Quality Assurance and Software Testing Services to Support the Implementation of the District of Columbia Court of Appeals (COAs’) Case 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 (DCC), on behalf of the District of Columbia Court of Appeals (DCCA), is soliciting proposals for Quality Assurance and Software Testing Services to support the implementation of the DCCA's Case Management System. This opportunity seeks two (2) mid-level QA and Software Testers for a web-based enterprise application. Proposals are due April 21, 2026, by 1:00 PM EST.
Scope of Work
The selected contractor will provide comprehensive testing services, including but not limited to:
- Database, Functional, Interface, Software compatibility, User Acceptance Testing (UAT), Regression, Performance and load, Disaster recovery, End-to-end, and Section 508 accessibility testing.
- Ensure development, integration, and deployment of reliable and secure information systems.
- Provide knowledge transfer, training, and ongoing support to end users.
- Adhere to the ITD System Development Life Cycle (SDLC) processes.
- Experience with Agile development environments is preferred.
- Experience with large-scale, complex IT testing environments and Case Management Systems for Courts (e.g., C-Track Enterprise) is highly desirable. Key Deliverables include Test Scenarios, Test Cases/Scripts, Workflow Documentation, Test Execution Results, Defect/Issue Reports, Test Status Reports, Test Summary Reports, User Guides, and Knowledge Transfer.
Contract & Timeline
- Contract Type: Firm-fixed price.
- Period of Performance: One (1) year base term with a one (1) year option period.
- Anticipated Award Date: June 15, 2026.
- Set-Aside: Unrestricted / Open Market. Offerors must be registered in SAM.
- Place of Performance: Washington, DC.
Submission & Evaluation
- Proposals Due: April 21, 2026, by 1:00 PM EST.
- Submission Method: Via email to Ahmad Stanekzai (ahmad.stanekzai@dccsystem.gov). Proposals must be submitted as two separate PDF files: Volume 1 (Technical Proposal) and Volume 2 (Price Proposal).
- Evaluation Criteria: Proposals will be evaluated based on Price, Experience and Qualifications (50 points), Technical Approach (20 points), and Past Performance and Customer Service (30 points). Non-price factors combined are approximately equal to price.
Key Amendments
- Amendment No. 1 (April 13, 2026): Issued a Questions & Answers Spreadsheet (Appendix A) and revised Section L.11, increasing the page limit for the "Experience & Qualifications" section (Tab B) of the Technical Proposal from 5 to 15 pages.
- Amendment No. 2 (April 15, 2026): Replaced Section M.6 ("Past Performance & Customer Services") to clarify evaluation criteria. The Courts will assess commitment to customer satisfaction, timely delivery, and quality, focusing on projects of similar scope/size/complexity, with government contracts weighted more heavily. The Courts reserve the right to contact project owners from the last five years.
Additional Notes
Offerors must acknowledge receipt of all solicitation amendments (No. 1 and No. 2) by attaching signed copies to their proposals; failure to do so may result in rejection. All written communications should be directed to Mr. Ahmad Stanekzai. The "Attachments J.1 - J.10.pdf" document outlines general provisions applicable to DC Courts contracts, which bidders should review carefully.