Web-based Jury Management System (JMS)
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 Administrative Office of the U.S. Courts (AO) is conducting market research through a Request for Information (RFI) for a Web-based Jury Management System (JMS). This RFI seeks industry feedback and technical insights to refine requirements for a future solicitation. The goal is to replace the existing legacy JMS with a secure, scalable, cloud-based solution for federal jury operations. Responses are due April 6, 2026, at 12:00 p.m. ET.
Scope of Work
The AO is seeking information on solutions capable of supporting the full lifecycle of federal jury operations, including juror summonsing, qualification, check-in, management of juror information, and integration with court proceedings. The system must be a Software as a Service (SaaS) solution hosted in a FedRAMP High authorized environment, protecting Personally Identifiable Information (PII), supporting high-volume workflows, and aligning with federal best practices for cloud security and identity management. Key requirements include integration with the Government's financial system (Momentum), multi-channel communication, high availability (at least 99.9%), NIST Risk Management Framework (RMF) compliance, Zero Trust principles, and Section 508 accessibility standards. Identity and Access Management (IAM) must adhere to stringent Judiciary requirements, including NIST Digital Identity Guidelines (SP 800-63B-4, 800-63C-4), Multi-Factor Authentication (MFA) at AAL2 for PII, and integration with Login.gov for public-facing applications and Azure AD for internal applications.
Information Sought
Vendors are encouraged to provide detailed responses on available commercial solutions, technical capabilities, hosting models, security compliance, integration approaches, data migration strategies, implementation timelines, user experience, reporting, training, and support models. An Excel form is provided for submitting questions and responses.
Future Procurement Intent
A DRAFT RFP indicates the Judiciary intends to award a single Indefinite Delivery/Indefinite Quantity (IDIQ) contract for this JMS solution, with a seven (7) year ordering period and an estimated ceiling of $38,000,000.00. The RFI responses will inform the final solicitation.
Contract & Timeline
- Type: Request for Information (RFI) for market research purposes.
- Set-Aside: None specified for this RFI.
- Response Due: April 6, 2026, 12:00 p.m. Eastern Time.
- Published: March 20, 2026.
Additional Notes
This RFI is for market research only; the Judiciary does not intend to award a contract or reimburse costs for responses. Information received may be used to develop and refine the final solicitation. Questions should be directed to AJ Lee or Vanessa Jackson via email.