Active SLED Opportunity · CALIFORNIA · ORANGE COUNTY - CALIFORNIA

    Rapid Antiretroviral Therapy (ART) Protocol

    Issued by Orange County - California
    countyRFAOrange County - CaliforniaSol. 252258
    Open · 68d remaining
    DAYS TO CLOSE
    68
    due Jul 1, 2026
    PUBLISHED
    Apr 1, 2026
    Posting date
    JURISDICTION
    Orange County
    county
    NAICS CODE
    621498
    AI-classified industry

    AI Summary

    Orange County Health Care Agency seeks licensed hospital emergency departments to develop Rapid Antiretroviral Therapy (ART) protocols for initiating HIV treatment within seven days of diagnosis or re-engagement. This RFA focuses on protocol development, staff training, and workflow integration to improve patient outcomes and linkage to care.

    Opportunity details

    Solicitation No.
    252258
    Type / RFx
    RFA
    Status
    open
    Level
    county
    Published Date
    April 1, 2026
    Due Date
    July 1, 2026
    NAICS Code
    621498AI guide
    Agency
    Orange County - California

    Description

    The OC Health Care Agency (HCA) is seeking applications from licenses hospital emergency departments to develop practical and sustainable protocols to initiate Rapid Antiretroviral Therapy (ART) for people newly diagnosed with HIV or re-engaging in care.

     

    Rapid Antiretroviral Therapy (Rapid ART) Protocol Development is intended to support the development of practical, evidence-based protocols that improve linkage to care for individuals newly diagnosed with HIV and people living with HIV (PLWH) who are re-engaging in care. This RFA solicits protocol development and implementation planning, not direct clinical service delivery.

     

    The goal of this opportunity is to increase and streamline linkage to HIV care in emergency settings by developing a feasible workflow and protocols for providing ART within seven (7) days of diagnosis, disclosure, or re-engagement. Selected applicants will collaborate with the HCA to design patient-centered procedures that can be integrated into existing clinical operations, reduce delays to treatment, and improve patient outcomes.

     

    As of 2024, there were 6,955 PLWH in Orange County who are aware of their HIV status and an estimated 1,706 individuals who remain unaware of their infection. In 2024, 230 individuals in Orange County were newly diagnosed with HIV, and 56 (24%) were concurrently diagnosed with AIDS, indicating prolonged undiagnosed infection prior to testing. Among all PLWH aware of their status, 72.1% achieved viral suppression which is crucial for maintaining health and preventing the transmission of HIV. Additionally, 78.2% received HIV care, and 57.0% were retained in care. For additional local surveillance data, please visit: OChealthinfo.com. OC Health Care Agency | Orange County California - Health Care Agency

    Background

    Rapid ART is the immediate initiation of HIV therapy at the time of diagnosis or immediately upon reengaging in care for PLWH. Early treatment improves health outcomes and reduces HIV transmission. While best practice is to initiate ART within 72 hours, for the purposes of this RFA, “Rapid ART” is defined as initiating ART within seven (7) calendar days of an HIV diagnosis or disclosure of results.

     

    Protocols developed for this RFA shall include:

    • Required staff training topics to support Rapid ART implementation.
    • Roles and responsibilities of all staff involved.
    • Partnerships with HIV care providers to ensure seamless transition to long-term treatment.
    • How access to affordable medications will be ensured, regardless of insurance status.
    • A workflow/diagram showing steps from positive test to medication start.
    • Anticipated barriers and strategies to address them, including referral pathway.
    • How newly diagnosed patients will be identified, engaged, and linked to care immediately.
    • How patients who have fallen out of care will be identified and reengaged.
    • Key topics to cover with patients during Rapid ART initiation (e.g., adherence, side effects, benefits).

     

    Protocol development will include that patients should receive counseling on the importance of daily medication adherence, potential side effects, the benefits of ART and that follow-up appointments should be scheduled within 1-2 weeks to reassess psychosocial needs, address challenges, and provide support services.

     

    Awardees are expected to create evidence-based, streamlined, and practical protocols that integrate Rapid ART into existing emergency department setting workflows, minimize handoffs, and treat initiation of ART as a standard component of care.

    Project Details

    • Reference ID: 042-3003301-KL
    • Department: Health Care Agency
    • Department Head: Veronica Kelley, DSW, LCSW (Agency Director)

    Important Dates

    • Questions Due: 2026-05-08T23:00:00.000Z

    Evaluation Criteria

    • TARGET POPULATION

      Rapid Antiretroviral Therapy (ART) Protocol Development shall be provided to individuals newly diagnosed with HIV, or people living with HIV (PLWH).

       

    • APPLICATION FOCUS AND BACKGROUND

      The County of Orange (County) Health Care Agency is seeking applications from qualified organizations to provide Rapid Antiretroviral Therapy (ART) Protocol.  The primary goal of this program is to

      The OC Health Care Agency (HCA) is seeking applications from licenses hospital emergency departments to develop practical and sustainable protocols to initiate Rapid Antiretroviral Therapy (ART) for people newly diagnosed with HIV or re-engaging in care.

       

      Rapid Antiretroviral Therapy (Rapid ART) Protocol Development is intended to support the development of practical, evidence-based protocols that improve linkage to care for individuals newly diagnosed with HIV and people living with HIV (PLWH) who are re-engaging in care. This RFA solicits protocol development and implementation planning, not direct clinical service delivery.

       

      The goal of this opportunity is to increase and streamline linkage to HIV care in emergency settings by developing a feasible workflow and protocols for providing ART within seven (7) days of diagnosis, disclosure, or re-engagement. Selected applicants will collaborate with the HCA to design patient-centered procedures that can be integrated into existing clinical operations, reduce delays to treatment, and improve patient outcomes.

       

      As of 2024, there were 6,955 PLWH in Orange County who are aware of their HIV status and an estimated 1,706 individuals who remain unaware of their infection. In 2024, 230 individuals in Orange County were newly diagnosed with HIV, and 56 (24%) were concurrently diagnosed with AIDS, indicating prolonged undiagnosed infection prior to testing. Among all PLWH aware of their status, 72.1% achieved viral suppression which is crucial for maintaining health and preventing the transmission of HIV. Additionally, 78.2% received HIV care, and 57.0% were retained in care. For additional local surveillance data, please visit: OChealthinfo.com. OC Health Care Agency | Orange County California - Health Care Agency

       

      Rapid ART is the immediate initiation of HIV therapy at the time of diagnosis or immediately upon reengaging in care for PLWH. Early treatment improves health outcomes and reduces HIV transmission. While best practice is to initiate ART within 72 hours, for the purposes of this RFA, “Rapid ART” is defined as initiating ART within seven (7) calendar days of an HIV diagnosis or disclosure of results.

       

      Protocols developed for this RFA shall include:

      • Required staff training topics to support Rapid ART implementation.
      • Roles and responsibilities of all staff involved.
      • Partnerships with HIV care providers to ensure seamless transition to long-term treatment.
      • How access to affordable medications will be ensured, regardless of insurance status.
      • A workflow/diagram showing steps from positive test to medication start.
      • Anticipated barriers and strategies to address them, including referral pathway.
      • How newly diagnosed patients will be identified, engaged, and linked to care immediately.
      • How patients who have fallen out of care will be identified and reengaged.
      • Key topics to cover with patients during Rapid ART initiation (e.g., adherence, side effects, benefits).

       

      Protocol development will include that patients should receive counseling on the importance of daily medication adherence, potential side effects, the benefits of ART and that follow-up appointments should be scheduled within 1-2 weeks to reassess psychosocial needs, address challenges, and provide support services.

       

      Awardees are expected to create evidence-based, streamlined, and practical protocols that integrate Rapid ART into existing emergency department setting workflows, minimize handoffs, and treat initiation of ART as a standard component of care.

    • Indemnification

      SUBRECIPIENT agrees to indemnify, defend with counsel approved in writing by COUNTY, and hold COUNTY, its elected and appointed officials, officers, employees, agents and those special districts and agencies for which COUNTY’s Board of Supervisors acts as the governing Board (“COUNTY INDEMNITEES”) harmless from any claims, demands or liability of any kind or nature, including but not limited to personal injury or property damage, arising from or related to the services, products or other performance provided by SUBRECIPIENT pursuant to this Contract.  If judgment is entered against SUBRECIPIENT and COUNTY by a court of competent jurisdiction because of the concurrent active negligence of COUNTY or COUNTY INDEMNITEES, SUBRECIPIENT and COUNTY agree that liability will be apportioned as determined by the court.  Neither Party shall request a jury apportionment.

    • ELIGIBILITY TO SUBMIT APPLICATIONS

      To be eligible to submit an application for these services, the applicant must be a [for-profit organization, non-profit organization, community-based organization, specific region or etc.]. [Individuals, government offices or etc.] are not eligible to submit an application.

      In order to be eligible to contract with the County, an individual or entity must not be listed on the current Cumulative Sanction List of the Office of the Inspector General (U.S. Department of Health and Human Services), the General Services Administration’s list of parties excluded from federal programs, or the California Medi-Cal Suspended and Ineligible Provider List. Accordingly, County will not review any application submitted by an individual or entity found to be on any of these lists and the application will automatically be rejected. County will notify the applicant of this determination in writing.

      The County plans to use the following databases to identify individuals and entities that are not eligible to contract with the County:

      It is the sole responsibility of all applicants to verify that they are not on any of these lists prior to preparing and submitting an application in response to this RFA. Correction of any errors found on any of the lists, above, is the sole responsibility of the applicant and must be made prior to submission of the application.

      In addition, in order to be eligible to enter into a contract with the County, an individual or entity must not have any pending charge(s) or conviction(s) for violation of criminal law(s) and/or any sanction(s) or disciplinary action(s) imposed or taken against them by any federal or state law enforcement, regulatory or licensing agency or body, including exclusion from Medicare and Medicaid programs. Accordingly, all applicants must self-disclose with explanation, or deny the existence of this information pertaining to their principals, executives, and managers directly involved with the performance of the services solicited herein in Attachment II. Form C “Applicant Certifications”.

    • Title VI Solicitation Notice (Federal Contract Provision Guidelines Section A5.3.1)

      Title VI Solicitation Notice: The (Title of Recipient), in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 U.S.C. §§ 2000d to 2000d-4), 28 CFR § 50.3, and 49 CFR Part 21, hereby notifies all bidders that it will affirmatively ensure that any contract entered into pursuant to this advertisement, all contractors will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of the owner’s race, color, national origin, sex, creed, age, or disability in consideration for an award.

    • Optional Procurement and Pre-Bid Demographic Survey

      John Wayne Airport (JWA) is requesting information on the racial and ethnic ownership of businesses seeking contractual or business opportunities with the Airport.  Please provide this information in the following online form: https://forms.office.com/g/JDEyLfcptc

      Only one survey response should be submitted per business for each opportunity.  Your assistance in providing this voluntary and anonymous information is greatly appreciated and supports JWA’s measurement of business diversity performance.

    • REJECTION OF APPLICATION(S)

      The County reserves the right to reject any application at any time during the RFA process on the basis of any substantiated actual and/or apparent conflict of interest regarding the performance of the proposed services solicited under this RFA. All applicants must self-disclose any potential and/or actual conflict of interest(s) in Attachment II. Form C “Applicant’s Certifications”. Any applicant submitting an application herein waives any right to object to County’s exercise of this right, now or at any future time, before anybody or agency including, but not limited to, the County Board of Supervisors or any court of competent jurisdiction.

      As soon as the County has determined that an applicant has a conflict of interest as stated herein, County will provide written notification of such conflict and rejection of the application.

      The County also reserves the right to reject any application at any time during the RFA process on the basis of any one or more of the following substantiated grounds:

      1. Evidence of collusion amongst applicants;
      2. Lack of such business skills and/or financial resources necessary and appropriate to successfully operate the services solicited in this RFA, as revealed by either the financial statement or experience statement;
      3. Default on, or unpaid, County debt;
      4. Default on any obligation to County;
      5. Current or past failure to perform to County standards any obligation of a contract with County, as determined by County; and
      6. Ineligible to enter into a contract with the County, as set forth in Section “Applicants’ Eligibility to Contract with County”.

      All applications that are irregular, incomplete, conditional, ambiguous and/or obscure and not minor irregularities and/or immaterial or inconsequential variations from the RFA requirements will be rejected. The County will provide a written notification of the grounds upon which an application is rejected.

    • SERVICES TO BE PROVIDED

      Successful applicants will develop Rapid ART protocols designed for emergency department workflows that enable HIV antiretroviral therapy initiation within seven (7) calendar days of diagnosis or disclosure and minimizes patient handoffs.

      Protocols must include the following elements:

      1. Staffing & Roles

      • Identify all staff involved in Rapid ART.
      • Define each staff member’s role, responsibilities, and availability.
      • Establish a streamlined workflow to reduce handoffs with the patient.

      2.   Required Training

      • List required training topics, who must complete them, and frequency.
      • Training must cover: Rapid ART process, HIV disease basics, medication options, counseling components, psychosocial and cultural considerations, prevention and harm-reduction strategies.
      1. Identification & Engagement of Patients
      • Define how newly diagnosed individuals will be identified (on-site, in other health system settings, or from outside providers).
      • Include reporting frequency, system access, and point-of-contact information.
      • Describe process to engage patients within 72 hours of a reactive test when diagnosed externally.

      4.   Re-engagement of PWLH

      • Explain how the site will identify and reconnect individuals who have fallen out of care.

      5.   Rapid ART Counseling Components

      • Key counseling skills must include disclosure support, medication adherence, medication options, and obtaining sexual and drug-use history.

      6.   Partnerships

      • Describe partnerships with HIV treatment providers and how collaboration will enable timely ART access.

      7.   Workflow/Diagram

      • Provide a step-by-step visual from reactive test to evaluation to medication start date.
      • Must address consent, lab testing (including STI screening), insurance/payment enrollment, linkage to case management/partner services, and (where applicable) follow-up scheduling.

      8.   Barriers & Mitigation Strategies

      • Identify anticipated challenges and how they will be addressed.
      • Include referral resources for support services.

      9.   Clinical Support

            • Describe access to clinical consultation.  
            • List the names and role of a designated Infectious Disease doctor or other appropriately credentialed clinician available to consult for any clinical questions that may arise when starting a patient on ART.

      10. Required Submissions

        • Develop and submit Rapid ART protocols
        • Create an Implementation Plan
        • Create an Evaluation Plan

      Deliverables and timelines are listed below. Applicants should submit a budget (Attachment III) with proposed costs per deliverable. The proposed payment schedule listed below represents estimates and will be negotiated with successfully awarded applicant(s).

       

      Deliverables

      Timelines

      Sample Proposed Costs per Deliverable

      Execute Contract

      Upon Execution of Contract

      $5,000

      Draft Rapid ART Protocol

      Within 90 days of contract execution

      $25,000

      Implementation Plan

      Within 120 days of contract execution

      $10,000

      Evaluation Plan

      Within 150 days of contract execution

      $30,000

      Final Rapid ART Protocol Approved by HCA

      Within 180 days of contract execution

      $30,000

      Optional opportunity: Rapid ART medications*

      After HCA approval of Rapid ART Protocol

      $25,000

      Total “Possible” Award

       

      $125,000

      *Pending available funding, an optional opportunity will be considered for purchasing Rapid ART medications upon successful completion of all deliverables. The purchase of these Rapid ART medications is intended to serve as starter packs for clients to quickly engage in treatment. The amount available is subject to available funding. If requesting the optional opportunity to purchase Rapid ART medications, application must include the anticipated number of clients served and amount of medications to be dispersed.

       

    • Builder's Risk

      The County shall secure and maintain Builder’s Risk insurance upon the entire Work for new construction amounting to 100 percent of the insurable value of that Work. The Builder’s Risk policy shall be written as an All Risk policy, with the exclusion of earthquake and flood risks. The Subrecipient and sub-contractors shall be included as additional insureds for the Builders’ Risk exposures under the County’s policy.

      The Builder’s Risk policy shall not be required to cover any tools, equipment, or supplies, unless such tools, equipment, or supplies are part of the Work being constructed. The Subrecipient shall be responsible for securing and maintaining appropriate insurance on any tools, equipment, or supplies that are not part of the Work being constructed.

      The Subrecipient is responsible for the entire deductible amount for all Builder’s Risk claims against the County’s Builder’s Risk policy. The deductible applies per claim, and the deductible shall not exceed $50,000.00 per claim. Any loss claim under this insurance is to be coordinated with County.

      The County and the Subrecipient waive all rights against each other and the subcontractors, sub-subcontractors, officers, and employees of each other, and the Subrecipient waives all rights against County’s separate contractors, if any, and their subcontractors, sub-subcontractors, officers, and employees for damages caused by fire or other perils to the extent paid by the Builder’s Risk insurance, except such rights as they may have to the proceeds of such insurance. The Subrecipient shall require of its subcontractors and sub-subcontractors by appropriate contracts, similar waivers, each in favor of all other parties enumerated in the preceding sentence.

    • CONTRACT TERM AND FUNDING AVAILABILITY

      The County plans to contract with applicants who meet the requirements of this solicitation to provide the subject services. At the discretion of County, the initial term of the contract(s) resulting from this solicitation may be renewed for an additional term or terms. Any renewal is contingent upon available funding, contractor performance, need for services, and County policies.

      Successful applicants are expected to accept all of the terms and conditions of the attached Model Contract, which contains the contract requirements between the County and the applicant regarding the provision of services solicited under this Request for Applicants (RFA). Any exceptions to the Contract Template must be indicated in the Services Questionnaire.  The selected application will be retained and incorporated into the contract by reference and made part thereof, except for assurances and promises that are unlawful.

      Contract(s) resulting from this solicitation shall be a cooperative Contract and may be utilized by all County of Orange departments.

      The provisions and pricing of any Contract resulting from this solicitation will be extended to other governmental entities.  Governmental entities wishing to use this Contract will be responsible for issuing their own purchase documents, providing for their own acceptance, and making any subsequent payments.  Contractor shall be required to include in any subordinate Contract entered into with another governmental entities pursuant to this Contract, a Contract clause that will hold harmless the County of Orange from all claims, demands, actions or cause of actions of every kind resulting directly or indirectly, arising out of, or in any way connected with, the use of this Contract.  Failure to do so will be considered a material break of this Contract and grounds for immediate Contract termination.  Governmental entities are responsible for obtaining all certifications of insurance, endorsements, and bonds required.  The Parties agree that any other governmental entity utilizing this Contract shall not be deemed to be an agency or employee of County for any purpose whatsoever.  The Contractor is responsible for providing each governmental entity a copy of this Contract upon request.  The County of Orange makes no guarantee of usage by other users of this Contract.

      The Contractor shall be required to maintain a list of the County of Orange departments and governmental entities using this Contract.  The list shall report dollar volumes spent annually and shall be provided on an annual basis to the County, at the County’s request.

      Subordinate Contracts must be executed prior to the expiration or earlier termination of this Contract and may survive the expiration of this Contract up to a maximum of one year; however, in no case shall a subordinate Contract exceed five (5) years in duration.

      The contract(s) awarded through this solicitation is anticipated to be Professional Services. The funding source for these services is HRSA Ending the HIV Epidemic (EHE) funds. Any contract resulting from this solicitation is contingent upon sufficient funds being made available by federal, state, and/or county governments for the term of the contract. The County reserves the right to revise the contract term stated in this solicitation. Start-up funds may be available for these services, with proper justification, Possibly $5,000, and may be used for Initial Execution of Contract.

    • CONTRACT TERM AND FUNDING AVAILABILITY

      The County plans to contract with applicants who meet the requirements of this solicitation to provide the subject services. At the discretion of County, the initial term of the contract(s) resulting from this solicitation may be renewed for an additional term or terms. Any renewal is contingent upon available funding, contractor performance, need for services, and County policies.

      Successful applicants are expected to accept all of the terms and conditions of the attached Model Contract, which contains the contract requirements between the County and the applicant regarding the provision of services solicited under this Request for Applicants (RFA). Any exceptions to the Contract Template must be indicated in the Services Questionnaire.  The selected application will be retained and incorporated into the contract by reference and made part thereof, except for assurances and promises that are unlawful.

      Contract(s) resulting from this solicitation shall be a cooperative Contract and may be utilized by all County of Orange departments.

      The provisions and pricing of any Contract resulting from this solicitation will be extended to other governmental entities.  Governmental entities wishing to use this Contract will be responsible for issuing their own purchase documents, providing for their own acceptance, and making any subsequent payments.  Contractor shall be required to include in any subordinate Contract entered into with another governmental entities pursuant to this Contract, a Contract clause that will hold harmless the County of Orange from all claims, demands, actions or cause of actions of every kind resulting directly or indirectly, arising out of, or in any way connected with, the use of this Contract.  Failure to do so will be considered a material break of this Contract and grounds for immediate Contract termination.  Governmental entities are responsible for obtaining all certifications of insurance, endorsements, and bonds required.  The Parties agree that any other governmental entity utilizing this Contract shall not be deemed to be an agency or employee of County for any purpose whatsoever.  The Contractor is responsible for providing each governmental entity a copy of this Contract upon request.  The County of Orange makes no guarantee of usage by other users of this Contract.

      The Contractor shall be required to maintain a list of the County of Orange departments and governmental entities using this Contract.  The list shall report dollar volumes spent annually and shall be provided on an annual basis to the County, at the County’s request.

      Subordinate Contracts must be executed prior to the expiration or earlier termination of this Contract and may survive the expiration of this Contract up to a maximum of one year; however, in no case shall a subordinate Contract exceed five (5) years in duration.

      The contract(s) awarded through this solicitation is anticipated to be Professional Services. The funding source for these services is HRSA Ending the HIV Epidemic (EHE) funds. Any contract resulting from this solicitation is contingent upon sufficient funds being made available by federal, state, and/or county governments for the term of the contract. The County reserves the right to revise the contract term stated in this solicitation. Start-up funds may be available for these services, with proper justification, and may be used for Initial Execution of Contract.

    • MINOR IRREGULARITIES AND DEFICIENCIES IN APPLICATION(S)

      The County reserves the right at its sole discretion, to accept an application containing a minor irregularity or when a defect or variation is immaterial or inconsequential.

      The County reserves the right to waive any and all minor irregularities in lieu of seeking corrections thereof. All requests for correction of minor irregularities or notification of waiver thereof will be given to applicants in writing.

    • General Insurance Requirements

      A.   Prior to the provision of services under this Contract, SUBRECIPIENT agrees to purchase all required insurance at SUBRECIPIENT’s expense, including all endorsements required herein, necessary to satisfy COUNTY that the insurance provisions of this Contract have been complied with. SUBRECIPIENT agrees to keep such insurance coverage, Certificates of Insurance, and endorsements on deposit with COUNTY during the entire term of this Contract.  In addition, all subcontractors performing work on behalf of SUBRECIPIENT pursuant to this Contract shall obtain insurance subject to the same terms and conditions as set forth herein for SUBRECIPIENT.

            B.   SUBRECIPIENT shall ensure that all subcontractors performing work on behalf of SUBRECIPIENT pursuant to this Contract shall be covered under SUBRECIPIENT’s insurance as an Additional Insured or maintain insurance subject to the same terms and conditions as set forth herein for SUBRECIPIENT.  SUBRECIPIENT shall not allow subcontractors to work if subcontractors have less than the level of coverage required by COUNTY from SUBRECIPIENT under this Contract.  It is the obligation of SUBRECIPIENT to provide notice of the insurance requirements to every subcontractor and to receive proof of insurance prior to allowing any subcontractor to begin work.  Such proof of insurance must be maintained by SUBRECIPIENT through the entirety of this Contract for inspection by COUNTY representative(s) at any reasonable time.

            C.   All SIRs shall be clearly stated on the COI. Any SIR in an amount in excess of fifty thousand dollars ($50,000) shall specifically be approved by the CEO/Office of Risk Management upon review of SUBRECIPIENT’s current audited financial report. If SUBRECIPIENT’s SIR is approved, SUBRECIPIENT, in addition to, and without limitation of, any other indemnity provision(s) in this Contract, agrees to all of the following:

                    1.    In addition to the duty to indemnify and hold COUNTY harmless against any and all liability, claim, demand or suit resulting from SUBRECIPIENT’s, its agents, employee’s or subcontractor’s performance of this Contract, SUBRECIPIENT shall defend COUNTY at its sole cost and expense with counsel approved by Board of Supervisors against same; and

                    2.    SUBRECIPIENT’s duty to defend, as stated above, shall be absolute and irrespective of any duty to indemnify or hold harmless; and

                    3.    The provisions of California Civil Code Section 2860 shall apply to any and all actions to which the duty to defend stated above applies, and SUBRECIPIENT’s SIR provision shall be interpreted as though SUBRECIPIENT was an insurer and COUNTY was the insured.

            E.   If SUBRECIPIENT fails to maintain insurance acceptable to COUNTY for the full term of this Contract, COUNTY may terminate this Contract.

       

      Qualified Insurer

      A.    The policy or policies of insurance must be issued by an insurer with a minimum rating of A- (Secure A.M. Best's Rating) and VIII (Financial Size Category as determined by the most current edition of the Best's Key Rating Guide/Property-Casualty/United States or ambest.com).  It is preferred, but not mandatory, that the insurer be licensed to do business in the state of California (California Admitted Carrier).

              B.    If the insurance carrier does not have an A.M. Best Rating of A-/VIII, the CEO/Office of Risk Management retains the right to approve or reject a carrier after a review of the company's performance and financial ratings.

            C.   The policy or policies of insurance maintained by SUBRECIPIENT shall provide the minimum limits and coverage as set forth below:

    • Civil Rights and Nondiscrimination
      1. General Civil Rights Provisions: In all its activities within the scope of its airport program, the Contractor agrees to comply with pertinent statutes, Executive Orders, and such rules as identified in Title VI List of Pertinent Nondiscrimination Acts and Authorities to ensure that no person shall, on the grounds of race, color, national origin, creed, sex, age, or disability be excluded from participating in any activity conducted with or benefiting from Federal assistance.
        This provision is in addition to that required by Title VI of the Civil Rights Act of 1964.
        The above provision binds the Contractor and subcontractors from the bid solicitation period through the completion of the contract.
      2. Nondiscrimination: In the performance of this Contract, Contractor agrees that it will comply with the requirements of Section 1735 of the California Labor Code and not engage nor permit any subcontractors to engage in discrimination in employment of persons because of the race, religious creed, color, national origin, ancestry, physical disability, mental disability, medical condition, marital status, or sex of such persons. Contractor acknowledges that a violation of this provision shall subject Contractor to penalties pursuant to Section 1741 of the California Labor Code.
      3. Compliance with Nondiscrimination Requirements: During the performance of this contract, the Contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the “Contractor”), agrees as follows: 
        1. Compliance with Regulations:  The Contractor (hereinafter includes consultants) will comply with the Title VI List of Pertinent Nondiscrimination Acts and Authorities, as they may be amended from time to time, which are herein incorporated by reference and made a part of this contract.
        2. Non-Discrimination:  The Contractor, with regard to the work performed by it during the contract, will not discriminate on the grounds of race, color, national origin, creed, sex, age, or disability in the selection and retention of subcontractors, including procurements of materials and leases of equipment.  The Contractor will not participate directly or indirectly in the discrimination prohibited by the Nondiscrimination Acts and Authorities, including employment practices when the contract covers any activity, project, or program set forth in Appendix B of 49 CFR part 21 including amendments thereto.
        3. Solicitations for Subcontracts, including Procurements of Materials and Equipment: In all solicitations, either by competitive bidding or negotiation made by the Contractor for work to be performed under a subcontract, including procurements of materials, or leases of equipment, each potential subcontractor or supplier will be notified by the Contractor of the contractor’s obligations under this Contract and the Nondiscrimination Acts and Authorities on the grounds of race, color, or national origin.
        4. Information and Reports: The Contractor will provide all information and reports required by the Acts, the Regulations, and directives issued pursuant thereto and will permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the Sponsor or the Federal Aviation Administration to be pertinent to ascertain compliance with such Nondiscrimination Acts and Authorities and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish the information, the Contractor will so certify to the Sponsor or the Federal Aviation Administration, as appropriate, and will set forth what efforts it has made to obtain the information.
        5. Sanctions for Noncompliance: In the event of a Contractor’s noncompliance with the nondiscrimination provisions of this contract, the Sponsor will impose such contract sanctions as it or the Federal Aviation Administration may determine to be appropriate, including, but not limited to:
          1. Withholding payments to the Contractor under the contract until the Contractor complies; and/or
          2. Cancelling, terminating, or suspending a contract, in whole or in part.
        6. Incorporation of Provisions: The Contractor will include the provisions of paragraphs one through six in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Acts, the Regulations, and directives issued pursuant thereto. The Contractor will take action with respect to any subcontract or procurement as the Sponsor or the Federal Aviation Administration may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, that if the Contractor becomes involved in, or is threatened with litigation by a subcontractor, or supplier because of such direction, the Contractor may request the Sponsor to enter into any litigation to protect the interests of the Sponsor. In addition, the Contractor may request the United States to enter into the litigation to protect the interests of the United States.
          Upon request by the County, Contractor will provide a copy of each subcontract to demonstrate the above language has been inserted.
      4. Title VI List of Pertinent Nondiscrimination Acts and Authorities: During the performance of this Contract, the Contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the “Contractor”) agrees to comply with the following nondiscrimination statutes and authorities; including but not limited to:
        1. Title VI of the Civil Rights Act of 1964 (42 USC § 2000d et seq., 78 stat. 252) (prohibits discrimination on the basis of race, color, national origin);
        2. 49 CFR part 21 (Nondiscrimination in Federally-Assisted programs of the Department of Transportation—Effectuation of Title VI of the Civil Rights Act of 1964) including amendments thereto;
        3. The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 USC § 4601) (prohibits unfair treatment of persons displaced or whose property has been acquired because of Federal or Federal-aid programs and projects);
        4. Section 504 of the Rehabilitation Act of 1973 (29 USC § 794 et seq.), as amended (prohibits discrimination on the basis of disability); and 49 CFR part 27 (Nondiscrimination on the Basis of Disability in Programs or Activities Receiving Federal Financial Assistance);
        5. The Age Discrimination Act of 1975, as amended (42 USC § 6101 et seq.) (prohibits discrimination on the basis of age);
        6. Airport and Airway Improvement Act of 1982 (49 USC § 47123), as amended (prohibits discrimination based on race, creed, color, national origin, or sex);
        7. The Civil Rights Restoration Act of 1987 (PL 100-259) (broadened the scope, coverage and applicability of Title VI of the Civil Rights Act of 1964, the Age Discrimination Act of 1975 and Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms “programs or activities” to include all of the programs or activities of the Federal-aid recipients, sub-recipients and contractors, whether such programs or activities are Federally funded or not);
        8. Titles II and III of the Americans with Disabilities Act of 1990 (42 USC § 12101, et seq), (prohibit discrimination on the basis of disability in the operation of public entities, public and private transportation systems, places of public accommodation, and certain testing entities) as implemented by U.S. Department of Transportation regulations at 49 CFR parts 37 and 38;
        9. Title IX of the Education Amendments of 1972, as amended, which prohibits you from discriminating because of sex in education programs or activities (20 USC § 1681, et seq).
        10. Contractor is required to insert the above Title VI List of Pertinent Nondiscrimination Acts and Authorities into every subcontract at any tier.  Upon request by the County, Contractor will provide a copy of each subcontract to demonstrate that the above language has been inserted.
      5. Civil Rights Training: Upon request by the County, Contractor is required to disseminate and provide training materials and other information related to Title VI Civil Rights to its staff as specified by the County.
    • PERFORMANCE OBJECTIVES

      Selected applicants shall be required to:

      1. Develop and submit Rapid ART protocol for HCA review and approval.
      2. Develop and submit an Implementation Plan detailing how Rapid ART protocols will be integrated into existing workflows, for HCA review and approval.
      3. Develop and submit an Evaluation Plan to monitor progress, barriers, and lessons learned, for HCA review and approval.

      Preference will be given to applicants that demonstrate strong leadership commitment, cross-departmental collaboration, and a feasible plan to sustain Rapid ART activities after the conclusion of the contract/grant funding.

       

    • STAFFING REQUIREMENTS

      REQUIRED:

      ONE (1) HEALTHCARE PROFESSIONAL - A healthcare professional with experience in delivering HIV clinical services and counseling.

       

      RECOMMENDED:

      ONE (1) SOCIAL WORK/CASE MANAGEMENT PROFESSIONAL

       

      COMPETENCY REQUIREMENTS TO BE INCLUDED IN PROTOCOLS

      Rapid ART protocols should require all staff members to complete the following training, at minimum, prior to the implementation of protocols:

      • ART medication choices and regimens.
      • Cultural issues related to communities affected by HIV.
      • HIV disease process.
      • Rapid ART counseling.
      • Psychosocial issues related to HIV
      • Prevention and harm reduction strategies

       

    • TIME APPLICATIONS WILL REMAIN VALID

      Applications will remain valid for 365 days from the solicitation due date.

    • Commercial General Liability

      Minimum limits and coverage

      Commercial General Liability                                    $1,000,000 per occurrence

                                                                                                  $2,000,000 aggregate

      Required Coverage Forms

      The Commercial General Liability coverage shall be written on occurrence basis utilizing Insurance Services Office (ISO) form CG 00 01, or a substitute form providing liability coverage at least as broad.

      Required Endorsements

      The Commercial General Liability policy shall contain the following endorsements, which shall accompany the Certificate of Insurance:

      1. An Additional Insured endorsement using ISO form CG 20 26 04 13, or a form at least as broad naming the County of Orange its elected and appointed officials, officers, employees, and agents as Additional Insureds, or provide blanket coverage, which will state As Required by Written Contract. 
      2. A primary non-contributory endorsement using ISO form CG 20 01 04 13, or a form at least as broad evidencing that the Subrecipient's insurance is primary, and any insurance or self-insurance maintained by the County shall be excess and non-contributing.

      The Commercial General Liability policy shall contain a severability of interests clause also known as a “separation of insureds” clause (standard in the ISO CG 0001 policy).

    • NON-RESPONSIVE APPLICATION(S)

      Any application which fails to conform to the essential requirements of this RFA, such as specifications, may be rejected as non-responsive.

      The County will provide a written notification of rejecting non-responsive applications, which will state the specific grounds for the rejection. Therefore, it is the sole responsibility of the applicants to ensure their applications are conforming and responsive to all requirements of this RFA.

    • TIMELINE

      Timeline dates are approximations only and do not constitute any commitment or guarantee by the County.

      RFA Released:April 1, 2026
      RFA Q&A Deadline:May 8, 2026, 4:00pm
      Applications Due:June 30, 2026, 4:00pm
      Services Commence:August 3, 2026
    • EVALUATION OF APPLICATIONS AND SELECTION OF PROVIDERS

      The County plans to review all applications received and enter into contract negotiations with applicants that meet all requirements.

      The County has the right to conduct a compensation plan analysis to review and audit all business records and related documents of any and all applicants (including an affiliated or parent company), determine the adequacy, fairness, and reasonableness of the application, and to contact any and all client references.

      The County’s determination as to whether an applicant is qualified and responsive will be based on the information furnished by the applicant in this solicitation, interview(s) with the applicant (if applicable), as well as from other sources determined to be valid by County. Award will not be made until after such investigations, as are deemed necessary, are made by the County regarding the experience and financial responsibility of applicant, which each applicant agrees to permit by submitting its application.

    • FACILITY REQUIREMENTS

      The selected applicant shall maintain a facility that meets the following minimum requirements:

      1.   Licensed hospital emergency department located in Orange County, California, with the ability to conduct HIV testing on-site.

      2. Ability to initiate ART within seven (7) calendar days of HIV diagnosis or disclosure, either directly or through a formal partnership with an HIV treatment provider.

       

       

    • Automobile Liability including coverage for owned, non-owned and hired vehicles

      Minimum limits and coverage

      Automobile Liability including coverage                   $1,000,000 combined

      for owned, non-owned and hired vehicles                 single limit each accident

      Required Coverage Forms

      The Business Auto Liability coverage shall be written on ISO form CA 00 01, CA 00 05, CA 0012, CA 00 20, or a substitute form providing coverage at least as broad.

    • HOMELESS SERVICE SYSTEM PILLARS

      Health Care Agency supports the County's effort to build a responsive System of Care that meets the needs of individuals and families experiencing homelessness by providing access to permanent housing and supportive services.

      The Scope of Work and services outlined are in alignment with the Outreach and Supportive Services Pillar and Housing Pillar from the Commission to End Homelessness Homeless Service System Pillars Report. Health Care Agency and Respondents shall work to implement the principles and commitments of the Outreach and Supportive Services Pillar and the Housing Pillar, as applicable.

      Responent shall upload their completed Homeless Service System Pillars Attestation in the Vendor Responses question.

    • WITHDRAWAL OF APPLICATIONS(S)

      An application may be withdrawn by the applicant or an authorized representative, provided his or her identity is made known and he or she provides a receipt for the application, but only if the withdrawal is made prior to the application due date.

    • QUESTIONS REGARDING THE RFA PROCESS AND REQUIREMENTS

      All questions regarding this RFA are to be posted online via The County’s online bidding system Question and Answer (Q&A) Section and will only be accepted and answered during the Q&A period that lasts until approximately one (1) week prior to the RFA closing date.

      All proposers are expected to thoroughly read through the entire RFA package before posting questions. All participating proposers will simultaneously receive a notification via The County’s online bidding system that a question has been posted related to this RFA and will be available for view by all participating proposers. The County’s responses to the questions asked will be posted as promptly as possible to The County’s online bidding system and will be available for view by all participating proposers.

      The Q&A Section will close on Friday, May 8, 2026 at 4:00 pm Pacific Time. All proposers are encouraged to post any questions regarding the RFA by this deadline. After the close of the Q&A period, bidders may only contact the Procurement Administrator with questions related to uploading proposals to the County’s online bidding system. No other specific solicitation-related questions will be answered.

      It is up to each individual proposer to determine if their organization meets the eligibility criteria stated in the RFA prior to submitting a proposal. The County does not provide any assistance to that effect.

      Proposers are to strictly follow the directions above for questions regarding this RFA. During the entire RFA process, no County representative may be contacted for questions or information regarding this RFA with the exception of the assigned Procurement Administrator, Karen Leland at kleland@ochca.com. Any violation of this direction may be deemed non-responsive with the RFA process and shall form a basis for the rejection of the proposal.

    • Workers' Compensation

      Minimum limits and coverage

      Workers' Compensation                                              Statutory

      Required Endorsements

      The Workers’ Compensation policy shall contain a waiver of subrogation endorsement waiving all rights of subrogation against the County of Orange, its elected and appointed officials, officers, agents, and employees or provide blanket coverage, which will state As Required by Written Contract.

    • Employers Liability Insurance

      Minimum limits and coverage

      Employers Liability Insurance                                   $1,000,000 per occurrence

       

    • GENERAL INSTRUCTIONS FOR SUBMITTAL
      1. Use the Application Preparation Checklist to plan and monitor solicitation application preparation as well as to verify completion of all materials before submission.
      2. Applicant’s application must clearly meet all of the requirements of this solicitation.
      3. Applicants should review all requirements and instructions to ensure that each requirement is met. County shall not be responsible for any oral instructions given by any employees of County in regard to the application instructions, specifications, or application documents as described in this solicitation. 
      4. Applications and requested documents must be electronically uploaded in PDF format, via County’s online bidding system. Hard copy applications will not be accepted.
      5. Allow sufficient time to upload all required files. After the application deadline, County’s online bidding system will not allow any uploads. If all files are not uploaded successfully by the application deadline, your organization’s application will not be accepted.
      6. Provide accurate and honest information. Information that is deliberately inaccurate may prompt an investigative review and will affect the evaluation of the application.
      7. Provide documentation where necessary, including items such as forms, licenses, etc.
      8. If you omit any required information or data, explain why.
      9. Do not include home addresses, home phone numbers, and/or personal email addresses for any employee, volunteer, Board member, etc. in your applications.

      NOTE: Electronic Bids cannot be viewed by County until after the solicitation deadline. If you encounter any problems with your registration, system, bid/proposal submission, or other system issues, please contact OpenGov’s support staff via the live chat option or via email at procurement-support@opengov.com.

    • Network Security & Privacy Liability

      Minimum limits and coverage

      Employers Liability Insurance                                   $1,000,000 per occurrence

       

      Required Endorsements

      The Network Security and Privacy Liability policy shall contain the following endorsements which shall accompany the Certificate of Insurance:

      1. An Additional Insured endorsement naming the County of Orange, its elected and appointed officials, officers, agents, and employees as Additional Insureds for its vicarious liability.
      2. A primary and non-contributory endorsement evidencing that the Subrecipient’s insurance is primary, and any insurance or self-insurance maintained by the County of Orange shall be excess and non-contributing.

      If Subrecipient's Network Security & Privacy Liability is a "Claims-Made" policy, Subrecipient shall agree to the following:

      1. The retroactive date must be shown and must be before the date of the contract or the beginning of the Contract services.
      2. Insurance must be maintained, and evidence of insurance must be provided for at least three (3) years after expiration or earlier termination of Contract services.
      3. If coverage is canceled or non-renewed, and not replaced with another claims-made policy form with a retroactive date prior to the effective date of the contract services, Subrecipient must purchase an extended reporting period for a minimum of three (3) years after expiration of earlier termination of the Contract. 
    • THE COUNTY RESERVES THE RIGHT TO:
      1. Modify this RFA prior to the time applications are due, provided applicants are granted such extensions as necessary to allow sufficient time for submission of applications in response to the modified RFA.
      2. Cancel this RFA at any time, but prior to award of a contract by the Board of Supervisors, in whole or in part, when it is determined that cancellation is in the best interest of the County.
      3. Reject any or all applications.
      4. Reject an application at any time during the RFA process for reasons stated in this RFA or for false information submitted in response to the RFA.
      5. Enter into a contract for all or some of the stated services.
      6. Award single or multiple contracts.
      7. Based on the County’s needs and availability of funds, modify the scope of service described herein, provided applicants are allowed to re-submit modified applications within a reasonable time.
      8. Ask applicants for additional information or documentation.
    • USE OF LOBBYISTS

      The County does not require, and neither encourages nor discourages, the use of lobbyists or other consultants for the purpose of securing business.

    • Technology Errors & Omissions

      Minimum limits and coverage

      $1,000,000 per claims-made; $1,000,000 aggregate

      Required Endorsements

      If Subrecipient's Technology Errors & Omissions is a "Claims-Made" policy, Subrecipient shall agree to the following:

      1. The retroactive date must be shown and must be before the date of the contract or the beginning of the Contract services.
      2. Insurance must be maintained, and evidence of insurance must be provided for at least three (3) years after expiration or earlier termination of Contract services.
      3. If coverage is canceled or non-renewed, and not replaced with another claims-made policy form with a retroactive date prior to the effective date of the contract services, Subrecipient must purchase an extended reporting period for a minimum of three (3) years after expiration of earlier termination of the Contract. 
    • Professional Liability

      Minimum limits and coverage

      Professional Liability Insurance                                 $1,000,000 per claims made

                                                                                                      $1,000,000 aggregate

      Required Endorsements

      If Subrecipient's Professional Liability is a "Claims-Made" policy, Subrecipient shall agree to the following:

      1. The retroactive date must be shown and must be before the date of the contract or the beginning of the Contract services.
      2. Insurance must be maintained, and evidence of insurance must be provided for at least three (3) years after expiration or earlier termination of Contract services.
      3. If coverage is canceled or non-renewed, and not replaced with another claims-made policy form with a retroactive date prior to the effective date of the contract services, Subrecipient must purchase an extended reporting period for a minimum of three (3) years after expiration of earlier termination of the Contract. 
    • Sexual Misconduct

      Minimum limits and coverage

      $1,000,000 per occurrence

      Required Endorsements

      If Subrecipient's Sexual Misconduct is a "Claims-Made" policy, Subrecipient shall agree to the following:

      1. The retroactive date must be shown and must be before the date of the contract or the beginning of the Contract services.
      2. Insurance must be maintained, and evidence of insurance must be provided for at least three (3) years after expiration or earlier termination of Contract services.
      3. If coverage is canceled or non-renewed, and not replaced with another claims-made policy form with a retroactive date prior to the effective date of the contract services, Subrecipient must purchase an extended reporting period for a minimum of three (3) years after expiration of earlier termination of the Contract. 
    • CHANGE OF OWNERSHIP/NAME AND LITIGATION STATUS

      Applicant agrees that if there is a change or transfer in ownership of applicant’s organization prior to the completion of the contract, and the County agrees to an assignment of the Contract, the new owners shall be required under the terms of sale or other instruments of transfer to assume Contractor’s duties and obligations contained in the Contract and complete them to the satisfaction of the County.

      The County reserves the right to immediately terminate the Contract in the event the County determines that the assignee is not qualified or is otherwise unacceptable to the County for the provision of services under the Contract.

    • CONFLICT OF INTEREST

      Applicant shall exercise reasonable care and diligence to prevent any actions or conditions that could result in a conflict with the County interests. In addition to the applicant, this obligation shall apply to the applicant’s employees, agents, and subcontractors associated with the provision of goods and services provided under the Contract. The applicant’s efforts shall include, but not be limited to establishing rules and procedures preventing its employees, agents, and subcontractors from providing or offering gifts, entertainment, payments, loans or other considerations which could be deemed to influence or appear to influence County staff or elected officers in the performance of their duties.

      The County reserves the right to disqualify any applicant on the basis of any real or apparent conflict of interest that is disclosed by the application submitted or any other information available to the County. This disqualification is at the sole discretion of the County. Any applicant submitting an application herein waives any right to object to the County’s exercise of this right, now or at any future time, before anybody or agency including, but not limited to, the County Board of Supervisors or any court of competent jurisdiction.

    • Employee Dishonesty (Client Coverage) 

      Minimum limits and coverage

      (Limit commensurate limit with exposure)

      Required Endorsements
      The County of Orange shall be the loss payee on the Employee Dishonesty coverage. A Loss Payee endorsement evidencing that the County of Orange is a Loss Payee shall accompany the Certificate of Insurance.
    • CONFIDENTIALITY

      California Public Records Act

      Pursuant to California law, all information contained in an application may be public record, subject to disclosure to any member of the public who requests it through the California Public Records Act (CPRA). If it is necessary to include proprietary/trade secret information in a response, the County recommends that the applicant clearly and prominently marks the information believed to fall within such categories.

      Applicant will include a written statement as to the basis for considering the marked pages confidential including the specific harm or prejudice if disclosed and the County will review the material, applicant’s concerns and make an independent determination.

    • Pollution Liability

      Minimum limits and coverage

      $1,000,000 per claims-made, or occurrence

      Required Endorsements
      The Pollution Liability policy shall contain the following endorsements, which shall accompany the Certificate of Insurance:
      1. An Additional Insured endorsement naming the County of Orange, its elected and appointed officials, officers, employees, and agents as Additional Insureds or provide blanket coverage which shall state As Required by Written Contract.
      2. A primary non-contributory endorsement evidencing that the Subrecipient’s insurance is primary, and any insurance or self-insurance maintained by the County shall be excess and non-contributing.

      The Pollution Liability insurance must include coverage for bodily injury and property damage, including coverage for loss of use and/or diminution in property value, and for clean-up costs arising out of, pertaining to, or in any way related to the actual or alleged discharge, dispersal, seepage, migration, release or escape of contaminants or pollutants resulting from any services or work performed by, or behalf of, Subrecipient, including the transportation of hazardous waste, hazardous materials, or contaminants.

      If the Pollution Liability is a claims-made policy, Subrecipient shall agree to the following:

      1. The retroactive date must be shown and must be before the date of the Contract or the beginning of the Contract services.
      2. Insurance must be maintained, and evidence of insurance must be provided for at least three (3) years after expiration or earlier termination of Contract services.
      3. If coverage is canceled or non-renewed, and not replaced with another claims-made policy form with a retroactive date prior to the effective date of the Contract services, Subrecipient must purchase an extended reporting period for a minimum of three (3) years after expiration of earlier termination of the Contract.
    • MODIFICATIONS OF THE RFA

      The County reserves the sole right to interpret or change any provision of the solicitation at any time prior to the application submission date. Any and all interpretations or changes will be in the form of a written addendum, which will be furnished to all applicants through County’s online bidding system. All addendums issued will become part of the solicitation and resultant Contract. Applicants hereby acknowledge their receipt of any addendum by being registered in County’s online bidding system and acknowledge it is the applicant’s responsibility to check for, and read all addendums posted in County’s online bidding system.

      Should such addendum require information not previously requested, the County at its sole discretion, may determine that a time extension is required for the submission of applications, in which case an addendum will indicate the new application submission date.

    • Contractor’s Pollution Liability with NODS (Non-Owned Disposal Sites)

      Minimum limits and coverage

      $1,000,000 per claims-made, or occurrence

      Required Endorsements

      The Contractor’s Pollution Liability policy shall contain the following endorsements, which shall accompany the Certificate of Insurance:

      1. An Additional Insured endorsement naming the County of Orange, its elected and appointed officials, officers, employees, and agents as Additional Insureds, or provide blanket coverage which shall state As Required by Written Contract.
      2. A primary non-contributory endorsement evidencing that the Subrecipient’s insurance is primary, and any insurance or self-insurance maintained by the County shall be excess and non-contributing.

      The Pollution Liability insurance must include coverage for bodily injury and property damage, including coverage for loss of use and/or diminution in property value, and for clean-up costs arising out of, pertaining to, or in any way related to the actual or alleged discharge, dispersal, seepage, migration, release or escape of contaminants or pollutants resulting from any services or work performed by, or behalf of, Subrecipient, including the transportation of hazardous waste, hazardous materials, or contaminants.

      If the Subrecipient’s Pollution Liability policy is a claims-made policy, Subrecipient shall agree to the following:

      1. The retroactive date must be shown and must be before the date of the Contract or the beginning of the Contract services.
      2. Insurance must be maintained, and evidence of insurance must be provided for at least three (3) years after expiration or earlier termination of Contract services.
      3. If coverage is canceled or non-renewed, and not replaced with another claims-made policy form with a retroactive date prior to the effective date of the Contract services, Subrecipient must purchase an extended reporting period for a minimum of three (3) years after expiration of earlier termination of the Contract.
    • Contractor Screening

      Throughout the term of this Contract, Contractor shall not be listed on any state or federal exclusionary rosters, listed below. County may screen Contractor on a monthly basis to ensure Contractor is not listed on the exclusionary rosters, listed below.  If Contractor or its employee(s) are found to be included on any of the rosters indicated below, Contractor shall be deemed in default of its obligation under this Paragraph and shall constitute a cause for County to exercise its right to terminate this Contract immediately.  County, in its sole discretion, may afford Contractor an opportunity to cure said default within a reasonable time.

       

      1. United States Department of Health and Human Services, Office of Inspector General (OIG) List of Excluded Individuals & Entities (LEIE) (http://exclusions.oig.hhs.gov)
      2. General Services Administration (GSA) System for Award Management (SAM) Excluded   Parties List (http://sam.gov)
      3. State of California Department of Health Care Services Medi-Cal Suspended and Ineligible Provider List (County Health Care Agency Internal Database)
    • Garagekeepers Legal Liability

      Minimum limits and coverage

      $1,000,000 per occurrence, $2,000,000 aggregate

      $1,000,000 per occurrence Including On-Hook Coverage (ONLY include On-Hook coverage if towing is involved)

      Required Coverage Forms

      The Garage Liability policy shall be written on Insurance Services Office (ISO) form CA 99 37 13, or a substitute form providing liability coverage at least as broad.  Coverage shall apply on a Direct Primary basis and include Comprehensive and Collision Coverage.

    Submission Requirements

    • Does your organization accept the terms and conditions of the attached Model Contract? (required)
    • If no, explain why and identify which section(s): (required)
    • Does your organization have the experience and ability to complete the proposed deliverables in Section II.B. of this solicitation? (required)
    • If yes, how many years of experience? (required)
    • Does your organization have the capacity to develop Rapid ART protocols as outlined in this RFA?
    • Is your organization prepared to offer ART?
    • If not, do you plan to establish, or do you have established partnerships to connect patients to ART within seven (7) days of diagnosis?
    • If yes and you plan to establish partners, please identify potential partnerships.
    • If you have established partners, please identify partnerships.
    • Identify any challenges you foresee in developing protocols and/or thereafter implementing Rapid ART services and outline the necessary steps to overcome these barriers. (required)
    • Though the intent is to compensate applicant(s) based on the cost of each deliverable noted in Section II.B.10, please indicate how many full-time employees will be required to develop Rapid ART service protocols? (required)
    • What is one innovative strategy your organization can propose and will implement to re-engage patients who have fallen out of care and should restart on ART? (required)
    • Does your organization have the experience and ability to meet the Performance Objectives in Section of this solicitation? (required)
    • Does your organization’s facility meet the requirements in Section II.E. of this solicitation? (required)
    • If no, explain why. (required)
    • If yes, please confirm by attaching copy of said licensure to this RFA. (required)
    • Is the applying organization a licensed hospital emergency department located in Orange County, California? (required)
    • Upon successful completion of Rapid Art protocols and ability to implement, as indicated in Section II.B. above, funding may be available for the purchase of Rapid ART medications for starter packs. How much funding is requested by your organization to purchase medications? (required)
    • Please provide justification/rationale for the calculation of your requested amount. (required)
    • Upon successful development of Rapid ART Protocols, does your organization plan to implement and sustain Rapid ART services and workflow improvements? Please describe potential integration into existing operations, partnerships, or alternative funding sources. (required)
    • Contractor Safety (required)

      Contractor shall comply with County’s Safety and Loss Prevention Policy and Procedure #306 (“Contractor Safety Responsibilities”) and submit a copy of its Injury and Illness Prevention Program (IIPP) and Contractor Safety-Activity Checklist to the designated County Procurement staff as part of the solicitation and/or contract process. Contractor will notify County Project Manager of any revisions to the Safety-Activity Checklist and will provide a new Safety-Activity Checklist upon County request. The IIPP shall comply with California Code of Regulations, Title 8, Section 1509 or 3203 (whichever applies). Contractor shall submit other safety programs that pertain to the type of job that will be performed on site. County reserves the right to conduct inspections and audits as necessary for the purpose of evaluating any aspect of safety performance under this Contract.

      Do not include the information below in the contract – for internal information only.
      Please note public facing links included in this paragraph for contractors to access are as follows:
      • Contractor Safety Responsibilities - https://bit.ly/3ayTivx
      • Contractor Safety Activity Checklist - https://bit.ly/3FK0t2n

    • Safety Data Sheets (SDS) (required)

      Contractor is required to provide a Safety Data Sheet (SDS) compliant with California Code of Regulations, Title 8, Section 5194, for each hazardous substance that is provided, used or created as part of the goods or services provided by Contractor to County. The SDS for each substance must be sent to either the County Project Manager, as specified in the “Notices” provision of this Contract, or to the place of shipment or provision of goods/services.

    • Homeless Service System Pillars Attestation (required)

      Please download the below documents, complete, and upload.

    • The Levine Act: County of Orange Campaign Contribution Disclosure (required)

      The Levine Act compliance is a minimum submittal requirement of this solicitation. 

      Please complete and sign the County of Orange Campaign Contribution Disclosure Form attached hereto. A proposer’s failure to provide a completed and signed copy will render its proposal as incomplete and nonresponsive. 

      It is the supplier's responsibility to update the County should any new reportable activity occur between initial disclosure and award.

    • SAM.gov Confirmation (required)

      Please upload a printout from SAM.gov to confirm that your company currently has no active exclusions. The printout must be no greater than seven (7) calendar days prior to the due date of this bid.

    • Unique Entity Identifier Number (UEI) (required)

      The County requires a valid UEI number with active registration status.  Your company may obtain one at no cost at https://sam.gov/entity-registration. 

    • California Secretary of State registration - active and in good standing (required)

      Please upload your active certificate from the California Secretary of State.

      CA Sec. of State Verification Link = https://bizfileonline.sos.ca.gov/search/business

    • D-U-N-S Number (required)

      Please provide your company's DUNS number. 

      The County requires a valid D-U-N-S number prior to Contract Award. If needed, your company may obtain one at no cost at www.dnb.com.  If you are unable to provide/obtain a D-U-N-S number, please indicate so in lieu of the number.

    • Federal Taxpayer ID Number: (required)
    • California Department of Justice, Office of Attorney General active registration (required)

      Please provide your active (registration status is current) 

      • RCT Registration Number
      • Renewal/Expiration Date

      DOJ Verification Link - https://rct.doj.ca.gov/Verification/Web/Search.aspx?facility=Y

    • Minimum Submission Requirements (required)
    • Vendor Type (required)

      This will update the Vendor Type field within Insurance and Indemnification section.

    • General Liability Minimum Limits (required)
    • Automobile Liability Minimum Limits (required)
    • Employers Liability Minimum Limits (required)
    • Workers Compensation Liability Minimum Limits (required)
    • Additional Insurance Policies? (required)
    • Network Security & Privacy Liability Minimum Limits (required)
    • Professional Liability Minimum Limits (required)
    • Technology Errors & Omissions Minimum Limits (required)
    • Employee Dishonesty (Client Coverage) Minimum Limits (required)
    • Sexual Misconduct Minimum Limits (required)
    • Pollution Liability Minimum Limits (required)
    • Does Builders Risk apply to the model contract of this project? (required)
    • Garagekeepers Legal Liability with Direct-Primary Coverage Minimum Limits (required)
    • Contractor’s Pollution Liability with NODS Minimum Limits (required)
    • Garagekeepers Legal Liability with Symbol 29 (Non-Owned Autos) Minimum Limits (required)
    • Vendor Pricing (required)

      How do you want to receive pricing from vendors for this project?

    • Will this Project Require Evaluation Criteria/Committee (required)
    • Does this solicitation require any of these? (required)
    • Type of Contract (required)
    • Name the type of Funding Source for this project (required)
    • Start-up funds ____ available for these services... (required)

      Select one to fill in the blank.

    • Include Start-up Fund Amount? (required)
    • Start-up fund amount (required)

      Answer format: $XX.XX or N/A

    • Enter what the start-up funds may be used for (required)
    • Start of Services Date (required)
    • The selected applicant shall be required to meet performance objectives by_____________. (required)

      Enter the date here.

    • Written protests must be sent to: (Name of Entity) (required)

      Enter name of entity

    • Written protests must be sent to: (Dept Name of Entity) (required)

      Enter the department name of entity

    • Written protests must be sent to: (Mailing Address, Line 1) (required)

      Enter the first line of the entity's address.

      Example: 400 W Civic Center Drive, 3rd floor

    • Written protests must be sent to: (Mailing Address, Line 2) (required)

      Enter the second line of the entity's address.

      Example: Santa Ana, CA 92701

    • Target Population for this project (required)
    • Name of Required License or Certification for each staff member allocated to the program (required)
    • Name of Required Facility License (required)
    • Name of Facility Certification (required)
    • Reimbursement Rate (required)

    Key dates

    1. April 1, 2026Published
    2. July 1, 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.