Safety Verification Initiative
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) is soliciting proposals for the Safety Verification Initiative (SVI). This opportunity seeks services to conduct identification, location, and wellness checks for unaccompanied alien children (UACs) and similar foreign-national child populations nationwide. The Government anticipates awarding multiple hybrid Firm-Fixed-Price (FFP) and Cost Reimbursable Indefinite Delivery, Indefinite Quantity (IDIQ) contracts. Proposals are due March 25, 2026, at 12:00 PM EDT.
Scope of Work
The contractor will be responsible for conducting safety and wellness checks for an estimated 100,000 UACs across the United States. Key tasks include:
- Confirming Location: Identifying and reviewing UAC locations using available databases.
- Conducting Site Visits: Performing in-person field work to observe overall wellness, identify cohabitants, and screen for signs of abuse, neglect, abandonment, or trafficking. Immediate notification to ERO is required for any such indicators.
- School Enrollment: Confirming school-aged children are enrolled and attending school.
- Information & Data: Educating UACs and sponsors on legal responsibilities, immigration court dates, and ERO reporting requirements; providing mailing addresses to ERO within 48 hours; and updating relevant ICE Systems of Record with collected data.
- Case Management: Delivering services or case management to UACs or other foreign-born minors and coordinating with federal, state, local, or non-profit entities.
Contract Details
- Contract Type: Hybrid FFP and Cost Reimbursable IDIQ.
- Period of Performance: A two-year base period, split into two one-year ordering periods, with an option to extend services for up to six months.
- Order Quantities: Minimum 100 cases per IDIQ award; maximum 100,000 cases per IDIQ award.
- Place of Performance: Within the United States (all 50 States and District of Columbia).
- Set-Aside: None specified. A small business size standard of $25 million applies, and a subcontracting plan is required for non-small businesses.
- Funding: Obligated at the task order level. Travel costs are reimbursable, not to exceed $19,000,000.00.
Submission & Evaluation
- Proposal Due: March 25, 2026, 12:00 PM EDT.
- Evaluation Factors: Award will be made on a best-value tradeoff basis, with non-price factors significantly more important than price. Factors, in descending order of importance, are:
- Prior Experience: Evaluated on recency, relevance, magnitude, geographic scope, and complexity, specifically related to child welfare and unaccompanied alien children.
- Technical Approach: Evaluated on understanding of PWS requirements, including field-based location efforts and safety/wellness checks.
- Scenarios: Evaluated on accurate assessment and reasonable, realistic approach to resolving provided scenarios.
- Price: Evaluated for completeness and reasonableness using the provided pricing worksheet.
- Requirements: Offerors must be registered in the System for Award Management (SAM). Key personnel require DHS background investigations.
Performance & Quality
The Quality Assurance Surveillance Plan (QASP) outlines performance requirements and Acceptable Quality Levels (AQLs). Key AQLs include 95% for staff readiness and deliverables, 100% for incident notification compliance, and 90% for case timeliness (initial contact within 7 days). All QASP metrics will be reported in CPARS.