Executive Office for Immigration Review (EOIR)
PublicResources and Communications Division, Office of Policy
Request for Information
Purpose:
The primary purpose of this Request for Information is to determine if there are interested, capable, and qualified organizations in the marketplace with the knowledge, skills, qualifications, capacity, and capability to meet the Government’s requirements to provide legal representation and other related services to respondents who are subject to the orders of the District Court in Franco-Gonzalez v. Holder.1 The Government is seeking to identify entities with existing demonstrated capability, demonstrated capacity, demonstrated knowledge and expertise, and demonstrated past experience providing legal representation and related services in complex competency cases in immigration proceedings, as specified in the attached draft Statement of Work (SOW),“Introduction and Requirements Under Franco-Gonzalez v. Holder.”
Background:
EOIR administers and interprets Federal immigration laws and regulations by conducting immigration court proceedings, appellate reviews, and administrative hearings in individual cases. EOIR carries out these responsibilities through its three main components: (1) The Office of the Chief Immigration Judge (OCIJ), which oversees all the Immigration Courts and their proceedings; (2) The Board of Immigration Appeals (BIA), which hears appeals of decisions by Immigration Judges and the Department of Homeland Security (DHS); and, (3) The Office of the Chief Administrative Hearing Officer (OCAHO), which resolves cases concerning employer sanctions, document fraud, and immigration-related employment discrimination. The Public Resources and Communications Division, housed within EOIR’s Office of Policy, works to improve the efficiency of immigration court proceedings by providing information to individuals appearing before the Immigration Courts and the BIA.
Objectives:
It is anticipated that a single award contract or multiple award contracts will be issued with a period of performance of one (1) base year and four (4) option periods of one year each. The applicable North American Industry Classification System (NAICS) code is 928120. This is a market survey for informational purposes only and shall not be construed as a Request for Quote (RFQ). The draft SOW for the program services has been included, solely to assist vendors in the preparation of their responses to this market survey; no awards will be made based on this announcement; no reimbursement will be made for costs associated with responding to this announcement; and no telephone calls or other communications about this announcement will be accepted or acknowledged.
Footnote:
1 Franco-Gonzalez v. Holder, CV-02211, Partial Judgment and Permanent Injunction (C.D. Cal. R. Apr. 23, 2013); Franco-Gonzalez v. Holder, CV 10-02211, Order Further Implementing This Court’s Permanent Injunction (C.D. Cal. R. Oct. 29, 2014).
Information Sought:
Interested, capable, and qualified businesses responding to this Request for Information are requested to respond to the following questions:
1. Describe common pricing structures for the required services.
2. In order for the Government to assess set-aside possibilities under the NAICS code specified above, please identify if you are a small business concern. Status as a small business concern is determined in accordance with 13 CFR Part 121.108. Please refer to FAR Part 19 at www.acquisition.gov, for additional detailed information.
3. Describe a typical staffing strategy and provide an explanation of your pricing structure.
4. Would the work require the use of subcontractors? If so, what percentage of work would be completed by the prime versus subcontractors? How do you ensure background checks and corresponding credentials/licensures are completed and tracked if subcontractors are providing the required services?
5. Do you have the ability to provide the program services required by the draft SOW in both detained and non-detained settings in covered proceedings in any Immigration Court across the United States? If so, explain your ability to provide the required services across multiple locations/regions.
6. If you do not have the ability to provide the required services across multiple locations/regions, please explain the specific locations/regions in which you would be able to provide the required services.
7. Identify your capabilities to fulfill all of the draft SOW requirements. Include examples of relevant experience your organization has performed as the prime contractor or subcontractor with customer name, period of performance, contract type, contract number, contract value, description of work performed relevant to the draft SOW, and the role played by your organization (i.e., prime contractor or
subcontractor).
8. How will you ensure that the legal representatives providing the required services will engage in competent representation (i.e., possess significant experience handling complex mental competency cases in immigration proceedings)?
9.Identify your capabilities to provide the required services across multiplelocations/regions under deadlines as short as fifteen (15) calendar days, and,under extenuating circumstances, one to two (1-2) business days?
10.Is there any other information the Government should know or consider indeveloping a solicitation for the required services?
Industry Discussions: DOJ representatives may or may not choose to contact sources to gather additional information. Such industry discussions would only be intended to obtain further clarification of potential capability, capacity, knowledge and expertise, and past experience to meet the requirements. Submission Response: All responses must be submitted electronically to Nikki.N.Adkins@usdoj.gov and Patricia.Hoffman@usdoj.gov no later than Monday, June 9th, 2025 at 11:59 p.m., EDT. All responses must also include: the name of the organization, or organizations if a teaming arrangement is proposed, sole point of contact, phone number, email address, physical address of organization(s), and the DUNS number for the prime entity.
Attachments:
In the RFQ phase of this requirement, the following clauses will be included in the solicitation:
Clause DOJ-02
Clause DOJ-05