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
Mar 17, 2026, 4:00 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) is soliciting proposals for an Inmate Tablet Implementation Initiative to design, deploy, and sustain a secure, scalable digital services platform. This initiative aims to provide approximately 150,000 inmates across 120-122 nationwide facilities with access to education, healthcare, legal, religious, and communication resources. Proposals are due March 17, 2026, at 12:00 PM EST.

Scope of Work

The program requires the provision of necessary hardware, software, network infrastructure, kiosks, and deployment support for inmate tablets. 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.

Contract & Timeline

  • Type: Firm Fixed Price
  • Duration: A 48-month base period, followed by three 12-month option periods, and one 6-month extension period.
  • Set-Aside: None specified.
  • Proposal Due: March 17, 2026, at 12:00 PM EST.
  • Published: February 23, 2026.

Key Requirements & Deliverables

Offerors must provide durable, ruggedized, Section 508/ADA compliant tablets (8-12 inch screen) with biometric MFA and secure kiosks. All devices must be TAA compliant. The cloud system must be FedRAMP certified with high authorization, with full certification achieved within 18 months of award (interim 12-month ATO provided). The contractor is responsible for installing all horizontal copper cabling for wireless infrastructure at every institution. For specific locations (Ashland, Big Spring, Duluth, Edgefield, La Tuna, Montgomery, Morgantown, Safford, Sandstone, Springfield, Yankton), BOP will provide 24-strand single-mode fiber cabling on-site, but the contractor must provide labor and additional materials for installation. BOP will provide minimum required single-mode fiber connectivity to all other institutions.

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 factors include demonstrated ability to deploy infrastructure, compliance with wireless and wired standards, interoperability testing, SLA compliance, security (FISMA, FedRAMP), and management/staffing plans. Past performance will assess experience in large-scale IT solutions, meeting SLA targets, and federal security compliance.

Submission & Site Visit Details

Proposals must be submitted electronically. A 2-day site visit was offered at the Federal Correctional Complex in Butner, North Carolina, on February 18-19, 2026. NCIC paperwork and Photo ID for up to three vendor representatives were due by February 11, 2026. A second round of clarification questions was due by February 23, 2026.

Additional Notes

BOP does not intend to fund tablet purchases or infrastructure build-out; these costs are expected to be built into the vendor's inmate services pricing. Payment will be made for actual consumption/usage. Vendors must complete a Business Management Questionnaire, Past Performance Questionnaire, and provide a Bank Reference Letter. Software producers must complete a DOJ Self-Attestation Form for secure software development.

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
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 7Viewing
Solicitation
Posted: Feb 23, 2026
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 1
Solicitation
Posted: Jan 16, 2026
View