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 multiple vendors to provide services for locating and conducting wellness/safety checks on 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 by March 27, 2026, at 11:00 AM EDT.
Scope of Work
Contractors will be responsible for:
- Locating and confirming the physical presence of UACs.
- Conducting in-person site visits and wellness/safety checks, including observing for indicators of abuse, neglect, abandonment, or trafficking, and making timely notifications.
- Providing case management and services to UACs released into communities.
- Coordinating with federal, state, local, or non-profit entities.
- Updating ICE Systems of Record with collected data.
- Ensuring compliance with IT security, privacy training, and Controlled Unclassified Information (CUI) handling protocols.
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 Order: 1,000 cases per IDIQ contract award.
- Maximum Order: An estimated 100,000 total cases across all IDIQ awards.
- Place of Performance: Nationwide, within the United States.
- Funding: Obligated at the task order level.
Submission & Evaluation
- Proposal Due Date: March 27, 2026, at 11:00 AM Eastern Daylight Time.
- Evaluation Factors (Descending Order of Importance): Prior Experience, Technical Approach, Scenarios, and Price. Non-price factors are significantly more important than price.
- Basis for Award: Best Value Tradeoff.
- Eligibility: NAICS Code 561611 (Private Investigation Services) with a Small Business Size Standard of $25 million. A subcontracting plan is required for offerors not qualifying as small businesses.
Notes
Offerors must be registered in the System for Award Management (SAM). Alternate proposals will not be considered, and the Government reserves the right to make awards based on initial offers without discussion. Key personnel, including a Program Director, require DHS background investigations and comprehensive training. Performance will be monitored via a Quality Assurance Surveillance Plan (QASP) with specific Acceptable Quality Levels (AQLs) for staff readiness, case timeliness, and accuracy.