Skip to content
Department of Health and Human Services

Case Coordination Services

Solicitation: 7571MN26R00004
Notice ID: 4bd2782bdae342a38966de8220325908

Sources Sought from OFFICE OF THE ASSISTANT SECRETARY FOR FINANCIAL RESOURCES (ASFR) • HEALTH AND HUMAN SERVICES, DEPARTMENT OF. Place of performance: United States. Response deadline: Mar 12, 2026. Industry: NAICS 541611 • PSC R401.

Market snapshot

Awarded-market signal for NAICS 541611 (last 12 months), benchmarked to sector 54.

12-month awarded value
$3,900,570,945
Sector total $5,796,258,355,399 • Share 0.1%
Live
Median
$3,737,395
P10–P90
$656,785$36,750,000
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.1%
share
Momentum (last 3 vs prior 3 buckets)
+111245%($3,893,570,945)
Deal sizing
$3,737,395 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Live POP
Place of performance
United States
Contracting office
Rockville, MD • 20857 USA

Point of Contact

Name
Sharee Richardson
Email
sharee.richardson@hhs.gov
Phone
Not available

Agency & Office

Department
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Agency
OFFICE OF THE ASSISTANT SECRETARY FOR FINANCIAL RESOURCES (ASFR)
Subagency
OMAS STRATEGIC BUYING CENTER - HHS MISSION
Office
Not available
Contracting Office Address
Rockville, MD
20857 USA

More in NAICS 541611

Description

Introduction:

This is a Small Business Sources Sought notice (SBSS).  This is NOT a solicitation for proposals, proposal abstracts, or quotations.  The purpose of this notice is to obtain information regarding:  (1) the availability and capability of qualified small business sources; (2) whether they are small business; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition.  Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible.  An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice.

Project Description and Requirements

The Administration for Children and Families (ACF), Office of Refugee Resettlement (ORR) seeks a contractor to develop and maintain case coordination programs to provide child welfare-based, third-party recommendations (TPR) regarding the care and release of Unaccompanied Alien Children (UAC) in ORR custody. The recommendations involve safe and timely reunifications with family, transfers, and placements, and identifying UACs with special or developmental needs and corresponding services.

UAC apprehended by the Department of Homeland Security (DHS) immigration officials are transferred to the care and custody of ORR. ORR promptly places an unaccompanied alien child in the least restrictive residential setting that is in the best interests of the child, taking into consideration danger to self, danger to the community, and risk of flight.

Residential care services begin once ORR accepts a UAC  for placement from United States Customs and Border Patrol (CBP) and ends when the child is released from ORR custody, turns 18 years of age, or the UAC’s immigration case results in a final disposition of removal from the U.S. ORR takes into consideration the unique nature of each child’s situation and incorporates child welfare principles when making placement, clinical, case management, and release decisions that are in the best interest of the child.

Anticipated Period of Performance

*Estimated: September 30, 2026 through September 29, 2027, base year and four one (1) year option periods. 

Capability Information Sought

Respondents must provide, as part of their responses, a capability statement, which addresses services being requested along with responses to the Case Coordination Questionnaire. 

Information Submission Instructions

All inquiries to this Notice must submitted to Sharee Richardson at Sharee.Richardson@hhs.gov 

Disclaimer and Important Notes 

This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response.  The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate.  Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization’s qualifications to perform the work.  Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted.  After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in SAM.gov.  However, responses to this notice will not be considered adequate responses to a solicitation.

Confidentiality 

No proprietary, classified, confidential, or sensitive information should be included in your response.  The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.