NGA Police Modernization
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 National Geospatial-Intelligence Agency (NGA) is conducting market research through a Sources Sought / Request for Information (RFI) for NGA Police Modernization. This initiative seeks information from vendors capable of providing a comprehensive, integrated public safety and police administration system, unifying various law enforcement technologies with seamless data integration into NGA systems. Responses are due by April 30, 2026.
Purpose & Scope
NGA aims to identify potential solutions for a Police Administration System (PAS) to enhance efficiency in managing, storing, and retrieving critical data related to incidents, arrests, evidence, and personnel for NGA Police in Saint Louis, MO, and Springfield, VA. The desired solution is a holistic law enforcement technology ecosystem, integrating a core police administration system with body-worn cameras, TASER 10 energy weapons, in-vehicle mobile data terminals (MDTs), and automated license plate readers (ALPRs). A key requirement is robust data integration with NGA's existing systems for advanced operational and analytical functions.
Key Requirements & Technical Details
The system must be a Commercial Off-the-Shelf (COTS) solution, compliant with 34 U.S. Code 41303 and 28 CFR Chapter 1 Part 20. Technical requirements include FEDRAMP High and Impact Level IV certification, DoD 5015.02 standard compliance, and NARA compliance. It must support on-premises server storage, single data entry, federal charge code tables, and integration with systems like MULES, Virginia Criminal Information Database, NCIC, N-DEX, and IAFIS. Specific modules are required for Vehicles, Investigations, Property and Evidence Management, Arrest, Booking, Traffic Accident Reporting, and Internal Affairs, among others. All contractor personnel must possess an active Top Secret/SCI security clearance, and the solution must meet stringent Intelligence Community (IC) and Department of Defense (DoD) security requirements, including RMF and ATO. Data encryption must use FIPS 140-2 validated modules, and a robust Supply Chain Risk Management (SCRM) plan is necessary.
Contract & Timeline
- Opportunity Type: Sources Sought / Request for Information (RFI)
- Response Due: April 30, 2026, by 5:00 PM ET
- Published Date: March 26, 2026
- Place of Performance: Saint Louis, MO; Springfield, VA; Arnold MO
- Nature: This RFI is for information and planning purposes only and does not constitute a commitment to contract or issue a future Request for Proposal (RFP). The acquisition is for commercial and non-developmental items.
Submission & Evaluation
Interested parties should submit an UNCLASSIFIED white paper via email, not exceeding 15 pages (Times New Roman 12pt font). Submissions should detail capabilities for providing the holistic law enforcement technology ecosystem, integration capabilities, technical architecture, data management, security features, and operational workflows. Vendors are encouraged to use the provided Comment Matrix for questions and suggestions. Information regarding business type (Small Business, Small Disadvantaged, Service-Disabled, 8(a), HUBZone, Woman-Owned) and participation in mentor/protégé programs is requested. Responders must also address potential Organizational Conflicts of Interest (OCI).
Additional Notes
No Government-Furnished Information/Equipment (GFI/GFE) will be provided. Preference will be given to systems built on open standards and non-proprietary interfaces. Vendors must have an established UEI Number, CAGE Code, and be registered in SAM, serving as the Prime Contractor. Demonstrated experience working within TS/SCI environments is required. All submissions become Government property.