Request for Information - INCIDENT INSPECTIONS AND DETAINEE DEATH REVIEWS
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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 Department of Homeland Security (DHS), U.S. Immigration and Customs Enforcement (ICE) Office of Professional Responsibility (OPR), is conducting market research through this Request for Information (RFI) for Incident Inspections and Detainee Death Review Services. This RFI aims to identify capable vendors to support the Office of Detention Oversight (ODO) and the External Reviews and Analysis Unit (ERAU). Responses are due by February 4, 2026, at 12:00 PM ET.
Scope of Work
ICE is seeking expert operational, analytical, and administrative support for OPR's Inspections Program Office. Key requirements, as detailed in the draft Statement of Work (SOW), include:
- Compliance Inspections: Conducting reviews of detention facilities to ensure adherence to various ICE National Detention Standards (NDS), Non-Dedicated Intergovernmental Standards (NDIDS), Performance-Based National Detention Standards (PBNDS), or Family Residential Standards (FRS).
- Detainee Death Reviews (DDRs): Performing focused, fact-finding investigations into the circumstances surrounding all deaths of individuals in ICE custody.
- Special Reviews: Supporting additional focused reviews as requested by ICE leadership.
- Reporting: Preparing detailed reports on inspection findings, deficiencies, best practices, and trend analysis.
Work will primarily occur at ICE detention facilities (CONUS and OCONUS), with remote inspections also permissible. Contractor administrative functions will be performed at the vendor's workspace.
Contract & Timeline
- Type: Request for Information (RFI) / Sources Sought
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: R408 (Program Management/Support Services)
- Response Due: February 4, 2026, 12:00 PM ET
- Questions Due: January 28, 2026, 12:00 PM ET
- Published: January 22, 2026
- Anticipated Period of Performance (from draft SOW): Base period of 12 months (including 2-month transition), followed by four 12-month option periods, starting March 18, 2026.
Submission & Evaluation
Interested vendors must submit a capability statement (maximum 15 pages, Word or PDF) addressing seven specific questions regarding capacity, experience, and understanding of the draft SOW. A rough cost estimate based on provided labor categories and hours is also required. Submissions must be emailed to Ejikeme Ezeala (ejikeme.ezeala@ice.dhs.gov). Responses will be used for information and planning purposes, and the government may hold one-on-one meetings with capable vendors.
Additional Notes
This RFI is for market research only and does not constitute a solicitation or commitment to contract. All respondents must be registered in the System for Award Management (SAM) and provide company size and socio-economic status information. No costs incurred in responding will be reimbursed.