Client Management System (CMS) Next Generation
ID: 959P0026Q0001Type: Solicitation
Overview

Buyer

COURT SERVICES AND OFFENDER SUPERVISION AGENCYPRETRIAL SERVICES AGENCYPRETRIAL SERVICESWASHINGTON, DC, 20004, USA

NAICS

Custom Computer Programming Services (541511)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SUPPORT SERVICES (LABOR) (DA01)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Court Services and Offender Supervision Agency (CSOSA) is soliciting proposals for the modernization of its Client Management System (CMS) through Solicitation #959P0026Q0001. The project aims to develop and integrate software solutions that enhance the existing CMS, focusing on various functionalities such as drug testing, client information management, criminal history tracking, and risk-based supervision services, all while ensuring compliance with federal security standards and leveraging modern technologies. This multi-phase initiative is critical for improving operational efficiency and data management within the agency, with proposals due by January 7, 2026, at 1 PM (EST). Interested contractors should direct inquiries to Tamara Brown at tamara.brown@psa.gov, and ensure compliance with all submission guidelines to avoid disqualification.

    Point(s) of Contact
    Files
    Title
    Posted
    This document, "ATTACHMENT B Past Performance Questionnaire," is a critical component for evaluating contractor performance within government procurement processes, likely for federal, state, or local RFPs and grants. It comprises two main sections: one for the contractor to provide identifying details about a project (name, address, contract number, dates, value, type, and key characteristics) and another for an evaluating organization to assess the contractor's performance across various categories. The evaluation section uses a rating system (Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory, Not Observed) to gauge quality of products and services, overall performance, schedule adherence, technical requirements fulfillment, cost control, subcontracting success, and customer satisfaction (in both routine and unexpected situations). It also asks about the likelihood of repeat business, and requires evaluators to list strong and weak points, other projects completed, and, for award fee contracts, the average award fee percentage earned. The form is designated as "SOURCE SELECTION SENSITIVE INFORMATION" to ensure protection of the data.
    The Pretrial Services Agency for the District of Columbia (PSA) is undertaking a CMS Modernization Project, focusing on the PRISM and PRISMJ functional requirements. This document outlines various modules for the new system, including Drug Testing Specimen Collection (DTSC) with features like client search, lockup lists, streamlined drug testing, random testing schedules, and client photos. It also details Client Information (CI) and Criminal History (CH) functionalities, covering personal data, addresses, education, employment, health, substance use, and document management. Furthermore, the document addresses Risk-Based Supervision Services (RBS), encompassing release orders, case review, supervision logs, and reporting. Treatment (TRT) and Diagnostic and Release Information (DRI) modules are also specified, along with framework requirements for records management, security, and system architecture. The project aims to modernize existing applications, enhance data management, and improve operational efficiency for the PSA.
    The Pretrial Services Agency for the District of Columbia (PSA) is seeking a contractor for a five-year contract to modernize its Client Management System (CMS), known as PRISM. The objective is to fully align CMS with a Risk-Based Services (RBS) model, improve user experience, and leverage contemporary technologies including AI and secure-by-design principles. The modernization will occur in five phases, covering core services, drug testing, client information, criminal history, risk-based supervision, treatment, and diagnostic/release information. The project requires software development and integration services, adhering to human-centered design principles and federal security standards. The contractor must follow Agile/Scrum methodologies, utilize Azure DevOps, and comply with various federal laws, acts, and NIST standards. Key deliverables include project plans, security assessments, code reviews, and comprehensive training and documentation.
    The Pretrial Services Agency for the District of Columbia (PSA) issued Solicitation 959P0026Q0001 for the Client Management System (CMS) Next Generation. This Request for Proposal (RFP) seeks software development services for a multi-phase project, including framework, drug testing, client information, criminal history, risk-based supervision, treatment, and diagnostic/release information functionalities. The contract is a Firm Fixed Price type with a base year and four option years, spanning from February 2026 to January 2031. Key requirements include contractor personnel security, adherence to government-designated holidays, strict data security and privacy protocols (especially for Personally Identifiable Information), and compliance with various Federal Acquisition Regulations (FAR) clauses concerning non-personal services, subcontracting, and protests. The contractor must also comply with records management and information security policies, including the use of the Invoice Processing Platform (IPP) for payments.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Court Security Officers Circuit 1, 2, 3, 4, 5 & 8
    Justice, Department Of
    The Department of Justice, through the U.S. Marshals Service (USMS), is seeking sources for the provision of Court Security Officers (CSOs) across the 1st, 2nd, 3rd, 4th, 5th, and 8th Federal Judicial Circuits. The procurement aims to secure qualified personnel to maintain the CSO Program, ensuring the safety and security of federal court facilities through comprehensive entrance control, patrols, and escort duties. Interested contractors must demonstrate their capability to meet rigorous standards, including financial stability to support operations and compliance with specific training and qualification requirements. Responses to this Sources Sought announcement are due by 10:00 AM EST on January 5, 2026, and should be submitted to the designated contacts, Angie Comstock and Pamela Sullivan, via email.
    CSAI
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Citizenship and Immigration Services (USCIS), is seeking information through a Sources Sought Notice for the Customer Services, Accounts, and Integration (CSAI) initiative aimed at enhancing online account experiences and customer service interactions. The primary objectives include integrating online accounts, standardizing forms, reducing service costs through digital interfaces, and modernizing critical customer experience systems, with a focus on utilizing AI/ML for proactive notifications and predictive analysis. This RFI is intended for informational and planning purposes only and does not guarantee a contract award; interested parties must submit their responses by January 8, 2026, and can direct inquiries to Patrick C. Gadwah at patrick.c.gadwah@uscis.dhs.gov.
    Court Security Officers Circuit 12 Justification and Approval
    Justice, Department Of
    The Department of Justice, specifically the U.S. Marshals Service, is seeking to procure Court Security Officers (CSOs) for Circuit 12, as outlined in their Justification and Approval notice. The primary responsibility of the CSOs will be to ensure the safety of judicial participants, including judges, court personnel, jurors, witnesses, defendants, and court visitors, by protecting them from unauthorized and potentially life-threatening activities. This procurement is critical for maintaining the integrity and security of the judicial process. Interested parties can reach out to Courtney Middleton at Courtney.Middleton@usdoj.gov or by phone at 703-217-1848 for further details regarding this opportunity.
    Treatment Services 2025-2026
    Administrative Office Of The Us Courts
    The Administrative Office of the U.S. Courts is preparing to procure treatment services for federal defendants and individuals under supervision through Blanket Purchase Agreements. The procurement will encompass a range of services, including outpatient mental health and substance abuse treatment, counseling, detoxification, and transportation, among others, with specific requirements to be detailed in future solicitations. These services are critical for supporting the rehabilitation and supervision of individuals within the federal judicial system, and solicitations may be issued at any time throughout the year based on district needs. Interested vendors should contact the Chief Probation or Pretrial Services Officer in their respective district for further information and to be placed on a mailing list, with inquiries directed to TreatmentServicesQuestions@ao.uscourts.gov.
    Commercial Solutions Opening (CSO)
    General Services Administration
    The General Services Administration (GSA) intends to utilize Commercial Solutions Opening (CSO) procedures throughout Fiscal Year 2026 to procure innovative commercial solutions for mission and operational challenges on behalf of interagency partners within the Department of War (DoW). This initiative aims to streamline the acquisition of commercial products and services, promoting competition and engagement with both traditional and non-traditional government contractors, including startups. Interested parties can expect future CSO announcements to detail specific problem statements and submission requirements, while they are encouraged to complete the CSO Industry Interest Survey to express their interest. For further inquiries, contact Assale Pawi at assale.pawi@gsa.gov or Ashley Delinay-Patton at ashley.delinay-patton@gsa.gov.
    Current Sources of Income and Employment Verification Services (CSI) - Limited-Sources Justification
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Centers for Medicare and Medicaid Services, is seeking to procure Current Sources of Income and Employment Verification Services through a Limited-Sources Justification. This procurement is in accordance with FAR 8.405-6(a)(2) and supports the FAR 52.217-8 Option to Extend Services, indicating a need for reliable verification services that are critical for administrative support in credit reporting. The Limited-Sources Justification document is available for review on SAM.gov, and interested parties can reach out to Matthew Waskiewicz at matthew.waskiewicz@cms.hhs.gov or Lakisha Holly at lakisha.holly@cms.hhs.gov for further inquiries.
    Second Chance Act Goods and Services
    Administrative Office Of The Us Courts
    The Administrative Office of the U.S. Courts is preparing to procure goods and services under the Second Chance Act, aimed at supporting federal defendants and individuals under supervision. This procurement will utilize Blanket Purchase Agreements and may include a range of services such as cognitive behavioral therapy, job training, transitional housing, and more, with solicitations potentially issued throughout the year based on district needs. The importance of these services lies in their role in facilitating rehabilitation and reintegration into society for individuals under federal supervision. Interested vendors should contact the Chief Probation or Pretrial Services Officer in their respective district for further information and to be placed on a mailing list, with the primary contacts for this opportunity being Ryan Sharp at ryansharp@insp.uscourts.gov and William Ware at williamware@ao.uscourts.gov.
    CSO - USTRANSCOM Information Technology (IT) Enterprise Modernization (ITEM) Solutions
    Dept Of Defense
    The United States Transportation Command (USTRANSCOM) is issuing a Commercial Solutions Opening (CSO) for Information Technology (IT) Enterprise Modernization (ITEM) Solutions, aimed at acquiring innovative IT solutions and services to enhance its operational capabilities. This solicitation seeks to address mission needs and close capability gaps through a competitive process that encourages a wide range of technical and business solutions, with submissions governed by specific Areas of Interest (AoIs). The CSO will remain open indefinitely, with proposals evaluated based on innovation, responsiveness, potential impact, and prior experience, and may lead to firm-fixed-price contracts or Other Transactions for prototype projects. Interested parties should contact Jonathan Severin at transcom.scott.tcaq.mbx.tcaq-ds@mail.mil for further information and are advised to monitor SAM.gov for updates and specific submission deadlines.
    SAS Product Licenses and Hosting Services (Modification Justification)
    Consumer Product Safety Commission
    The U.S. Consumer Product Safety Commission (CPSC) intends to issue a modification to a sole source award for SAS Product Licenses and Hosting Services to Executive Information Systems, LLC. This procurement aims to enhance the CPSC's capabilities in investigating and improving the safety of consumer products, as authorized under 5 U.S.C. § 2054. The modification will be negotiated under the authority of FAR 6.302-1 and 41 U.S.C. 253(c)1, utilizing a Task Order off a GSA Schedule in accordance with FAR Part 8 and 12 procedures. Interested parties may express their interest and submit a capability statement to D. Tam Rushbrook at drushbrook@cpsc.gov or by phone at 301-504-7043.
    Periodical Subscription Management Services
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Citizenship and Immigration Services (USCIS), is seeking proposals for Periodical Subscription Management Services under Solicitation Number 70SBUR26Q00000029. The contractor will be responsible for obtaining licenses and providing online access to a variety of periodicals and journals for 10 USCIS personnel, ensuring that access information is distributed within seven days of activation. This service is crucial for supporting the information needs of USCIS staff, with a contract period from January 1, 2026, to December 31, 2026, and a firm-fixed price structure. Interested vendors must submit their quotes by January 22, 2026, at 2:00 PM ET, and can contact Andre Stewart or Alexis James via email for further information.