Safety Verification Initiative

SOL #: 70CDCR26R00000015Combined Synopsis/Solicitation

Overview

Buyer

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

Place of Performance

Place of performance not available

NAICS

Investigation and Personal Background Check Services (561611)

PSC

Other Management Support Services (R799)

Set Aside

No set aside specified

Timeline

1
Posted
Mar 11, 2026
2
Last Updated
Mar 12, 2026
3
Submission Deadline
Mar 25, 2025, 4:00 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 Department of Homeland Security (DHS) U.S. Immigration and Customs Enforcement (ICE) is soliciting proposals for the Safety Verification Initiative (SVI). This opportunity seeks services to support the identification, location, and wellness checks of unaccompanied alien children (UACs) and similar foreign-national child populations. ICE anticipates awarding multiple hybrid Firm-Fixed-Price (FFP) and Cost Reimbursable Indefinite Delivery, Indefinite Quantity (IDIQ) contracts. Proposals are due by March 25, 2026, at 12:00 PM EDT.

Scope of Work

The initiative aims to ensure the safety and well-being of UACs released from federal custody by verifying their location, custody, school enrollment, and overall wellness, including screening for signs of abuse, abandonment, neglect, or trafficking. Key services include:

  • Locating and conducting in-person wellness/safety checks on missing or at-risk children.
  • Identifying and documenting indicators of abuse, neglect, abandonment, or trafficking.
  • Confirming school enrollment and educating UACs and sponsors on legal responsibilities.
  • Coordinating with federal, state, local, or non-profit entities.
  • Updating ICE systems with collected data and providing transition services.
  • Travel is a cost-reimbursable element.

Contract Details

  • Contract Type: Hybrid FFP and Cost Reimbursable IDIQ.
  • Period of Performance: Two-year base period (two one-year ordering periods), with an option to extend services for up to six months.
  • Minimum/Maximum Orders: Minimum 100 cases per IDIQ award; Maximum 100,000 cases per IDIQ award.
  • Place of Performance: Nationwide, within the United States (50 States and District of Columbia).
  • Set-Aside: No specific set-aside; open competition with a small business size standard of $25 million. A subcontracting plan is required for large businesses.
  • Funding: Obligated at the task order level.

Submission & Evaluation

Proposals must be submitted electronically by March 25, 2026, at 12:00 PM Eastern Daylight Time. Evaluation factors, in descending order of importance, are:

  1. Prior Experience: Evaluated on recency, relevance, magnitude, geographic scope, and complexity, specifically related to child welfare and unaccompanied alien children.
  2. Technical Approach: Evaluated on understanding of PWS requirements, including field-based location efforts and safety/wellness checks.
  3. Scenarios: Evaluated on accurate assessment and reasonable, realistic approach to resolving provided scenarios.
  4. Price: Evaluated for completeness and reasonableness. Non-price factors are significantly more important than price. Award will be made on a best-value tradeoff basis. Offerors must be registered in SAM.

Special Requirements & Quality Assurance

Key personnel, including a Program Director, must meet specific educational and experience requirements. All staff require DHS background investigations and mandatory ICE training. Strict standards of conduct are enforced. The Quality Assurance Surveillance Plan (QASP) outlines performance requirements and Acceptable Quality Levels (AQLs) for tasks such as staff readiness (95%), deliverables (95%), incident notification (100% within 24 hours), and case timeliness (90% initial contact within 7 days). Bidders must use the provided pricing worksheet, which includes CLINs for services, incentive rates for timeliness, and travel costs (max $19M).

People

Points of Contact

Ian SomppiPRIMARY
John CappelloSECONDARY

Files

Files

No files attached to this opportunity

Versions

Version 2
Combined Synopsis/Solicitation
Posted: Mar 12, 2026
View
Version 1Viewing
Combined Synopsis/Solicitation
Posted: Mar 11, 2026
Safety Verification Initiative | GovScope