Legal Services for Unaccompanied Alien Children (UAC)

SOL #: 75P00126R00003Combined Synopsis/Solicitation

Overview

Buyer

Health And Human Services
Office Of The Assistant Secretary For Administration (Asa)
PROGRAM SUPPORT CENTER ACQ MGMT SVC
ROCKVILLE, MD, 20857, United States

Place of Performance

Rockville, MD

NAICS

Offices of Lawyers (541110)

PSC

Legal Services (R418)

Set Aside

No set aside specified

Timeline

1
Posted
Nov 24, 2025
2
Last Updated
Mar 24, 2026
3
Submission Deadline
Apr 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 Department of Health and Human Services (HHS), through the Office of the Assistant Secretary for Administration (ASA), is soliciting proposals for Legal Services for Unaccompanied Alien Children (UAC). This combined synopsis/solicitation (RFP) seeks comprehensive legal support for UAC currently in, or released from, Office of Refugee Resettlement (ORR) care. The acquisition is conducted under full and open competition, utilizing a hybrid contract model. Proposals are due April 3rd, 2026, at 2:00 PM Eastern Time.

Scope of Work

The contractor will provide nationwide legal services, encompassing:

  • Legal Orientations: Informing UAC of their rights and responsibilities within the immigration system.
  • Legal Consultations: Assessing UAC's eligibility for immigration relief through one-on-one consultations.
  • Direct Legal Representation: Providing legal representation as required by law, with a mandate for a percentage of services to be provided by pro bono counsel.
  • Legal Service Provider (LSP) Network Management: Managing a nationwide network of qualified LSPs, including quality control and performance monitoring.
  • Data Collection, Analysis, and Reporting: Maintaining robust data systems for program oversight, with data made available through dashboards and APIs.
  • Transition-In/Out: Assuming operational responsibility from the incumbent contractor and transferring responsibilities to an incoming contractor, ensuring continuity of services for approximately 24,000 active cases.

Services must be culturally competent, trauma-informed, and available in the necessary languages. The contractor must maximize pro bono services and ensure scalability to accommodate fluctuations in UAC numbers.

Contract Details

This is a hybrid contract with a preponderance of services on a Firm-Fixed Unit Price (FFUP) basis for legal services, Firm-Fixed Price (FFP) for network management and data services, and Time-and-Materials (T&M) for travel. The period of performance includes a one-year base period, four one-year option periods, and a potential six-month extension under FAR 52.217-8, totaling up to five years and six months. The total maximum potential contract value is $1,188,000. The NAICS code is 541110 (Office of Lawyers) with a $15.5 million small business size standard.

Submission & Evaluation

Proposals are due by April 3rd, 2026, at 2:00 PM Eastern Time. Questions regarding the solicitation were due by March 2nd, 2026. Proposals should be submitted electronically to Azeb Mengistu (Azeb.Mengistu@hhs.gov) and Christopher McGucken (Christopher.McGucken@hhs.gov). Evaluation factors, in descending order of importance, are: Scalability and Pro Bono Integration Capabilities, Technical Approach, Recent and Relevant Past Performance, and Price. Award will be made to the offeror providing the best overall value to the Government through a tradeoff process.

Special Requirements

Bidders must comply with ACF External System Control Implementation Policy and Procedures, including obtaining an Authority to Operate (ATO) memo and adhering to baseline security controls for any systems interacting with ACF. A Past Performance Questionnaire will be used to evaluate prior work. Offerors must submit a transition-in plan with their proposal.

People

Points of Contact

Azeb MengistuPRIMARY
Christopher McGuckenSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 11
Combined Synopsis/Solicitation
Posted: Mar 24, 2026
View
Version 10Viewing
Combined Synopsis/Solicitation
Posted: Mar 20, 2026
Version 9
Combined Synopsis/Solicitation
Posted: Mar 18, 2026
View
Version 8
Combined Synopsis/Solicitation
Posted: Feb 23, 2026
View
Version 7
Combined Synopsis/Solicitation
Posted: Dec 23, 2025
View
Version 6
Combined Synopsis/Solicitation
Posted: Dec 12, 2025
View
Version 5
Combined Synopsis/Solicitation
Posted: Dec 11, 2025
View
Version 4
Combined Synopsis/Solicitation
Posted: Dec 9, 2025
View
Version 3
Combined Synopsis/Solicitation
Posted: Dec 5, 2025
View
Version 2
Combined Synopsis/Solicitation
Posted: Nov 25, 2025
View
Version 1
Combined Synopsis/Solicitation
Posted: Nov 24, 2025
View