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 proposals for a cloud-hosted, configurable Commercial-Off-The-Shelf (COTS) Legal Case and Document Management System. This system will include necessary software, licenses, warranties, installation, document migration, implementation, on-site post-implementation support, training, and maintenance. Proposals are due by May 1, 2026, at 11:00 AM EST.
Scope of Work
The required system must support electronic law practice management, contract and eDiscovery management, core document and 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 include robust document management, litigation hold tracking, task/calendar management, generative AI capabilities, eDiscovery, and compliance with NIST-800-53 security standards. A court case management system is explicitly excluded from this procurement.
Contract Details
- Contract Type: Firm-fixed-price.
- Period of Performance: A base year plus four (4) one-year option periods.
- Set-Aside: None specified (Open Market).
- Estimated Value: Not specified.
Submission & Evaluation
Proposals must be submitted via email to grace.alao@dccsystem.gov by May 1, 2026, at 11:00 AM EST. The original deadline of April 24, 2026, was extended by Amendment A01. Evaluation factors include 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. Offerors must sign and attach Amendment A01 to their offer.
Key Attachments & Compliance
Bidders must review and comply with several mandatory attachments, including:
- Attachment J.6 - Tax Certification Affidavit: Required for bids over $100,000, certifying compliance with D.C. tax laws.
- Attachment J.10 - Certification Regarding Drug-Free Workplace: Required for bids over $25,000.
- Attachment J.9 - Wage Determination: Outlines minimum wage rates and fringe benefits under the Service Contract Act.
- Attachment J.8 - Past Performance Evaluation Form: Details how past performance will be assessed.
- Attachment J.5 - Certification of Eligibility: Certifies the contractor is not debarred or suspended.
- Attachment J.4 - Non-Discrimination: Mandates non-discrimination provisions in contracts.
- Attachment J.3 - Ethics in Public Contracting: Outlines ethical standards and conflict of interest rules.
- Attachment J.2 - Anti-Collusion Statement: Certifies no collusive practices.
- Attachment J.1 - D.C. Courts General Provisions: Standard terms and conditions governing the contract.
Contact Information
For inquiries, contact Grace Alao at grace.alao@dccsystem.gov or 202-879-2855. Responses to questions received by April 13, 2026, will be posted.