Legal Case & Document Management System
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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 District of Columbia Courts, on behalf of the Office of the General Counsel, is seeking a qualified vendor to provide a cloud-hosted, configurable Commercial-Off-The-Shelf (COTS) Legal Case and Document Management System. This system must include necessary software, licenses, warranties, installation, document migration, implementation, on-site post-implementation support and training, and ongoing maintenance. Proposals are due by April 24, 2026, at 11:00 AM EST.
Scope of Work
The required system will support electronic law practice management, contract and eDiscovery management, core document and case management (excluding court case management), automated workflows, AI for document extraction, version control, case tracking, data analytics, and reporting. It must interface with common office applications and be user-friendly. Specific functional and technical requirements detailed in Section C include robust document management, litigation hold tracking, task/calendar management, generative AI capabilities, eDiscovery, file sharing, and secure search functions. Security requirements include role-based access, a secure environment, OCR, template generation, VDI compatibility, single sign-on, and NIST-800-53 compliance.
Contract Details
- Contract Type: Firm-fixed-price
- Period of Performance: Base year plus four (4) one-year option periods
- Set-Aside: No specific set-aside mentioned (Open Market)
- Place of Performance: Washington, DC
Submission & Evaluation
- Proposals Due: April 24, 2026, 11:00 AM EST
- Questions Due: April 13, 2026, 11:00 AM EST
- Submission Method: Via email to grace.alao@dccsystem.gov
- Evaluation Factors: Proposals will be evaluated based on Price, Technical Approach (50 points), Experience and Qualifications (25 points), and Past Performance and Customer Service (25 points). Price will be evaluated for reasonableness, completeness, and realism but will not be scored.
- Eligibility: Offerors must be registered in the System for Award Management (SAM).
Key Attachments & Compliance
Bidders must review several attachments for compliance:
- Attachment J.10: Certification Regarding Drug-Free Workplace (required for bids >= $25,000).
- Attachment J.9: Wage Determination 2015-4281, Revision 17, outlining minimum wage rates and fringe benefits under the Service Contract Act.
- Attachment J.8: Past Performance Evaluation Form, detailing how contractor performance will be assessed.
- Attachment J.7: Release of Claims Form, required for contract close-out.
- Attachment J.6: Tax Certification Affidavit (required for bids > $100,000) for D.C. tax compliance.
- Attachment J.5: Certification of Eligibility, confirming no debarment or suspension.
- Attachment J.4: Non-Discrimination provisions for contracts over $10,000.
- Attachment J.3: Ethics in Public Contracting, outlining ethical standards.
- Attachment J.2: Anti-Collusion Statement, certifying no collusive practices.
- Attachment J.1: D.C. Courts General Provisions, detailing standard contract terms and conditions.
Additional Notes
No pre-proposal conference is planned. All communications and questions must be submitted in writing via email. Oral explanations are not binding.