Federal Bureau of Prisons Inmate Tablet Implementation Initiative

SOL #: 15BPCC26R00000001Solicitation

Overview

Buyer

Justice
Federal Prison System / Bureau Of Prisons
PRIVATIZATION - CO
WASHINGTON, DC, 20534, United States

Place of Performance

Washington, DC

NAICS

Computer Systems Design Services (541512)

PSC

Support Services, Delivered As A Service Contract (Saa S Or Subscription) Involved With The Analysis, Design, Development, Code, Test And Release Packaging Services Associated With Application Development Projects, As Well As Off The Shelf Business Software. (DA10)

Set Aside

No set aside specified

Timeline

1
Posted
Jan 16, 2026
2
Last Updated
Mar 12, 2026
3
Submission Deadline
Feb 5, 2026, 7:00 PM

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 Federal Bureau of Prisons (FBOP) is soliciting proposals for its Inmate Tablet Implementation Initiative, aiming to design, deploy, and sustain a secure, scalable digital services platform. This initiative will provide approximately 150,000 inmates across 120+ facilities nationwide with access to education, healthcare, legal, religious, and communication resources. The Product Service Code for this opportunity is DA10 (Support Services, Delivered As A Service Contract). Proposals are due February 5, 2026, at 5:00 PM ET.

Scope of Work

The program requires the provision of inmate use tablets, necessary hardware, software, network infrastructure, and kiosks. Services include external electronic mail, video calling, phone calls, printing, and various subscription services (music, movies, games, podcasts). Content will encompass self-paced educational, faith-based, vocational training, law library access, internal communication applications, and commissary ordering. Ancillary services may include electronic medical records interface, telehealth, digital mail scanning, and electronic form submittal. The solution must operate within FedRAMP-High GovCloud environments and comply with FISMA and DOJ cybersecurity directives.

Key Requirements

Bidders must provide durable, ruggedized, Section 508/ADA compliant tablets (8-12 inch screen) with biometric MFA and secure kiosks, designed to resist tampering. The solution requires enterprise-wide deployment of secure wired/wireless network infrastructure adhering to FBOP Technical Design Guidelines. Performance standards include reliable network coverage, annual interoperability testing, a 7-day SLA for hardware repair/replacement, and timely software/firmware updates (14 days, critical security within 24 hours). AI-enabled analytics for intelligence gathering and anomaly detection are also required. All devices must be TAA compliant.

Contract Details

This is a Firm Fixed Price contract. The period of performance includes a 48-month base period, followed by three 12-month option periods, and one 6-month extension period, totaling a potential 8.5 years. Payment will be made for actual consumption/usage, and quantities listed are estimates.

Submission & Evaluation

Proposals must be submitted electronically to Rwynne@bop.gov by February 5, 2026, 5:00 PM ET. Evaluation will consider Technical, Past Performance, and Price, with Technical and Past Performance combined being significantly more important than Price. Key evaluation factors include infrastructure deployment, compliance with wireless/wired standards, interoperability, security (FISMA, FedRAMP), and management plans. Past performance will be assessed via questionnaires and references. A Secure Software Development Attestation Form is required for software producers. Questions are due by January 27, 2026.

Set-Aside & Contacts

No set-aside is specified for the prime contract, however, a Subcontracting Plan with goals for Small Business, SDB, WOSB, SDVOSB, HUBZone, and VOSB is required. The place of performance is all Federal Bureau of Prison Institutions nationwide (approx. 120 institutions). Primary Contact: Ryan Wynne, Sr. Contracting Officer (rwynne@bop.gov). Secondary Contact: Timothy Brayfield (tbrayfield@bop.gov).

People

Points of Contact

Timothy BrayfieldPRIMARY
Ryan Wynne, Sr. Contracting OfficerSECONDARY

Files

Files

No files attached to this opportunity

Versions

Version 11
Solicitation
Posted: Mar 12, 2026
View
Version 10
Solicitation
Posted: Mar 5, 2026
View
Version 9
Solicitation
Posted: Feb 25, 2026
View
Version 8
Solicitation
Posted: Feb 23, 2026
View
Version 7
Solicitation
Posted: Feb 23, 2026
View
Version 6
Solicitation
Posted: Feb 13, 2026
View
Version 5
Solicitation
Posted: Feb 10, 2026
View
Version 4
Solicitation
Posted: Feb 3, 2026
View
Version 3
Solicitation
Posted: Feb 3, 2026
View
Version 2
Solicitation
Posted: Feb 2, 2026
View
Version 1Viewing
Solicitation
Posted: Jan 16, 2026