SLED Opportunity · OREGON · WASHINGTON COUNTY

    Forest Grove Site-Based Permanent Supportive Housing: Case Management Services RFP

    Issued by Washington County
    countyRFPWashington CountySol. 245811
    Closed
    STATUS
    Closed
    due Apr 22, 2026
    PUBLISHED
    Mar 23, 2026
    Posting date
    JURISDICTION
    Washington County
    county
    NAICS CODE
    624190
    AI-classified industry

    AI Summary

    Washington County seeks proposals for case management services at a new site-based Permanent Supportive Housing property in Forest Grove, Oregon. The contract will support 45-60 units serving adults experiencing chronic homelessness, focusing on housing stability and behavioral health coordination. Proposals due April 22, 2026.

    Opportunity details

    Solicitation No.
    245811
    Type / RFx
    RFP
    Status
    open
    Level
    county
    Published Date
    March 23, 2026
    Due Date
    April 22, 2026
    NAICS Code
    624190AI guide
    Jurisdiction
    Washington County
    State
    Oregon
    Agency
    Washington County

    Description

    The County is requesting proposals from qualified organizations to provide case management services at a new site-based Permanent Supportive Housing property in Forest Grove, presently owned by the Housing Authority of Washington County and eventually transferred to an LLC or LP. Through this procurement, the County is seeking a site-based Permanent Supportive Housing Case Management Provider (“Supplier(s)”) to contract with the County to operate 45 – 60 site-based permanent supportive housing units serving adult individuals. Proposers who have experience working with Coordinated Care Organization’s (CCOs) and leveraging or billing Medicaid for behavioral health services are highly encouraged to apply.

    Eligible providers are invited to submit a response demonstrating their interest in and qualification for this project by April 15, 2026. The scope of this RFP includes site-based case management services. Proposers should be a provider with the intent and proven ability to provide site-based case management services. The Proposer must be a qualified provider of any Supportive Housing and Services (SHS) component area in Washington County per the Tri County RFPQ qualified providers list.

    To qualify, the provider shall demonstrate experience and expertise in providing case management, wrap-around supports, leveraging clinical services, connecting individuals to clinical services, and ensuring housing stability is reached.

    The PSH program will braid supportive case management services, site-based permanent rent assistance, and site-based resident services to create permanent housing stability for individuals who have experienced chronic homelessness. On-site property management and resident services will be provided through other contracts with HAWC. This procurement is specific to case management services, which will support the households in achieving and maintaining health, mental health, and housing stability with wrap-around support services, service coordination, and referrals to appropriate clinical and community services. Case Management services work in close coordination with the landlord or housing owner, property management and resident services, and the implementation of landlord/tenant responsibilities and procedures to ensure individual support around tenant responsibilities.

    The building location offers access to public transportation, social services, and other community resources. The project is anticipated to open in 2028/9.

    Contract(s) will be issued directly as a result of this RFP process. Following this process, the County will initiate contract negotiations with selected Supplier(s).

    Background

    Washington County has launched an ambitious strategy to build a countywide system of care to address and prevent homelessness through services and supports that lead to housing stability and equitable outcomes.  The partners of this PSH project have participated in the OHCS PSH Institute and will continue to partner with the state agency to develop a PSH program that aligns with their best practices. Additionally, the County including HAWC and DHS intend to partner with OHCS in the development of a new PSH pilot program to specifically serve higher need households transitioning from behavioral health settings.

    This program aims to address the need for the most acute individuals experiencing homelessness, especially chronic homelessness, by pairing case management, rent assistance, and resident services in one location to achieve housing stability.

    Project Details

    • Reference ID: 2026.032-RFP
    • Department: Housing Authority
    • Department Head: Komi Kalevor (Director of Housing)

    Important Dates

    • Questions Due: 2026-04-17T07:00:00.000Z
    • Pre-Proposal Meeting: 2026-03-31T22:00:00.000Z — Homeless Services is inviting you to a scheduled Zoom meeting. Join Zoom Meeting https://us02web.zoom.us/j/88098372184?pwd=OQzz5wK7C9mJGBBTCKRhw17DdMy6Dr.1 Meeting ID: 880 9837 2184 Passcode: 397838

    Addenda

    • Addendum #1 (released 2026-03-23T18:13:59.040Z) —

      Please use the See What Changed link to view all the changes made by this addendum.

    • Official Notice #1: Pre-proposal recording (released 2026-03-31T22:39:37.131Z)
    • Addendum #2 (released 2026-03-27T14:26:14.461Z) —

      Zoom link has been updated. Please use the See What Changed link to view all the changes made by this addendum.

    • Addendum #3 (released 2026-03-31T22:43:04.812Z) —

      Attachments added that are referenced in the RFP. Please use the See What Changed link to view all the changes made by this addendum.

    Evaluation Criteria

    • Page Count (10 pts)

      Proposal was within the page count and conformed to all instruction in regards to submittal.

    • Programmatic Qualifications (20 pts)

      Organization demonstrates sufficient qualifications to provide case management operations in the manner described in this RFP, including the adherence to the Program Manual and required policies and procedures. Organization describes their experience providing case management services to people experiencing chronic homelessness.  Organization describes their experience working onsite with property management and resident service providers, collaborating across other agencies. 

    • Approach (20 pts)

      Organization describes their program model to operate onsite case management to meet the case management requirements and expectations including staffing models, partnerships, and language accessibility plan. Organization’s operations meet programming standards. 

    • Responsive to Participants (20 pts)

      Organization describes their commitment to serving participants represented in the homeless response system in alignment with the Guiding Principles who are experiencing homelessness. Organization describes how they embrace the provision of responsive services with specific examples.

    • Partnerships (20 pts)

      Organization demonstrates their commitment to and track record of partnering with other agencies and organizations to create service alignment and coordination. Organization includes information on any established or potential partnerships that strengthen their ability to deliver case management services, including partnerships that strengthen their ability to meet the participant specific needs of the Washington County community.

    • Budget (20 pts)

      A proposed operations budget is attached, identifying a staffing model and estimation of program delivery costs to operate onsite case management services. The budget addresses the programming that is proposed and describes the budget expenses through their narrative as well as how they will leverage funding. The budget is logical and demonstrates knowledge of case management.

    Submission Requirements

    • Electronic Submittal (required)

      By electronically submitting this response the Supplier attests and certifies that:

      1. Person completing this response represents that I am either authorized to bind the Supplier, or that I am submitting the Response on behalf of and at the direction of the Supplier's representative authorized to contractually bind the Supplier.

      2. I represent that the Supplier or its applicable representative(s) has reviewed the information contained in this Solicitation Package and that the information submitted is accurate.

      3. Respondent agrees that the action of electronically submitting its response constitutes:

      a. an electronic signature on the responses, generally,

      b. an agreement to conduct business electronically,

      c. an electronic signature on any form or section specifically calling for a

      signature, and

      d. an affirmative agreement to any statement contained in the solicitation

      that requires a definite confirmation or acknowledgement.

    • Solicitation Requirements (required)

      Proposer read through and confirm that you met all of the Solicitation requirements?

    • Cooperative Purchasing (required)

      Will the proposer extend pricing and terms to other public agencies?(there is no penalty for not agreeing to extend pricing)

    • Past Employment (required)

      Have you or a member of your staff been an employee of Washington County in the last six months?

    • Oregon Secretary of State Business Registry (required)

      Enter your registry number without dashes or spaces. If you are not currently registered enter N/A. If you are the successful bidder you will be required to register with the Secretary of State in order to contract with the County, per OAR 125-246-0330

    • Tax (required)

      The proposer hereby certifies that they have complied with the tax laws of Oregon and all political subdivision of the State of Oregon, including ORS 305.620 and ORS chapters 316, 317 and 318. Washington County may terminate the contract if contractor fails to comply with any tax laws during the term of the contract.

    • Contact Name, Email, and Phone Number (required)

      Provide the name, email, and phone number for the contact in case of questions, or interview or demonstration arrangements.

    • Proposal Content

      The proposal shall be prepared succinctly, providing a straight forward, concise description of the proposer’s ability to meet the requirements of the RFP. There should be no unnecessary attachments or exhibits.

      Proposal should contain no more than five (5) 8.5" x 11", pages of written material (excluding biographies and brochures which may be included in an appendix) describing the ability of the proposer to perform the work described. The minimum font shall be twelve (12) point single spaced and the minimum margins shall be one (1) inch on all sides.

    • Proposal Content (required)

      Upload your proposal here. After uploading documents responders are encouraged to open and review uploaded documents to verify that they can be opened and are the correct documents before submitting.  If the County cannot open any of the documents submitted the entire proposal will be disqualified. 

    • Separate Cost Proposal (required)

      Confirm that your fee proposal is not attached in your Proposal and is attached separately here.

    • Insurance Requirements

      County insurance requirement can be found under the section titled Attachments. The County may consider reducing insurance for these services. Please upload your Certificate of Insurance (Accord form) to indicate the level of insurance you currently possess.

    • Confidential Information

      Upload all pages or documents containing information exempt from disclosure per the Proprietary Information, Ownership and Use of Documents article of the Terms and Conditions Section.

    • Changes Requested to County Contract Standard Terms and Conditions

      Upload any alterations requested to Washington County's contract standard terms and conditions per the Form of Contract article of the Terms and Conditions Section.

    • Solicitation Awareness (required)

      How did you hear about this opportunity?

    • Pre-Proposal Conference (required)

      Will there be a Pre-Proposal Conference?

    • Please select the options that pertain to this solicitation.
    • Electronic Pricing Table (required)

      Would you like to have bidders respond to an electronic pricing table through ProcureNow?

      Choose this if you want them to provide rates or pricing in a format dictated by you.

    • Separate Fee Proposal Upload (required)

      Will you want your bidder to separate a Price Proposal from the rest of the Response?

    • Page Limit (required)

      Proposal should contain no more than 'Page Limit 8.5" x 11", pages of written material (excluding biographies and brochures which may be included in an appendix) describing the ability of the proposer to perform the work described.

    • Will you be issuing more than one contract? (required)

      Is this a multiple award type solicitation?

    • Term of Contract (required)

      Unless authorized by the Board a contract cannot exceed five years, but there are various ways that contracts can be set up. Please choose your preference. Options 2 - 3 will require amendments to extend the contract at the designated times.

    • What is the Funding Source? (required)
    • Federal Funds (required)

      Will Federal Funds be used to pay part or all of the agreements made under this solicitation

    • Cost/Pricing Model

      What is the expected resulting Contract Type with a selection of "Firm-Fixed-Lump-Sum" Firm-Fixed-Unit-Price", "Cost-reimbursement + Fee/Profit/Incentive" "Mixed/Flexible" would then provide us a clear picture of what the price-proposal or cost-proposal structure needs to be, and this the approriate instructions to the proposer can be provided.

    • Subrecipient/Contractor *Related to Fed Funds only*

      Based on the intended scope of work for the awarded agreement, will the proposer be case as a subrecipient under 2 cfr 200.331

    • Fixed Award Permission *Related to Fed Funds only* (required)

      Do you have prior approval from the federal awarding agency to enter into a fixed awward? Did you inform them of the requirement for them to upload documentation of the pre-approval either from official guidance or from direct communication (email).

    • Beneficiary (required)

      Is this a solicitation for proposals/applications for a beneficiary program?

    Key dates

    1. March 23, 2026Published
    2. April 22, 2026Responses Due

    AI classification tags

    Frequently asked questions

    SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.