NATIONAL CARE GUIDELINES

SOL #: 70CDCR26Q00000001Combined Synopsis/Solicitation

Overview

Buyer

Homeland Security
Us Immigration And Customs Enforcement
DETENTION COMPLIANCE AND REMOVALS
WASHINGTON, DC, 20024, United States

Place of Performance

Washington, DC

NAICS

Software Publishers (513210)

PSC

Business Application Off The Shelf Software Delivered By Perpetual License, Which Also Encompasses Enterprise Level Software Enabling Mission Capability And Business Operational Support. (7A21)

Set Aside

No set aside specified

Timeline

1
Posted
Jan 20, 2026
2
Last Updated
Jan 28, 2026
3
Submission Deadline
Feb 3, 2026, 6:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The U.S. Immigration and Customs Enforcement (ICE), Office of Acquisition Management (OAQ), is soliciting proposals for a web-based, evidence-based Utilization Management (UM) care guidelines product and support. This is a Combined Synopsis/Solicitation for a single Firm-Fixed Price (FFP) Purchase Order. Amendment A0001 provided government responses to quoter questions and an updated pricing template.

Scope of Work

The requirement is to provide the ICE Health Service Corps (IHSC) with a standalone, web-based Commercial Off-the-Shelf (COTS) UM guidelines solution to support healthcare for individuals in ICE custody. The solution must be non-interactive, read-only, compatible with ICE-approved web browsers, and function independently of IHSC health information platforms. It must support up to 30 users, with scalability for increased users at no additional cost. Key features include role-based access, user activity tracking (for utilization reviews, task progression, hospital admissions), and interactive documentation for prospective, concurrent, and retrospective utilization reviews in both ambulatory and hospital settings. The vendor must provide evidence-based clinical care guideline content, unlimited searches, customized reports, and comprehensive user training (online, on-demand, instructor-led) along with IT help/service desk support during core business hours.

Contract Details

  • Type: Firm-Fixed Price (FFP) Purchase Order
  • NAICS Code: 513210 - Software Publishers (Small Business Size Standard: $47M annual receipts)
  • Product Service Code (PSC): 7A21 - Business Application Off The Shelf Software Delivered By Perpetual License
  • Set-Aside: None
  • Period of Performance: One 12-month base period with four 12-month option periods.
  • Place of Performance: Primarily vendor facilities, with potential visits to IHSC Offices in Texas and IHSC Headquarters in the Washington Metro Area.

Special Requirements

Bidders must be an authorized distributor/reseller of the quoted solution and hold a current Utilization Review Accreditation Committee (URAC) certification. The system must comply with FISMA and Section 508 accessibility standards (Accessibility Conformance Reports required). Strict cybersecurity compliance, including a Supply Chain Risk Management Plan, is mandatory. Handling of Controlled Unclassified Information (CUI), Personally Identifiable Information (PII), and Sensitive Personally Identifiable Information (SPII) requires strict safeguarding. Any Artificial Intelligence (AI) system must adhere to federal, DHS, and ICE AI policies, ensuring human-in-the-loop oversight, data provenance, and avoiding discriminatory outputs. The government will own all data, which must be accessible within 24 hours of request, and vendor lock-in must be prevented.

Submission & Evaluation

  • Quotes Due: February 3, 2026, 6:00 PM ET
  • Submission: Electronically.
  • Evaluation: A two-step process:
    1. Factor 1: Product Offering (Go/No-Go basis).
    2. Factor 2: Technical Capability (non-price tradeoff, more important than price).
    3. Factor 3: Price (tradeoff factor).
  • Award will be made to the quoter offering the best value. Bidders must use the updated Attachment 3 Pricing Template, detailing all assumptions in a separate pricing narrative. Pricing data is prohibited in technical volumes. An active System for Award Management (SAM) registration is required.

Contact Information

Primary Point of Contact: Genna Braden (genna.braden@ice.dhs.gov, 6822187283).

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download
Download
Download

Versions

Version 2Viewing
Combined Synopsis/Solicitation
Posted: Jan 28, 2026
Version 1
Combined Synopsis/Solicitation
Posted: Jan 20, 2026
View
NATIONAL CARE GUIDELINES | GovScope