, and complete. Respondents
must submit one bound original and five (5) copies of the original. All printed materials must be
double-sided to the maximum practicable extent.
a. Respondents must complete and sign the RFSQ with an original signature
acknowledging any addenda to this RFSQ. Failure to submit this signed document may result in
rejection of the submittal.
b. Table of Contents. Include a complete and clear listing of headings and pages to allow
easy reference to key information.
C. MINIMUM REQUIREMENTS
In order to be added to the pool of qualified Respondents, Respondents must meet the following
Minimum Requirements:
2. Respondent must hold and at all times maintain current all Federal and State licenses
to perform the required services outlined within their proposal in the State of California.
3. Respondent shall complete and submit with its application a Contractor Standards
Pledge of Compliance Form. This form can be accessed from the Citys website at:
https://www.sandiego.gov/sites/default/files/legacy/purchasing/pdf/Contractor%20Standards%20Form.p
df
6. Respondent must provide its two most recent years of audited financial statements
that include the following:
b. An Unqualified/Unmodified Opinion;
7. If Respondent received CDBG funding from any jurisdiction in the last 3 years, the
respondent must provide a listing of the awards; and disclose any findings of financial issues from
any financial or performance audits, or other programmatic reviews.
Respondent must provide the information described below with their submittal. This
information will not be scored, but Respondents may be deemed nonresponsive if they do not
provide the information requested.
1. Cover Letter. Include a brief letter detailing qualifications and indicating the name,
address, and telephone number of the person(s) authorized to sign for and make representations on
behalf of Respondent. The cover letter should describe the type of services Respondent seeks to
provide.
d. Describe Respondents experience and program used in data collection and analysis.
f. Describe any attributes that distinguish Respondent from others offering similar
services.
a. List by name and title the proposed SSACs staff positions. Provide office location,
phone number, and email address for each. Identify the contact person who will have primary
responsibility and summarize this persons background, expertise, and authority to represent
Respondent.
c. Describe Respondents transfer plan (if any) to other entities, agencies or programs
that will provide a smooth and efficient transition.
a. Describe how funds will be allocated and identify other funding sources to support
the program.
d. Describe ability to sustain SSAC operations after fiscal year 2021 either through
existing financial resources, projected financial resources, or through other means (for example,
applying for additional grants).
E. QUALIFICATION PROCESS
The Citys Purchasing Agent will establish a Committee to review responsive submittals to
determine whether the Respondent satisfies the Minimum Requirements to be added to a pool of
Respondents qualified to bid on a future RFP. The Committee may elect to interview Respondents
for the purpose of gathering additional information. If interviews are conducted, every responsive
Respondent will be offered an opportunity to interview. The interviews will not be scored, nor will
they be part of the Minimum Requirements for becoming part of the pool of qualified Respondents.
F. PLACEMENT IN POOLS
Based on the requirements as stated in this RFSQ, qualified Respondents will be placed in a pool
(Pool) deemed qualified to participate in a subsequent RFP, should one be issued.
Selection from the Pool, if any, will occur in accordance with a subsequent RFP, should the City
decide to issue one. The Pool will be active for five years from the RFSQ Closing Date. The City is not
required or obligated to contract with or provide funding to any member of the Pool.
A Respondent that has been selected to participate in the Pool may be considered for removal from
the Pool at the Citys discretion under the following circumstances:
1. Respondents are required to immediately notify the City of any material change that
may affect the Respondents ability to execute one or more components of their submittal. Any
material change which, in the Citys opinion, significantly reduces Respondents experience,
expertise, capitalization, and/or ability to provide any services described in this RFSQ.
I. RESERVED
J. ACCEPTABILITY OF SUBMITTALS
The City shall determine which Respondents have met the requirements of this RFSQ. Citys
determination that Respondent has failed to comply with any Material Requirement will render the
submittal non-responsive. Non-responsive submittals are not eligible for evaluation or
consideration by the City under this RFSQ; however, the City may waive or permit to be cured minor
irregularities or minor informalities in submittals that are immaterial or inconsequential in nature,
whenever it is determined by the City in its sole discretion to be in the Citys best interest. The City
may reject in whole or in part any and all submittals if such action it is determined in the Citys sole
discretion to be in the Citys best interest.
Goods and Services RFSQ
Effective: November 8, 2016
OCA Document No. 855623_3
Page 9 of 10
K. CITYS UNILATERAL RIGHT
The City reserves the unilateral right to do any of the following if the City determines in its sole
discretion that such action is in the Citys best interests: Cancel this RFSQ, in whole or in part, or
reject all submittals submitted in response to this RFSQ; select a Respondents submittal in whole or
in part; select one or more Respondents; waive or permit cure of minor irregularities; and conduct
discussions with Respondents in any manner necessary to serve the Citys best interests.
Respondent Name:
Address:
Website:
Date Signed: