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 effort seeks to award multiple hybrid Firm-Fixed-Price (FFP) and Cost-Reimbursable Indefinite Delivery, Indefinite Quantity (IDIQ) contracts to provide services for locating and conducting wellness/safety checks on unaccompanied alien children (UACs) and similar foreign-national child populations across the United States. Proposals are due April 17, 2026, at 11:00 AM EDT.
Scope of Work
Contractors will be responsible for:
- Locating and confirming addresses of UACs.
- Conducting in-person site visits to perform safety and wellness checks, identifying and documenting indicators of abuse, neglect, abandonment, or trafficking.
- Providing case management and services to UACs released into communities.
- Coordinating with federal, state, local, or non-profit entities.
- Ensuring compliance with IT security, privacy training, and safeguarding Controlled Unclassified Information (CUI).
- Adhering to standards such as Section 504 of the Rehabilitation Act, ADA, Violence Against Women Act (VAWA), Trafficking Victims Protection Reauthorization Act (TVPRA), and the Flores Settlement Agreement.
- Key deliverables include a Program Management Plan, Quality Control Plan, Standard Operating Procedures, Training Plan, and Transition Out Plan.
Contract Details
- Contract Type: Multiple hybrid FFP and Cost-Reimbursable IDIQ contracts.
- Period of Performance: A two-year base period with an option to extend services for up to six months (FAR 52.217-8).
- Minimum/Maximum Order: Minimum of 1,000 cases per IDIQ award; a maximum ceiling of 100,000 total cases across all IDIQ awards.
- Place of Performance: Within the United States (50 States and District of Columbia).
- NAICS Code: 561611 (Security Guards and Patrol Services) with a $25 million small business size standard.
- Set-Aside: None specified. A subcontracting plan is required for offerors not qualifying as small businesses.
Evaluation Factors
Proposals will be evaluated on a Best Value Tradeoff basis, with non-price factors significantly more important than price. Factors are, in descending order of importance:
- Prior Experience: Demonstrating recent and relevant experience in child welfare, locating/checking children, and working with UACs.
- Technical Approach: Detailing the approach to Performance Work Statement (PWS) tasks, including field-based location efforts and safety/wellness checks.
- Scenarios: Responses to specific scenarios demonstrating understanding and appropriate approaches.
- Price: Evaluated for completeness and reasonableness.
Submission & Contact
- Proposal Due: April 17, 2026, at 11:00 AM EDT.
- Submission: Electronically.
- Contact: All communication must be via email to OAQDCR@ice.dhs.gov. Primary contacts are Ian Somppi (ian.somppi@ice.dhs.gov) and John Cappello (John.Cappello@ice.dhs.gov).
Important Notes
Offerors must be registered in the System for Award Management (SAM). Alternate proposals will not be considered. The Government reserves the right to make awards based on initial offers without discussions. Due to Amendment 0003, any previously submitted proposals will not be evaluated, and all interested offerors must submit a new proposal.