SLED Opportunity · CALIFORNIA · COUNTY OF SACRAMENTO

    Homeless Outreach, Navigation and Rehousing Services in Unincorporated Sacramento County

    Issued by County of Sacramento
    countyRFPCounty of SacramentoSol. 244192
    Closed
    STATUS
    Closed
    due Apr 2, 2026
    PUBLISHED
    Mar 11, 2026
    Posting date
    JURISDICTION
    County of
    county
    NAICS CODE
    624190
    AI-classified industry

    AI Summary

    Sacramento County seeks qualified agencies to provide homeless outreach, navigation, and rehousing services for unsheltered individuals, leveraging CalAIM benefits and collaborating with community partners to reduce homelessness.

    Opportunity details

    Solicitation No.
    244192
    Type / RFx
    RFP
    Status
    open
    Level
    county
    Published Date
    March 11, 2026
    Due Date
    April 2, 2026
    NAICS Code
    624190AI guide
    Agency
    County of Sacramento

    Description

    1.1 Summary

    The Sacramento County Department of Homeless Services and Housing (DHSH) currently funds outreach and rehousing services for unsheltered homeless individuals located within the County Parkway System and other County designated service areas in unincorporated Sacramento County.  As a continuation of these services, the County is seeking proposals from qualified agencies which will advance the County’s goal of reducing unsheltered homelessness while capitalizing on the comprehensive benefits offered by California Advancing and Innovating Medi-Cal (CalAIM).

     The selected outreach and navigation provider (provider)will connect individuals to supportive services, emergency shelter, interim housing, and permanent housing, and establish a positive relationship with local community organizations, residents and businesses in order to foster a supportive coalition for unhoused individuals in the designated service areas.  Supportive services include but are not limited to:  CalFresh, CalWORKs, General Assistance, services for Former Foster Youth, Medi-Cal, Social Security Income and Veterans Services.  The outreach and navigation provider will assistunsheltered individuals to obtain documents required to receive these services and obtain emergency shelter, interim housing and permanent housing.

    The selected provider will assist unsheltered individuals to secure permanent housing and will leverage other community rehousing services for which the client qualifies for and chooses.  As available, the outreach and navigation provider will also connect unsheltered individuals to a variety of permanent housing resources to accommodate client need and choices, including private housing, subsidized housing, public housing, shared housing, master leasing, licensed board and care, and permanent supportive housing.  Additionally, the selected provider will serve as the lead to manage the referral and intake process for county-funded resources, specifically shelter at a minimum of 150 shelter beds dedicated for individuals experiencing homelessness. 

     Agencies must operate consistently with Core Program principles as detailed in this RFP. Additionally, agencies must be contracted with all four (4) Medi-Cal Managed Care Plans in Sacramento County: Anthem Blue Cross (Anthem), Kaiser Permanente (Kaiser), Health Net, Molina Healthcare (Molina); and have a minimum of one (1) year of experience  providing CalAIM Community Supports (CS) and/or Enhanced Care Management (ECM) services. The funding provided through this RFP shall not be used to supplant funding  and/or existing services currently in place.

    The County is seeking proposals for a program that will engage and serve individuals experiencing unsheltered homelessness in environments not designed for human habitation within the service areas.  The proposed program will connect and provide participants withCalAIM CS and ECM services, other supportive services, interim/emergency shelter  placement and permanent housing.  Proposed programs will include the following elements:   

    1. Strategic provision of services by a provider with a minimum of five (5) documented years of experience in homeless outreach and navigation; and 

    1. Provision of both CS/ECM services with documented one (1) year of experience and current partnership contract agreements with all four (4) MCPs operating within Sacramento County; and 

    1. Demonstration of community leadership and experience in resolving homelessness through shelter placement and street to permanent housing placements; and 

    1. Collaboration with local homeless services providers, faith-based groups, law enforcement, business and community leadership, concerned citizens, and the County.

    Background

    1.2 Background

    Data from the 2024 Point In Time Count (PIT) in Sacramento County shows that at least 6,615 individuals experience homelessness on any given night. Of those, roughly 3,944 are experiencing unsheltered homelessness. Over the last three (3) years, the County has sought to address unsheltered homelessness in unincorporated county through intensive outreach and housing navigation services. 

    The County is seeking qualified proposals that provide a thoughtful and structured approach to servinga minimum of 1,075 unique clients enrolled, receiving an average total of 42,454 services annually.  Proposals should document a plan to maintain caseloads of no more than 40 (forty) unique individuals per outreach worker/navigator receiving intensive case management services, at a time,in accordance with adopted Community Standards (see attachments). 

    Additionally, the outreach and navigation provider will be responsible to manage a referral waitlist which serves as the front door for county-funded shelter resources.  The selected outreach and navigation provider will be expected to serve as the sole-source referral entity for these beds while also managing all related functions, including the responsibility of eligibility assessment, waitlist management, intake scheduling, and intake coordination with the shelter provider. Referrals for these shelter beds are received from law enforcement (LE) partners, including the Sacramento County Sheriff Department’s Homeless Outreach Team (SSD HOT) and County Park Rangers. This waitlist will support placement into minimum of 150 shelter beds currently administered outside of the Coordinated Access System (CAS). 

    Successful proposals will outline how clients will be engaged, scope of services to be delivered, and thoughtful integration of CalAIM, which must include a mechanism for internal referrals and the transition of outreach clients into other agency services. Proposers are encouraged to develop their own scope of work appropriately maintaining no less than 12 FTE for outreach and navigation and provide the administrative capacity to manage the shelter waitlist and front door for a minimum of 150 beds. 

     

    1.3 Contact Information

    Any inquiries or requests regarding this solicitation must be submitted via OpenGov. Contact with unauthorized County personnel during the selection process may result in disqualification.

    Project Contact: 
    Rachel Davidson  
    Human Services Program Planner 

    Procurement Contact: 
    Cheslie Williams 
    Administrative Services Officer II 

    Department: 
    Homeless Services and Housing 

    Department Head: 
    Emily Halcon 
    Director 

    Project Details

    • Reference ID: RFP-DHSH-2026-PURB-RFP-0311
    • Department: Homeless Services and Housing
    • Department Head: Emily Halcon (Director)

    Important Dates

    • Questions Due: 2026-03-26T00:00:00.000Z
    • Answers Posted By: 2026-03-27T22:00:00.000Z
    • Pre-Proposal Meeting: 2026-03-16T17:00:00.000Z — Microsoft Teams meeting Join: https://teams.microsoft.com/meet/26755050043182?p=qfTdQJf4WbjBPRspW1 Meeting ID: 267 550 500 431 82 Passcode: jL6ae7DV

    Evaluation Criteria

    • Program Design & Service Approach (30 pts)
      • Strength, clarity, and feasibility of the proposed service model 

      • Integration of Core Program Principals 

      • Approaches for supporting access to sheltering, temporary and permanent housing, connection to other resources to support increased income, access to basic needs, and stability 

      • Demonstrated ability to engage with local communities to strengthen outcomes for unsheltered community members 

      • Ability to leverage CalAIM services to aid in client stabilization and rehousing navigation and assistance 

    • Organizational Experience & Capacity (20 pts)
      • Demonstrated success implementing similar programs and services 

      • Experience serving unsheltered, chronically homeless or similarly vulnerable populations 

      • Competencies to support individuals living with behavioral health conditions 

      • Adequacy of staffing structure, qualifications, supervision, and training plans 

      • Demonstrated ability to launch and operate within required timelines 

    • Service Delivery Infrastructure & Compliance (20 pts)
      • Capacity for intensive case management and service coordination integrating CalAIM ECM/CS 

      • Demonstrated ability to use HMIS and comply with data and reporting requirements 

      • Strength of safety, grievance policies, incident reporting, and participant rights processes 

      • Operational structure to support integration of CalAIM services and capacity to engage with County identified TA to enhance leveraging of CalAIM over time 

    • Financial Capacity, Budget & Cost-Effectiveness (15 pts)
      • Financial stability and internal controls  

      • Realistic and cost-effective budget aligned with the proposed model  

      • Ability to manage cost-reimbursement contracts  

      • Clear justification of staffing and program costs 

    • References (5 pts)

      Strength of reference from funders or public agencies. Include track record of compliance, clean audits and performance outcomes 

    • Equity, Cultural Responsiveness and Participant Engagement (10 pts)
      • Strategies to ensure culturally responsive, developmentally appropriate services 

      • Plans to engage participant voice, build trust, and support self-determination   

      • Approaches to reducing barriers and ensuring equitable program access 

    • Techinical Review (100 pts)
    • Internal (10 pts)

    Submission Requirements

    • Cover Letter (required)

      Proposers must submit a signed cover letter which includes the following: 

      • Organization Overview 

      • Understanding of Project Needs 

      • Commitment to timeline 

      • Statement that the Proposer’s proposal meets all the RFP requirements 

      • Statement that the Proposer will confirm compliance with state and federal legal requirements, as applicable 

      • Statement of no conflict of interest 

    • Organizational Chart (required)

      Please upload your organization chart including roles relevant to program operations and administration.  

    • Key Staff Resumes (required)

      Please upload resumes for personnel that would be responsible for program oversight and day-to-day management of outreach, navigation, and rehousing services.

    • References (required)

      Proposers must submit at least three references. All references given must have had services rendered by you at the present time or within the last two years. References must be satisfactory as deemed solely by the County. References must be for services similar in scope, volume and requirements to those given in these specifications, terms and conditions. 

      Information to include: 

      1. Company/Agency name. 

      1. Contact person (name and title), must be a person directly involved with the services provided. 

      1. Complete street address. 

      1. Telephone number. 

      1. Type of business and type of service provided. 

      1. Dates of service. 

      The County may contact some or all the references provided to determine the Proposer's performance record for similar services. The County reserves the right contact references other than those provided and to use the information gained from them in the evaluation process. 

    • Proposed Program Budget (required)

      Please use the attached Exhibit C to complete your proposed budget. The budget must be prepared on a cash basis accounting methodology.  

      Evaluators will evaluate the feasibility, cost effectiveness and accuracy of the budget. The Proposer must indicate total amount requested. Please download the below documents, complete, and upload.

      Please download the below documents, complete, and upload.

    • Current Operating Budget (required)

      Please provide the organization's current operating budget (including projected budget for the proposed programs). Proposers must submit a complete organizational operating budget, as well as a complete budget for the proposed program (submitted in the previous question). 

    • Cost Allocation Plan and Budget Summary (required)

      Please provide a summary of the budget being submitted and a description of your cost allocation plan. The narrative should include:  

      • Proposed administrative cost structure 

      • Summary of start-up needs (if any) 

      • Explanation of how costs are reasonable and aligned with proposed scope 

      • Written cost allocation methodology, which includes both direct costs, shared costs, and indirect/administrative costs. 

    • Nondiscrimination Clause/Statement of Compliance (required)

      Proposers must read the Statement of Compliance and Nondiscrimination Clause and sign the below form. The Statement of Compliance form must accompany each proposal to comply with Government Code Section 12990 and California Administrative Code, Title II, Division 4 and Chapter 5. Please download the below documents, complete, and upload. 

      Please download the below documents, complete, and upload.

    • Financial Statements and Accounting System (required)

      In this section you will asked to submit your latest audited financial reports completed by an independent certified public accountant. If the audit is of a parent firm, the parent firm shall be party to the contract. Evidence of solvency and acceptable accounting practices is required. Governmental agencies are exempt from this requirement. 

      Please complete the Financial Assessment sections accordingly. 

      Audited Financial Statements - Past Two Fiscal Years

      Please provide the most recent audited financial statements from past two fiscal years (2024 and 2023). Please include the entire financial audit report provided by your hired CPA, do not exclude any pages. If you were required to have a Single Audit, please provide the past two Single Audit reports in their entirety, do not exclude any pages. 

      Proposers’ audited financial statements must be satisfactory, as deemed solely by County, to be 

      considered for contract award. 

      If an audited financial statement is not available please submit: 

      A federal income Tax Return for the most recently completed calendar year, and; 

      An internally prepared annual financial statement for the most recently completed calendar year. 

    • Past Audit Findings Statement (required)

      Please provide copies of any audit or monitoring reports from any County (including Sacramento County), City, nearby jurisdiction, or other grantors within the last 10 years. Please include the entire report. Do not exclude any pages. If there have been NO audit findings, please provide a signed statement indicating there have been no findings. Signature can be from any Executive Officer of the organization preferably the Chief Financial Officer or equivalent. If there have been audit findings, please provide actions taken to address findings and provide the current status. 

    • Current Major Funders/Contracts (required)

      Please provide a list of current major funders/contracts (public and private). 

    • Contracting Requirements (required)

      The selected Proposer will become a contracted vendor with the County of Sacramento.  Please complete and upload all the appropriate documentation as requested in this section, the selected proposer may be asked for additional documentation once an award has been made in order to be established as a contracted vendor. 

      Read Only Attachments 

      Please download the below read only exhibits and sample agreements. In the next question you'll be asked to complete the acknowledgement of receipt for these items. 

      Please download the below documents, complete, and upload.

    • Certification of Independent Contractor Status (required)

      "I hereby certify that the Contractor/Consultant firm employs five or more full-time employees. “Full-time”, as defined by the Internal Revenue Service, means persons employed for 20 or more hours per week, and excludes temporary employees whose term of employment will be less than one (1) month. This certification satisfies the Internal Revenue Service criteria for treatment of the above-named consultant as an independent contractor, not an employee for tax withholding purposes."

    • Five or More Employees (Exhibit H) (required)

      Please read and sign the Five or More Employees Statement attached and upload once complete.

      Please download the below documents, complete, and upload.

    • Contractor Certification of Compliance, part 1 (required)

      WHEREAS it is in the best interest of Sacramento County that those entities with whom the County does business demonstrate financial responsibility, integrity and lawfulness, it is inequitable for those entities with whom the County does business to receive County funds while failing to pay court-ordered child, family and spousal support which shifts the support of their dependents onto the public treasury.

      Therefore, in order to assist the Sacramento County Department of Child Support Services in its efforts to collect unpaid court-ordered child, family and spousal support orders, the following certification must be provided by all entities with whom the County does business:

      Contractor/Consultant hereby certifies that either:

    • Contractor Certification of Compliance, part 2 (required)

      New Contract/Consultant shall certify that each of the following statements is true:

      a. Contractor/Consultant has fully complied with all applicable state and federal reporting requirements relating to employment reporting for its employees; and

      b. Contractor/Consultant has fully complied with all lawfully served wage and earnings assignment orders and notices of assignment and will continue to maintain compliance.

      NOTE: Failure to comply with state and federal reporting requirements regarding a Contractor's employees or failure to implement lawfully served wage and earnings assignment orders or notices of assignment constitutes a default under the contract; and failure to cure the default within 90 days of notice by the County shall be grounds for termination of the contract. Principal Owners can contact the Sacramento Department of Child Support Services at 1-866-901-3212, by writing to P.O. Box 269112, Sacramento, 95826-9112, or via the Customer Connect website at www.childsup.ca.gov .

       

    • Iran Contracting Act Certification (required)

      (California Public Contract Code, sections 2202-2208)

      When responding to a bid or proposal or executing a contract or renewal for a County of Sacramento contract for goods or services of $1,000,000 or more, a vendor must either:

      1. certify it is not on the current list of persons engaged in investment activities in Iran created by the California Department of General Services (“DGS”) pursuant to Public Contract Code section 2203(b) and is not a financial institution extending twenty million dollars ($20,000,000) or more in credit to another person, for 45 days or more, if that other person will use the credit to provide goods or services in the energy sector in Iran and is identified on the current list of persons engaged in investment activities in Iran created by DGS; or
      2. demonstrate it has been exempted from the certification requirement for that solicitation or contract pursuant to Public Contract Code section 2203(c) or (d).

      To comply with this requirement, please select one of the options below. Please note: California law establishes penalties for providing false certifications, including civil penalties equal to the greater of $250,000 or twice the amount of the contract for which the false certification was made; contract termination; and three-year ineligibility to bid on contracts. (Public Contract Code section 2205.)

      OPTION #1 - CERTIFICATION

      I certify I am duly authorized to execute this certification on behalf of the vendor/financial institution, and the vendor/financial institution is not on the current list of persons engaged in investment activities in Iran created by DGS and is not a financial institution extending twenty million dollars ($20,000,000) or more in credit to another person/vendor, for 45 days or more, if that other person/vendor will use the credit to provide goods or services in the energy sector in Iran and is identified on the current list of persons engaged in investment activities in Iran created by DGS.

      OPTION #2 – EXEMPTION

      Pursuant to Public Contract Code sections 2203(c) and (d), a public entity may permit a vendor/financial institution engaged in investment activities in Iran, on a case-by-case basis, to be eligible for, or to bid on, submit a proposal for, or enters into or renews, a contract for goods and services. If you have obtained an exemption from the certification requirement under the Iran Contracting Act, please select "EXEMPTION" below, and attach documentation demonstrating the exemption approval with your electronic submission.

    • IRS Certification Letter and Business Status (required)

      Please provide the following: 

      1. IRS Certification Letter 

      1. California Secretary of State business status printout 

      These documents are required and will be reviewed to meet the minimum qualifications for evaluation of the Proposal. 

    • Insurance Requirements (Exhibit D) (required)

      The successful proposer shall be required to obtain and maintain insurance according to County requirements, described in Exhibit D attached. Please sign the Proposer's Statement regarding Insurance Coverage located on the last page of this exhibit.  If a proposer currently does not have insurance in the amounts specified in Exhibit D, do not obtain increased coverage before a contract is offered by the County. After proposals are evaluated and a Provider is selected, the proposed Provider must provide an original current certificate of insurance within five working days of the notification of selection and offer of a contract. The certificate of insurance must provide proof of coverage in compliance with standard County insurance requirements as specified in the exhibit. Failure to conform to insurance requirements within this time period shall constitute grounds for termination of contract negotiations. 

      Please download the attached Exhibit D, complete and upload the completed form and provide proof of insurance for the following: 

      • General liability 

      • Workers’ compensation 

      • Professional liability 

      Please download the below documents, complete, and upload.

    • Child Support Ordinance - Required Document* (required)

      Proposers are required to read, complete, sign and date the "County of Sacramento Provider Certification of Compliance Form for those with Court-Ordered Child, Family and Spousal Support" exhibit and complete the "Provider Identification Form", including the Company Name, Company Address and Completed By sections. 

      Please download the below documents, complete, and upload.

    • Debarment and Suspension Certification (Exhibit G) (required)

      Proposers must read and sign the Debarment and Suspension Certification. This certification must accompany each proposal to comply with Code of Federal Regulations, 45 CFR, Part 76.100. County shall verify that Proposer is not listed on the System for Award management site at: www.sam.gov. Executive Order 12549, 7 CFR Part 3017, 45 CFR Part 76 and 44CFR Part 17. 

      Please download the below documents, complete, and upload.

    • SAM.gov Unique Entity ID (UEI) (required)

      Provide your SAM.gov Unique Entity ID (UEI). If your firm does not have a UEI, go to: https://sam.gov/content/entity-registration to obtain one. 

    • Confidential sections of proposal (if applicable)

      The County will treat all information submitted in a proposal as available for public inspection once the County has awarded a contract. If you believe that you have a legally justifiable basis under the California Public Records Act (Government Code section 6250 et. seq.) for protecting the confidentiality of any information contained within your proposal, you must identify any such information, together with the legal basis of your claim in your proposal, and present such information in this section as part of your proposal response package. The final determination of whether the County will assert a proposer's claim of confidentiality shall be at the sole discretion of the County. Click "file upload" below to upload any proposal documents you consider to be confidential documents.

    • Proposed Contract Exceptions

      If proposing any exceptions to the County's Sample Contract, upload a redlined revision of the Sample Contract attached to this solicitation here. Any submissions are for negotiation purposes only.

      If no exceptions are proposed, please skip this question.

    • Provide the full contact name, title, and e-mail of the signatory for your firm. Provide contact information for the contract manager for your firm in order to distribute contract documents, including other recipients requiring a copy, if awarded. (required)

      Signatory: name, title, email

      Contract manager/admin: name, phone, email

    • IRS Form W-9 (required)

      Signed and dated within the pas 12 months. 

    • PaymentWorks Contact (required)

      Please provide the name and e-mail for a finance point-of-contact for your firm that will receive an invitation to complete the vendor registration process on the County's PaymentWorks portal.

      To clarify, if you are set-up with other agencies using PaymentWorks, that information is not available to the County, so you must complete this process for the County.

    • Proposal (without cost proposal) (required)

      Upload your complete Proposal here. Do not include your cost proposal in this section.

    • Cost proposal (separate) (required)

      Please download the below documents, complete, and upload.

    • Evaluation criteria weights (required)

      Do you want to show evaluation criteria scores/weights in the solicitation? This question refers to the points or weights given to each criterion, not the actual scores that the evaluation panel assigns during evaluation.

    • Electronic pricing table (required)

      Are Proposers responding to an electronic pricing table?

      Select "yes" if you are providing a pricing table or template as part of your solicitation.

      Select "no" if you are asking Proposers to submit their own hourly rate sheet.

    • Will the contract amount exceed $1,000,000.00? (required)

      If "yes" Proposers will be required to complete the Iran Contracting Act Certification.

    • Will federal funds be used for this agreement? (required)

    Key dates

    1. March 11, 2026Published
    2. April 2, 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.