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 (BOP) has issued a Solicitation for the Inmate Tablet Implementation Initiative, seeking a comprehensive solution to provide secure, scalable digital services to approximately 150,000 inmates across 120 facilities nationwide. This initiative aims to enhance access to education, healthcare, legal, religious, and communication resources. Proposals are now due by March 23, 2026, at 2:00 p.m. EST. Site visits are available for up to three vendor representatives during the weeks of February 17 and February 23, 2026, requiring NCIC paperwork submission by February 5, 2026.

Opportunity Overview

The BOP seeks to design, deploy, and sustain an enterprise-wide digital services platform, providing each inmate with an individual tablet. The solution must operate within FedRAMP-High GovCloud environments and comply with FISMA and DOJ cybersecurity directives. It will support various networks including Staff Telephone, Sentry LAN, Inmate Telephone, TRULINCS LAN, Education LAN, Commissary LAN, UNICOR LAN, and Staff Digital Telephone LAN.

Key Requirements & Deliverables

The contractor will provide necessary hardware, software, network infrastructure, kiosks, and deployment support. This includes:

  • Hardware: Durable, ruggedized, Section 508/ADA compliant tablets (8-12 inch screen) with biometric MFA and secure kiosks.
  • Services: External electronic mail, video calling, phone calls, printing, and subscription services (music, movies, games, podcasts).
  • Content: Self-paced educational, faith-based, vocational training, law library access, internal communication applications, and commissary ordering.
  • Ancillary Services: Electronic medical records interface, telehealth, digital mail scanning, and electronic form submittal.
  • Infrastructure: Design and install wired/wireless network infrastructure adhering to FBOP Technical Design Guidelines, including raceways, conductors, and fiber optic cable systems.
  • Security: End-to-end encryption, strong authentication, and compliance with FedRAMP, FISMA, Section 508, and DOJ cybersecurity directives. Software producers must complete a DOJ Self-Attestation form.
  • Support: Enterprise-wide support, hardware replacement SLAs (7-day), and timely software/firmware updates (critical fixes within 24 hours). AI-enabled analytics for intelligence gathering.

Contract Details

  • Type: Firm Fixed Price (FFP) contract.
  • Duration: A 48-month base period, followed by three 12-month option periods, and one 6-month extension period.
  • Place of Performance: All Federal Bureau of Prison Institutions nationwide (approximately 120 institutions), including Satellite facilities.
  • Set-Aside: Not explicitly stated as a specific set-aside, but the RFP includes standard FAR clauses regarding small business concerns, and a Subcontracting Plan template is provided, indicating expectations for small business participation.
  • Product Service Code: DA10 - Support Services, Delivered As A Service Contract (SaaS Or Subscription).

Submission & Evaluation

  • Proposal Due: March 23, 2026, at 2:00 p.m. EST.
  • Site Visits: Available for up to three vendor representatives during the weeks of February 17 and February 23, 2026. NCIC paperwork (Attachment J-13) for site visit participants is due by February 5, 2026.
  • Evaluation Factors: Proposals will be evaluated based on Technical, Past Performance, and Price. Technical and Past Performance combined are significantly more important than Price. Key evaluation areas include deployment capability, compliance with standards, interoperability, SLAs, security (FISMA, FedRAMP), and management plans. Past performance will assess experience in large-scale IT solutions and federal security compliance.
  • Required Attachments: Bidders must complete a Business Management Questionnaire, Past Performance Questionnaire, and provide a Bank Reference Letter.

Contact Information

Primary Contact: Timothy Brayfield (tbrayfield@bop.gov) Secondary Contact: Ryan Wynne, Sr. Contracting Officer (rwynne@bop.gov)

People

Points of Contact

Timothy BrayfieldPRIMARY
Ryan Wynne, Sr. Contracting OfficerSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

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 3Viewing
Solicitation
Posted: Feb 3, 2026
Version 2
Solicitation
Posted: Feb 2, 2026
View
Version 1
Solicitation
Posted: Jan 16, 2026
View