SLED Opportunity · OREGON · WASHINGTON COUNTY

    Request for Programmatic Qualifications Supportive Housing Services

    Issued by Washington County
    countyRFIWashington CountySol. 234383
    Closed
    STATUS
    Closed
    due Apr 6, 2026
    PUBLISHED
    Feb 9, 2026
    Posting date
    JURISDICTION
    Washington County
    county
    NAICS CODE
    624190
    AI-classified industry

    AI Summary

    Washington County and Clackamas County seek organizations to provide supportive housing services for people experiencing or at risk of homelessness. This RFPQ qualifies suppliers for contracts starting fiscal year 2026-27, focusing on outreach, shelter, housing stabilization, and wrap-around supports, prioritizing culturally specific and community-based providers.

    Opportunity details

    Solicitation No.
    234383
    Type / RFx
    RFI
    Status
    open
    Level
    county
    Published Date
    February 9, 2026
    Due Date
    April 6, 2026
    NAICS Code
    624190AI guide
    Jurisdiction
    Washington County
    State
    Oregon
    Agency
    Washington County

    Description

    Washington County, in cooperation with Clackamas County, is requesting proposals from organizations to provide Supportive Housing Services to people experiencing homelessness or at risk of homelessness in Washington and Clackamas counties. (All references to Clackamas County in this solicitation include both Clackamas County and the Housing Authority of Clackamas County.)

    This work will be funded through resources from the regional ballot measure that was passed by voters in May 2020 to create a tri-county Supportive Housing Services (SHS) Program. SHS tax revenue is distributed by Metro to Clackamas, Multnomah and Washington counties to invest in local strategies to meet the needs in their communities. The three county governments work in partnership with nonprofit service providers and community-based organizations to implement a continuum of services that help people find and keep stable homes.

    The SHS Program serves people experiencing prolonged homelessness with complex disabilities, as well as people experiencing short-term homelessness or at risk of homelessness. The program is guided by a commitment to center the needs of communities and populations that are disproportionately impacted by housing instability and homelessness. All SHS services are expected to be delivered in a manner that is responsive to the needs of different communities, low barrier, and ensures equal access and outcomes. Culturally specific programs and services are prioritized.

    This joint cooperative procurement seeks to qualify organizations (“Suppliers”) to contract with Washington and Clackamas Counties (and the Housing Authority of Clackamas County) to provide services to support implementation of key components of the Supportive Housing Services Program, including:

    • Outreach and engagement
    • Shelter and transitional housing
    • Connections to stable housing
    • Supportive housing stabilization services
    • Wrap-around supports

    This Request for Programmatic Qualifications (RFPQ) is intended to qualify a pool of Suppliers eligible to contract with Washington County and Clackamas County to provide these services beginning in fiscal year 2026-27 and beyond.

    The Counties seek to qualify a range of Suppliers with varied backgrounds and areas of expertise that they can partner with to build a regional system of care, including, but not limited to:

    • Culturally specific organizations
    • Community-based service providers
    • Affordable housing owners and operators
    • Outreach organizations
    • Shelter and transitional housing providers
    • Behavioral health and community health providers
    • Providers of wrap-around services and supports
    • Faith-based organizations

    No contracts will be issued directly as a result of this RFPQ process. The intent is to qualify Suppliers to be eligible for selection through separate allocation processes to enter into contracts with individual Counties for specific services. Suppliers can choose which of the two Counties they would be interested in contracting with for each service type.

    The RFPQ process will be used to identify organizations that currently provide these services as well as organizations that do not currently provide these services but are interested in doing so. It is assumed that some organizations will need capacity building and technical assistance supports as part of their expansion to deliver SHS services.

    Suppliers that are selected under this RFPQ may be qualified for five (5) years, beginning in June 2026 and lasting through June 2031. During that time period, Suppliers will be eligible to be selected through allocation processes implemented by each County for contracts to provide specific SHS services. Any contracts awarded through the Counties’ initial allocation processes will begin on or after July 1, 2026. Additional contracts may be awarded through subsequent allocation processes during the five-year qualification period. All contracts will end on or before June 2031.

    Applicants: Organizations that previously qualified for the Tri-County SHS Supplier Pool through procurements issued prior to 2025 are required to renew their qualifications in order to be eligible to contract with Washington County and/or Clackamas County beginning in fiscal year 2026-27. Organizations that qualified for the Tri-County SHS Supplier Pool through the RFPQ issued by Multnomah County in 2025 do not need to renew their qualifications. Those organizations are listed in Attachment B. Organizations that have not qualified through previous procurements are also encouraged to apply.

    Background

    Like many areas across the country, the greater Portland metro region is experiencing a homelessness and housing crisis. Thousands of households in the tri-county region experience homelessness each night, and tens of thousands more are at risk of losing stable housing. In May 2020, voters in Washington, Clackamas and Multnomah counties passed a ballot measure to fund a new Supportive Housing Services Program to address this growing crisis. The measure was developed by a broad coalition of culturally specific organizations, community service providers, business leaders, housing advocates and elected officials with the goal of building on investments from the 2018 Regional Affordable Housing Bond and other recent initiatives.

    The Supportive Housing Services Program provides services for households experiencing prolonged homelessness with complex disabilities, and households experiencing short-term homelessness or at risk of homelessness. The program is guided by a commitment to center the needs of communities and populations disproportionately impacted by housing instability and homelessness.

    The program directly funds Clackamas, Multnomah and Washington counties to invest in local strategies to meet the needs in their communities, guided by Local Implementation Plans developed through extensive community engagement processes. Within each county, implementation is led by designated agencies: Washington County’s Department of Housing Services; Clackamas County’s Housing and Community Development Division and the Housing Authority of Clackamas County; and Multnomah County’s Homeless Services Department.

    Recognizing that coordination and shared responsibility are required to effectively meet the needs of people experiencing and at risk of homelessness across the region, the Counties are working together to enhance and expand the region’s system of care. This RFPQ is intended to expand the pool of Suppliers who can partner with Washington County and/or Clackamas County in delivering programs and services to achieve the Supportive Housing Services Program’s overall goals in alignment with each county’s Local Implementation Plan.

    Project Details

    • Reference ID: 2026.023-RFPQ
    • Department: Housing Services
    • Department Head: Komi Kalevor (Director of Housing)

    Important Dates

    • Questions Due: 2026-03-30T23:00:24.593Z
    • Pre-Proposal Meeting: 2026-02-19T18:00:29.861Z — Zoom Meeting: https://us02web.zoom.us/j/84320092814?pwd=sKViXbJLBCng3r69sCFhtXsfA17NRs.1 Meeting ID: 843 2009 2814 Passcode: 696927 A recording of the session as well as a written summary of all questions and answers will be made available through the OpenGov procurement portal for those unable to attend.

    Addenda

    • Official Notice #1: Recording of PreProposal (released 2026-02-19T20:11:18.797Z)
    • Addendum #1 (released 2026-03-23T19:44:44.569Z) —

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

    Evaluation Criteria

    • Additional Information or Section if needed

      Additional Information or Section if needed

    • Deadline Disclaimer

      It is the responsibility of the bidder to upload and submit electronic bids before the deadline date and time approaches as posted on the County's Procurement Portal. Allow for a sufficient amount of time for the bid entry/document upload process in order to ensure timely submission.

      Some people are experiencing problems with the Internet, so make sure that all documents are uploaded as soon as possible well in advance of the deadline. The County's Procurement Portal will close promptly at the deadline date and time…no exceptions are allowed.

    • Additional Information or Section if needed

      Additional Information or Section if needed

    • Additional Information or Section if needed

      Additional Information or Section if needed

    • Project Details, Scope of Work and Proposal Instructions

      See Attachment A ("2026 Supportive Housing Services RFPQ") for a detailed overview of the project, scope of work, all requirements, proposal instructions, terms and conditions, and information on the evaluation criteria and selection process.

    • Clarifications

      The County reserves the right to obtain clarification at any point in regards to a proposal or to obtain additional information necessary to properly evaluate a proposal. Failure of a Proposer to respond to such a request for additional information or clarification could result in rejection of their proposal. After evaluation has occurred multiple firms will be identified that are qualified to provide the services to the County. The County reserves the sole right to determine the qualified proposals. A notice of intent to award will be published.

    • Laws and Regulations
      1.  The proposer is assumed to be familiar with all Federal, State, County or City laws or regulations, which in any manner affect those engaged or employed in the work or the materials or equipment used or which in any way affect the conduct of the work, and no pleas of misunderstanding will be considered on account of ignorance thereof. If the proposer shall discover any provision in these specifications or project information, plans or contract documents which is contrary to or inconsistent with any law or regulations, they shall report it to County in writing.
      2. All work performed by the contractor shall be in compliance with all Federal, State, County and local laws, regulations and ordinances. Unless otherwise specified, the contractor shall be responsible for obtaining applicable permits and licenses.
    • Precedence of Proposal Documents

      The order of precedence of documents is as follows:

      • Instructions to Responders
      • Contract Terms & Conditions (from attached sample contract)
      • Terms and Conditions
      • Project Details/Scope of Work
    • Allocation Process

      The allocation process may include refence checks. Proposers may be selected for interviews during the allocation process.

      Questionnaires may be sent to references by Washington County or contacted by telephone. Secondary references may also be contacted.

    • Recycled Materials and Sustainable Products and Processes
      1. Contractor is encouraged to use recycled and recyclable products to the maximum extent economically feasible during the performance of the Contract.
      2. Washington County prefers materials or supplies manufactured from recycled materials if the recycled product is available, and it meets the requirements set forth in the Specifications.
      3. Washington County supports and encourages the use of sustainable products by the Contractor. To contribute to a clean environment for present and future generations, Contractor shall utilize sustainable products to the maximum extent feasible during the performance of this Contract.
    • Communication

      Communication regarding this solicitation between a potential or actual Proposer and any Washington County staff, other than Procurement Division staff, is prohibited from the time the Request for Programmatic Qualifications (RFPQ) is advertised until the award of contracts to the proposer(s) selected.

    • Interviews

      Top scoring proposers may be selected for interviews. If oral interviews are determined to be necessary, the scores from the written proposals may be considered preliminary. Final scores may be determined based on the points assigned to the interview process aloeor a combination of the two scores.

    • References

      The County reserves the right to check references on all quailfying proposers.

      Questionnaires may be sent to references by Washington County or contacted by telephone. Secondary references may also be contacted.

    • Deadline Disclaimer

      It is the responsibility of the bidder to submit electronic bids before the deadline date and time approaches as posted on the County's Procurement Portal.

      Some people are experiencing problems with the Internet, so make sure that all documents are uploaded as soon as possible well in advance of the deadline.

    • Proprietary Information, Ownership and Use of Documents
      1.  All documents submitted to the County shall become public records, subject to disclosure, unless otherwise protected pursuant to the Oregon Public Records Law.

      2. The County is subject to the Oregon Public Records Law (ORS 192.311 to 192.478), which requires the County to disclose all records generated or received in the transaction of County business, except as expressly exempted in ORS Chapter 192, or other applicable law. Examples of exemptions that could be relevant include trade secrets (ORS 192.345 (2)) and computer programs (ORS 192.345(15)). The County will not disclose records submitted by a Proposer that are exempt from disclosure under the Public Records Law, subject to the following procedures and limitations:

      3. The entire proposal cannot be marked confidential, nor, shall any pricing be marked confidential.

      4. All pages containing the records exempt from disclosure shall be marked “confidential” and segregated in the following manner:
        1. It shall be clearly marked in bold and on each page of the confidential document.
        2. It shall be kept separate from the other proposal documents in a separate file upload.
        3. Where this specification conflicts with other formatting and response instruction specifications, this specification shall prevail.
      5. Where such conflict occurs, the Proposer is instructed to respond with the following: “Refer to confidential information enclosed.” This statement shall be inserted in the place where the requested information was to have been placed.

      6. Proposers who desire that additional information be treated as confidential must mark those pages as “confidential”, cite a specific statutory basis for the exemption, and the reasons why the public interest would be served by the confidentiality. Should a proposal be submitted as described in this section no portion of it can be held as confidential unless that portion is segregated as described above.

      7. Notwithstanding the above procedures, the County reserves the right to disclose information that the County determines, in its sole discretion, is not exempt from disclosure or that the County is directed to disclose by the County’s Attorney, the District Attorney or a court of competent jurisdiction. Prior to disclosing such information, the County will notify the Proposer. If the Proposer disagrees with the County’s decision, the County may, but is not required to enter into an agreement not to disclose the information so long as the Proposer bears the entire cost, including reasonable attorney’s fees, of any legal action, including any appeals, necessary to defend or support a no-disclosure decision.
    • Period Proposal Validity

      All proposals shall remain firm for a period of 180 calendar-days after date specified for receipt of proposals.

    • Copies of Proposal Documents

      Documents obtained from sources (such as directly from other contractors) other than the County's Procurement Portal are not valid proposal documents. It is the proposer's responsibility to ensure they are following a particular project on the Procurement Portal in order to receive notification of all addenda as well as additional relevant information.

    • Rights of the County

      The County expressly reserves the following rights:

      1. To waive irregularities in the proposals submitted.
      2. To cancel the procurement or reject any proposals or portions thereof in accordance with ORS 279B.100.
      3. To base awards with due regard to quality of services, experience, compliance with specifications, proposal response, and other such factors as necessary in the circumstances.
      4. To make the award to any proposer whose proposal, in the opinion of management and the Board, is in the best interest of the County.
      5. To negotiate contract terms and conditions.
    • Qualifications/References/Responsible Proposer
      1. Qualifications of proposers will be evaluated when determining the award. Proposers may be required to produce acceptable personal, business, and credit references and completed examples of previous work of a similar nature.
      2. The County reserves the right to investigate references and to consider the past performance of any proposer with respect to its performance of similar projects, compliance with specifications and contractual obligations, its completion or delivery of services on schedule, and its lawful payment of employees and workers whether or not specifically listed by the proposer. 
      3. Before awarding a contract, the County shall determine that the apparent successful proposer has met the requirements of responsibility outlined in ORS 279B.110.
    • Pre-Proposal Conference

      1. Statements made by County’s representative(s) at the pre-proposal conference are not binding upon the County unless confirmed by written addendum. 2. The purpose of the pre-proposal conference is to offer the prospective proposers an opportunity to ask questions and clarify RFPQ content and instructions to ensure proposals submitted meet the criteria. 3. To guarantee the most appropriate use of time, proposers are expected to review the RFPQ before the pre-proposal conference. Questions regarding the project/proposal information will be discussed at the pre-proposal conference.

    • Acceptance, Rejection and Cancellation of Award

      Washington County reserves the right to accept or reject any or all proposals received as a result of this RFPQ and to negotiate with any qualified proposer(s) for all or part of the requested goods and services. All proposals become the property of the County. This RFPQ does not commit the County to award a contract(s) or to pay any costs incurred by respondents. Washington County reserves the right to cancel this qualification process at any time before execution of any contracts that may result from this qualification process if cancellation is deemed to be in the County's best interests. In no event shall the County have any liability for the cancellation of the qualification process. All costs of the proposal process, interviews, contract negotiations, and related expenses are the responsibility of the proposer. Awarding of any contracts as a result of this qualification process is subject to budget approval, appropriation and budgetary constraints.

    • Questions and Answers

      Enter all questions regarding the meaning or intent of the solicitation into the questions area of the solicitation in the Procurement Portal.

    • Social Equity
      1. In order to promote economic growth, the County seeks to maximize the participation of diverse consultants, partners, contractors, and suppliers throughout the duration of the project.
      2. Working in a way that promotes the empowerment of individuals, organizations, and communities most affected by inequities is a practical method of achieving equity. The County wants to integrate empowering equity strategies that allow for authentic voice to be heard and ultimately represented in decisions from this delivery of service.
      3. The County values the community as a whole and calls out those providing and receiving services should have a positive economic impact from the delivery of services that is long term and positively changes our hierarchical systems to incorporate those who are most affected by inequities.
      4. It is the County’s desire to create full and equal access to opportunities for all people that enable them to attain their full potential. We pay particular attention to the development of income and wealth for communities most affected by inequities.
    • Award Recommendation

      The list of qualified suppliers will be posted on the Procurement Portal at least seven (7) days before the awarding of any contracts to qualified suppliers. See PROTESTS AND JUDICIAL REVIEW OF CONTRACT AWARD below for protest of award.

      The decision by the Board or the County Administrator to award any contracts to qualified suppliers shall constitute the final decision of the County to award the contracts.

    • Specification Protest Process

      Delivery: A proposer must deliver a protest of specifications to the County in writing no later than seven (7) calendar days prior to the proposal due date as follows:

      Specification Protest

      Proposal#: 2026.023-RFPQ

      Washington County Purchasing Division

      ATTN: Purchasing Manager

      155 North First Avenue, Suite 270 MS 28

      Hillsboro, Oregon 97124-3072

      Content: A proposer’s written protest must include:

      A detailed statement of the legal and factual grounds for the protest; description of the resulting prejudice to the proposer; and a statement of the form of relief requested or any proposed changes to the specifications.

      County Response: The County may reject without consideration a proposer’s protest received after the deadline established for submitting protest. The County shall provide notice to the applicable proposer if it entirely rejects a protest. If the County agrees with the proposer’s protest, in whole or in part, the County shall either issue an addendum reflecting its determination or cancel the solicitation.

      Extension of Closing: If the County receives a written protest from a proposer in accordance with this rule, the County may extend closing if the County determines an extension is necessary to consider the protest and to issue addenda, if any, to the solicitation document.

      Judicial review of the County’s decision relating to a specification protest shall be in accordance with ORS 279B.405.

    • Inspection of Proposals

      Subject to the provisions of the Oregon Public Records Law, all proposals received will be available for public inspection after the notice of intent to award has been published. Proposals will be provided via an electronic link. Copies of material from proposal files may be obtained from the Washington County Purchasing Division upon payment of a charges based upon the current County Fee Schedule. Prepayment is required for providing materials from the proposal files.

    • County Rights

      The County reserves the right to modify this schedule at the County's discretion. Proper notification of changes to the due date will be made to all parties that have received the proposal from the Procurement Portal.

    • Protests and Judicial Review of Contract Award

      Purpose. The award by the Washington County Board of Commissioners of any contract shall constitute a final decision of the County to award the contract if no written protest of the award is filed. A proposer may protest the award of a contract, or the intent to award of a contract, whichever occurs first, if the conditions set forth in ORS 279B.410(1) are satisfied. A proposer must file a written protest with the County and exhaust all administrative remedies before seeking judicial review of the County's contract award decision. Delivery. A proposer must deliver a written protest to the Washington County Purchasing Manager within seven (7) days after issuance of the notice of intent to award the contract. Content of Protest. A proposer’s written protest shall specify the grounds for the protest to be considered pursuant to ORS 279B.410(2). Proposer may not protest the content of specifications in an award protest. Proposers may protest only deviations from laws rules, regulations, or procedures including procedures set out in this RFPQ. Disagreement with the scoring by the Selection Committee is not a basis for protest. Protests must specify the grounds for the appeal including the specific citation of law, rule, regulation, or procedure upon which the protest is based. County Response. The County shall not consider a proposer’s contract award protest submitted after the timeline established for submitting such protest. The County shall issue a written disposition of the protest in a timely manner as set forth in ORS 279B.410(4). If the County upholds the protest, in whole or in part, the County may in its sole discretion either award the contract to the successful protestor or cancel the procurement or solicitation. The County shall not consider any protest against award based on the content of specifications. Judicial Review. Judicial review of the Board’s or its designee’s decision relating to a contract award protest shall be in accordance with ORS 279B.415.

    • Cooperative Purchasing
      1. Pursuant to the intent of Oregon Revised Statutes, Chapter 279A.200, any publicly funded city, county, district, agency or similar entity shall have the authority to purchase specified goods/services directly from contractor under the terms and conditions of this procurement process.
      2. The proposer agrees to extend identical pricing and services to other public agencies for the same terms.
      3. Each contracting agency will execute a separate contract with the successful proposer for its requirements. Any ordering and billing shall take place directly between the proposer and such entity. 
      4. Any proposer, by written notification at the time of the proposal due date and time, may decline to extend the prices, services and terms of this proposal to any, and/or all other public agencies. There is no penalty for declining cooperative procurements.
    • Phone Proposals, Late Proposals or Modifications

      Late proposals or modifications of proposals will be handled in the following manner:

      It is the sole responsibility of the Proposer to ensure the proposals are uploaded to the system by the specified time. The system will not allow Proposers to upload after this time and the proposal will not be considered.

      Any modification of a proposal is subject to the same conditions set forth above.

      Proposals will not be accepted via Phone, E-mail or FAX.

    • Interpretations and Addenda

      If necessary, interpretations or clarifications in response to questions will be issued by addenda. Questions received after Monday, March 30, 2026 may not be answered unless the County determines, in its sole discretion, that it is in its best interests to do so. Oral and other interpretations or clarifications will be without legal effect.

      Any amendment(s) to or error(s) in the RFPQ called to the attention of the County will be added to or corrected by written addendum and posted to the county's Procurement Portal. The County may also issue addenda to modify the proposal documents, as it deems advisable.

      Receipt of addenda must be acknowledged.

      Proposers shall be solely responsible to check for addenda, if any, on the Procurement Portal prior to submitting their proposals.

      After opening proposals, the County may issue or electronically post an addendum to the request for proposals that modifies the criteria, rating process and procedure for any tier of competition before the start of the tier to which the addendum applies.

      The County shall send an addendum that is issued by a method other than electronic posting to all proposers who are eligible to compete under the addendum. The County shall issue or post the addendum at least five days before the start of the subject tier of competition or as the County otherwise determines is adequate to allow eligible proposers to prepare for the competition in accordance with County rules.

    • Negotiation with Awarded Contractor(s)

      The County reserves the right to negotiate the terms of any contracts that result from this qualification process to the fullest extent allowed by law and as in the best interest of the County.

    • Form of Contract

      A copy of the County's standard contract is attached. The contract will incorporate the terms and conditions from this RFPQ document and the scope of work negotiated with successful proposers during the allocation process. Proposers taking exception to any of the contract terms should indicate the same by uploading in the Vendor Submission or their exceptions will be deemed waived.

    • Guidelines for Proposal Submittal and Receipt

      To be considered for this procurement process, each proposer must enter its complete proposal per the Vendor Submission Section to the Procurement Portal.

      Proposals must be uploaded by 4:00 pm Monday, April 6, 2026. The system will not allow late uploads. Allow plenty of time to ensure your upload is successful. Slow or malfunctioning internet shall not be an acceptable reason for late submissions.

      Proposers are required to submit any proposal forms furnished in this RFPQ document. Please retain a copy for your records.

      Each submittal shall contain the following:

      Any proposal response forms listed in the Attachment Section.
      Responses, Certifications, or Agreements required in this solicitation.
      Failure to submit any of the required items may be grounds for rejection of the proposal.

    • Qualification Term

      Suppliers that qualify under this RFPQ will be eligible to contract with the County through 06/30/2031.

    • Insurance Requirements

      Contractors will be expected to meet the County’s standard insurance requirements (see Insurance Requirements Summary Form). The County may waive certain types of coverage or require additional coverage depending on the type of service. Final insurance requirements will be established during the allocation process. Successful proposers will be required to submit proof of insurance coverage (including certificates of insurance and additional insured endorsements) before a contract can be submitted for approval, if the allocation process results in a contract. Insurance verification is not required during the RFPQ process.

    • Contractor's Responsibility

      It is understood that the specifications and other contract documents do not purport to control the method of performing the work, but only the requirements as to the nature of the completed work. The contractor assumes the entire responsibility for the method of performing the work. Suggestions as to the method included in the contract documents shall be deemed advisory only and the feasibility of such methods, or the lack thereof, shall not affect the contractor’s liability, or status as independent contractor, and contractor will remain responsible for the cost of all permits unless otherwise specified.

    • Insurance Requirements

      Contractors will be expected to meet the County’s standard insurance requirements (see Insurance Requirements Summary Form). The County may waive certain types of coverage or require additional coverage depending on the type of service. Final insurance requirements will be established during the negotiation process. Successful proposers will be required to submit proof of insurance coverage (including certificates of insurance and additional insured endorsements) before a contract can be submitted for approval. Insurance verification is not required during the RFPQ process.

    Submission Requirements

    • Solicitation Requirements (required)

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

    • Proposal Content

      Section 2.1 is required.

      Sections 2.2 through 2.6 only require a response if you are applying for that service component, so you may upload a response to all of them or you may only upload a response to one of them. Download, complete, and then upload the SHS Service Component form for each component for which you are applying. (As an example: if you are only interested in providing Outreach and Engagement, you will only download, complete, and upload the form in Section 2.3).

      The minimum font shall be twelve (12) point single spaced.

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

      After uploading documents, responders are encouraged to open and review the uploaded documents to make sure they are the correct documents prior to submitting their response.

    • PROPOSAL CONTENT (Required) (required)

      Upload your response to the Proposal Content section here as a single Word or PDF document. The uploaded document must include only the responses to the questions in the sections listed below and must not exceed the page limit listed for each section. Additional pages will not be read.

      IV.C.1 Organizational Mission and Capacity (up to 2 pages)

      IV.C.2 Accessible and Responsive Services (up to 2 pages)

      IV.C.3 Service Delivery (up to 2 pages)

    • Connections to Stable Housing Service Component

      Please download the below documents, complete, and upload only if you are interested in providing the Connections to Stable Housing Service Component.

    • Outreach and Engagement Service Component

      Please download the below documents, complete, and upload only if you are interested in providing the Outreach and Engagement Service Component.

    • Shelter and Transitional Housing Service Component

      Please download the below documents, complete, and upload only if you are interested in providing the Shelter and Transitional Housing Service Component.

    • Supportive Housing Stabilization Service Component

      Please download the below documents, complete, and upload only if you are interested in providing the Supportive Housing Stabilization Services component.

    • Wrap Around Supports Service Component

      Please download the below documents, complete, and upload only if you are interested in providing the Wrap Around Supports Service Component.

    • Changes Requested to County Contract Standard Terms and Conditions (Optional)

      Upload any alterations requested to any of the Counties’ contract standard terms and conditions. Use a separate document for each County labelled with the County’s name and referencing the specific term or condition in that County’s contract.

    • Confidential Information (Optional)

      Upload all pages or documents containing information exempt from disclosure per the Terms and Conditions Section.

    • Electronic Submittal (required)

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

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

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

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

      a. an electronic signature on the responses, generally,

      b. an agreement to conduct business electronically,

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

      d. an affirmative agreement to any statement contained in the solicitation that requires a definite confirmation or acknowledgement.

    • Electronic Pricing Table (required)

      Would you like to have an electronic pricing table as part of the response?

      Choose this if:

      1. This is a quote for a finite set of goods or commodities
      2. This is a public works bid, but you want the bidder to list their total project cost here.
    • Separate Fee Proposal Upload (required)

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

    • Pre-Proposal Conference (required)

      Do you want to hold a Pre-Proposal Conference?

    • PRE-PROPOSAL CONFERENCE (required)

      If yes, supply a preferred date and time and an alternate date and time.

    • Do you want to hold interview as part of the qualification? (required)
    • Alllocation (required)

      Will you have an allocation process to assign work out of the pool of qualified proposers? If No, then all qualified proposers will recieve a contract.

    • Qualification End Date (required)

      What date will the qualification and ability to contract with the County expire?

    Questions & Answers

    Q (Repeatative answers ): As we are completing the 2026 SHS RFPQ Service Components Form, we noticed that for each program area, our responses to Questions 1, 2, and 4 are largely the same. This feels somewhat repetitive, as the core elements of our proposal do not change across program areas. The service population we serve remains the same, the geographic area we serve remains the same, our organizational qualifications and expertise are also primarily consistent across program areas. While our overall approach shifts slightly to reflect the nuances of each specific program, the foundational information does not materially change. We would like to confirm that we will not be penalized or docked points for providing similar responses where the information is substantively the same. We want to ensure we are aligning with the County’s expectations and not unnecessarily altering responses simply to avoid repetition. Could you please verify whether repeated consistent information across program areas is acceptable?

    A: Thank you for your question. We recognize that there may be repetition of information in different sections of your application, and you will not be penalized for repeating content contained elsewhere in the application when it is directly responsive to the application question. In the Service Components Forms, please tailor your response to each specific service component as appropriate, but when the information is the same across service components it is fine to repeat it. You can also reference other parts of the application if needed so that you don’t need to repeat the details of the content from that section again (e.g. “As described in the Organization Mission and Capacity Section, our organization ….”).


    Q (No subject): Our company has been advised that it is required to submit for qualification under the most recent Tri-County SHS RFPQ recently released by Washington County. I am having some confusion as our company primarily provides services in Multnomah County and the RFPQ itself only references Washington and Clackamas Counties, and the Service Component Forms only provide an option to choose Washington and/or Clackamas County as a service area. Is it possible to get Multnomah County added as an option to each of the 2026_SHS_RFPQ_Service_Components_Forms? Or what is a Multnomah County SHS provider to do if we intend to submit for Multnomah County as well?

    A: Those who apply to this RFPQ will only pre-qualify for SHS services in Washington and Clackamas counties. If an organization would like to be pre-qualified to provide services in Multnomah County only, they do not need to apply for this RFPQ. Multnomah County released a Tri-County RFPQ in 2025 and the list of pre-qualified providers from that procurement is in the attachments. Those providers who pre-qualified to provide services in Clackamas and Washington counties in the 2025 RFPQ do not need to re-apply in this RFPQ, unless they seek qualification for additional service components beyond their 2025 qualification. If you are not currently pre-qualified to provide SHS services in Multnomah County and would like to pre-qualify in Multnomah County, you can reach out to Jacob Parsons at jacob.parsons@multco.us to inquire about future RFPQ opportunities.


    Q (Eligibility for Helping Hands): In section 5, the "SHS Service Delivery Approaches" specifies that you are looking to fund/receive requests from programs that are "Housing First" and "Low-Barrier". While most of our state-wide programming includes low-barrier offerings, our new upcoming Washington County facility will definitely not qualify as such, and even then the "Housing First" aspect of our common program has always been more of a "shelter first" idea which is why we have previously never qualified for funding that requires "housing first" policies. Otherwise, I believe we are a complete fit for the kind of program this RFPQ is looking to hear from. With that said, we just wanted to reach out to see if we should still apply for this current Washington/Clackamas county RFPQ or if we are simply just out of the scope of what this program is intended to fund?

    A: Our commitment to low barrier services focuses on minimizing barriers to access as much as possible, but we also recognize that some programs (such as recovery-based programs) will need to establish more specific entry requirements and/or expectations for participants. Similarly, while we are committed to the principles of housing first, we also use SHS funding for shelters and transitional housing, recognizing that many participants will not be able to transition directly from unsheltered homelessness to permanent housing.


    Q (No subject): Can a for-profit organization be awarded work under this contract?

    A: For-profit organizations are eligible to submit applications in response to the RFPQ. If they meet the requirements to qualify for the SHS Provider Pool, they would be eligible to be selected to enter into contracts with Clackamas County or Washington County to provide specific services.


    Q (Equal access and outcomes for culturally specific providers): We are a culturally specific provider. Our whole organization was formed to improve upon widespread disparity - and continues to operate in a way that reduces disparity for the population we serve. How does the equal access and equal outcomes (under organizational mission and capacity - staff recruitment and retention section) question apply to culturally specific providers?

    A: The “equal access and equal outcomes” language is intended to refer broadly to the SHS principles of centering the needs of communities and populations disproportionately impacted by housing instability and homelessness, identifying and addressing barriers and gaps that prevent equal access to services, and working to target resources and deliver services in a manner that ensures equal outcomes for all communities. Culturally specific providers are key partners in achieving these goals by addressing the needs of specific populations that are disproportionately impacted by housing instability and homelessness. For the application question on staff recruitment and retention, your answer can focus on how your approach to staff hiring, training, etc. supports your efforts to reduce disparities for the specific community you serve.


    Q (Need to apply?): I am unsure if we need to apply - we qualified in the 2025 opportunity. Are you able to clarify? thank you

    A: Providers who qualified through the 2025 Tri-County RFPQ run by Multnomah County do not need to apply to this opportunity unless they seek qualification for additional service components beyond their 2025 qualification.


    Q (Agency Admin and Contract Exoansion): Our organization is currently contracted with SHS for ERRH, HCMS, Street Outreach and Agency Admin for QA support. Do we need to complete the RFPQ Service Components form for the Agency Admin role? Secondly, if we are interested in potential expansion into "Supportive Housing Stabilization Services," specifically Housing Retention, would we complete a RFPQ Service Components form for that or would we discuss it directly with our Washington County Program Analyst? Thank you

    A: For the question on Agency Admin: A separate service component form does not need to be completed for providing peer-to-peer technical assistance. The RFPQ states that “Suppliers that meet the evaluation criteria to qualify to be added to the SHS Supplier Pool for any of the SHS Service Components will also be automatically qualified to provide cross-training and peer-to-peer technical assistance within that SHS Service Component to other organizations.” For the question on Supportive Housing Stabilization Services: If you want to be eligible to potentially expand into other service components then you should complete a service component form for those new areas.


    Q (Questions regarding contract terms): Are you open to receiving questions related to contract terms (for example, questions regarding CLCO Contract Template Section 4. Invoices and Payments and Section 19. Termination) or would the County prefer we submit redlines to the contract terms with our proposal?

    A: Proposers may submit questions and/or proposed redlines to the contract template as part of their proposal using the Vendor Submission section 2.7. Changes Requested to County Contract Standard Terms and Conditions (Optional). However, this RFPQ is intended to qualify a pool of Suppliers eligible to contract with Washington and Clackamas Counties and no contracts will be issued directly as a result of this RFPQ process. The Counties anticipate that final contract terms for any future contracts will be negotiated with the selected proposer if a contract is awarded.


    Q (deadline for RFPQ): Can you please clarify the deadline - I read in email communication that the RFPQ will be released in summer - however, inside the Wash Co portal - it says 4/6. Thank you for any clarification you can provide.

    A: We apologize for any confusion in previous email communications about this RFPQ. The RFPQ is currently open, and proposals must be received by 4:00pm April 6th, 2026. Suppliers that are selected under this RFPQ may be qualified for five (5) years, beginning in June 2026 and lasting through June 2031. Suppliers that do not apply or are not selected through this RFPQ will not be eligible to contract SHS services with Washington or Clackamas Counties beyond June 2026, even if they currently hold SHS contracts.


    Q (SHS Service Components Form): Could you please provide the SHS Service Components Form? It doesn't seem to be in the available downloads. Thank you.

    A: This has been added in attachments


    Q (Proposal Content): Can you clarify if responses to section IV.C, questions 1, 2, & 3 should be attached to each service component form we complete?

    A: All responses should be uploaded to the Vendor Submissions page, following the directions on that page under “2. Proposal Content”. Your responses to section IV.C, questions 1, 2, and 3 should be uploaded under “2.1 Proposal Content”. Each service component form that you are submitting should be uploaded separately (with only the service component form, no other content) under sections 2.2-2.6, as applicable.


    Q (Service Component Forms Formatting): May we modify the formatting of the downloadable Service Components Form documents provided? For example, could we remove the instructions, provided that we keep the section headings, to create space for our narrative? Along those lines, should we adjust the margins on the Service Component Forms? They're currently set to 0.7" on the sides, but the RFPQ requires that proposal content have margins of at least 1" on all sides.

    A: The service component forms are intended to be completed in their original format, which means applicants should not remove or alter existing content on the page. This also means you do not need to alter the margins on the forms. The rest of the application should adhere to the 1-inch margin requirement.


    Key dates

    1. February 9, 2026Published
    2. April 6, 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.