SLED Opportunity · CALIFORNIA · CITY OF LAKE FOREST
AI Summary
The City of Lake Forest seeks a qualified firm to provide preventative and unhoused services for its Gap Temporary Housing Program, offering transitional housing and case management for up to 14 days prior to permanent housing move-in.
GAP Housing Services for The City of Lake Forest.
The City of Lake Forest ("City") is seeking a qualified firm to provide preventative and unhoused services for the Gap Temporary Housing Program. The program entails transitional housing through temporary hotel accommodations or other approved accommodations for a period of one day up to and not-to-exceed 14 days prior to an official move-in date. The program requires development of in-house (firm) intake program guidelines, identifying temporary, limited short-term housing providers and limited case management to ensure in-house program requirements are met and permanent housing qualifications are maintained.
About the City
The City of Lake Forest is located in southern Orange County, California, in the area commonly referred to as the Saddleback Valley, with a population of approximately 85,000. It is the County's thirty-first city and the second largest city within the Saddleback Valley, encompassing 16.6 square miles. The City of Lake Forest's fiscal year begins on July 1 and ends on June 30.
The City was incorporated in 1991, operates under the Council/Manager form of government and is considered a contract city. The five members of the City Council are elected by district. They serve staggered four-year terms, with the Mayor being selected annually from among the Council Members. The Council meets on the first and third Tuesdays of each month.
City Hall is located at 100 Civic Center Drive, Lake Forest, California 92630. The telephone number is (949) 461-3400, and the fax is (949) 461-3511. The City website address is http://www.lakeforestca.gov.
Project Description
The City is seeking a qualified firm for the Gap Housing Program to provide preventative and unhoused services for individuals and/or families who have received confirmation of housing but needs transitional housing through temporary hotel accommodations for a period of one day to not more than 14 days prior to the commencement of permanent housing.
The services are expected to be completed within three years from contract award. The City anticipates awarding a contract with an initial term of June 1, 2026 to June 30, 2029 with the option of two one-year contract extensions. If the parties are unable to reach an agreement, the City, at its sole discretion, will not move forward with the renewal option and shall re-procure the work.
The Cost Proposal, either the originally submitted proposal or “revised” proposal, is opened for each firm who has received an average score of at least 60 points after the qualitative review and participated in the oral presentation. The Cost Proposal is valued at 40 points for the firm with the lowest responsive cost. The remaining firms will earn a percentage of the 40 available points based on their cost relationship to the lowest cost proposal. This is calculated by dividing the lowest cost proposal by the cost of the proposal being rated, and then multiplying the results by the maximum points. The result is the awarded points. Cost proposals remain confidential and are not disclosed to proposers during the proposal process.
The Purchasing Coordinator calculates the points for the cost proposal which are included in the final point summary provided to the Department Director to recommend a vendor for contract award.
Please upload your Technical Proposal WITHOUT ANY cost information.
Please upload your Cost Proposal here.
Please complete the following questions to submit key information about your business and relevant to your proposal submission.
Include complete business name including DBA name
Please include the name of the parent company and list any relevant ownership information.
It is also appropriate to list the structure of your business and state of incorporation ( e.g. a California sole-proprietorship, a Minnesota corporation, a Florida Limited Partnership, etc.)
Please include your primary place of business.
Please provide the full name and title of the person responsible for direct contact with the City and the services required for this Request for Proposals.
Please provide the full name and title of the person responsible for day-to-day services in this Request for Proposals.
Please provide a brief description for the type of services performed by the business entity.
Please complete the following required certifications below to complete your proposal submission.
1. The undersigned hereby submits its proposal and, by doing so, agrees to furnish services to the City in accordance with the Request for Proposal (RFP), dated and issued Monday, March 9, 2026, and to be bound by the terms and conditions of the RFP.
2. This firm has carefully reviewed its proposal and understands and agrees that the City is not responsible for any errors or omissions on the part of the proposer and that the proposer is responsible for them.
3. It is understood and agreed that the City reserves the right to accept or reject any or all proposals and to waive any informality or irregularity in any proposal received by the City.
4. The proposal includes all of the commentary, figures and data required by the Request for Proposal, dated and issued Monday, March 9, 2026, including any addenda issued thereafter.
5. This firm has carefully read and fully understands all of the items contained in Section titled: General Requirements. This firm agrees to all of the general requirements except for those disclosed by the firm in project proposal, listed on an attachment.
6. The proposal shall be valid for 180 days from the date submitted to the City.
Please download the below documents, complete, and upload.
Select the most accurate answer below.
This should be brief and similar to a title of your solicitation. It can be a little more detailed but should be kept BRIEF.
This will be released in the description included on emails inviting vendors to the solicitation. You will be able to edit and add to it in the Introduction Section.
If you are working on a specific project, you may list the project name as well as services.
EXAMPLE
Economic Development Consulting Services for the CCA Feasibility Study
For RFQs, please list the name of the services requested only if projects are not yet known and include "(RFQ)" at the end of your description.
EXAMPLE
Municipal Engineering Services (RFQ) for CIP Projects
Insert name of the project or projects you are soliciting services for.
If a Public Project, please include the Project Number as well.
EXAMPLES
Arbor Access Ramp (PW 2019-17)
Community Choice Aggregation (CCA) Feasibility Study
Do not provide a response if you are only contracting for general or regularly occurring services not associated with a project.
EXAMPLES OF EXCEPTIONS
Traffic Engineering Maintenance Services
Planning Services
Landscape Maintenance Services for Passive Parks
Please include the types of services for this project or general services request.
EXAMPLES
Municipal Engineering Services
Traffic Engineering Services
Economic Consulting Services
Financial Auditing Services
The services are expected to be completed within [INSERT # year(s)] from contract award.
The City anticipates awarding a contract with an initial term of [INSERT DATE] to [INSERT DATE].
Please enter the expected START DATE of the resulting contract.
Enter Date in formal format.
If Agreement is to be approved by the City Council, it is usually the date after the City Council Meeting.
Please ensure that there is sufficient time between the date this agreement is drafted and submitted for approval and your projected contract start date. Be realistic with contract start dates; a good rule of thumb is to allow 3-4 weeks to execute the agreement between the time it is drafted and finalized to the time it is executed.
EXAMPLE
Month XX, YYYY
July 1, 2023
Please enter the expected end date of the resulting contract.
Standard Services Agreement term (Maintenance and Professional Services) is usually 3 years.
EXAMPLE
Month XX, YYYY
June 30, 2024
If the City will have the option to extend the agreement beyond the initial term, please select the number of additional one-year terms.
Standard term is 3 year initial term with 2 optional one-year extensions. Deviations from this should be justified and explained in the comments and ultimately in memo or staff report recommending award.
One year initial term with 2 one-year exceptions is common for short term projects or technical studies.
Will there be a mandatory pre-proposal meeting?
Required for all projects or services wherein prevailing wage may apply to any part of the scope of work or services provided.
If you are starting a solicitation without going through the Intake Process, please select "No".
Q (Pre-Bid Meeting): Hello. I attended the pre-bid meeting yesterday, however no one was on the call. Was it re-scheduled?
A: The pre-proposal meeting did take place and was not rescheduled. Please submit any questions you may have.
Q (Temporary Housing Parameters): Could you clarify what types of temporary housing are allowable (e.g., hotels, motels, short-term rentals, or other arrangements), and whether there are any minimum quality or safety standards?
A: Temporary housing should meet the federal guidelines for decent, safe and sanitary housing.
Q (Maximum Length of Stay): If permanent housing placement is delayed beyond 14 days due to circumstances outside of the provider’s control, how should providers proceed? Are extensions or exceptions considered?
A: Extensions and/or exceptions would be on a case by case basis.
Q (Pricing Structure): Because temporary housing costs can fluctuate, is it acceptable to base pricing on an average daily rate rather than a strictly fixed cost?
A: The respondent should make the determination on what would be the best method to determine the cost for your program.
Q (Case Management Expectations): Could you provide a bit more detail on what “limited case management” is expected to include, and whether daily in-person contact is required or if remote check-ins are acceptable?
A: Limited case management is required during the period of time that an individual/family is in temporary housing and is dependent on ensuring the individual/family is in compliant with your established program requirements. The respondent determines the frequency and method for check-ins,
Q (Transportation Costs): Are transportation costs (e.g., rideshare or similar services) expected to be covered by the provider, or reimbursed separately?
A: There should be limited transportation costs required for the individual/family. If necessary, cost would be reimbursed separately with prior approval by the City.
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
AI-powered intelligence for the right opportunities, the right leads, and the right time.