Skip to content
Court Services And Offender Supervision Agency

Policy and Procedure Management System

Solicitation: 9594CS26Q0000
Notice ID: 54acd668b6a9406589d62f0e2462ecb3
TypeSources SoughtNAICS 513210PSCDA10Set-AsideNONEDepartmentCourt Services And Offender Supervision AgencyStateDCPostedApr 08, 2026, 12:00 AM UTCDueApr 23, 2026, 11:00 PM UTCCloses in 15 days

Sources Sought from COURT SERVICES AND OFFENDER SUPERVISION AGENCY • COURT SERVICES AND OFFENDER SUPERVISION AGENCY. Place of performance: DC. Response deadline: Apr 23, 2026. Industry: NAICS 513210 • PSC DA10.

Market snapshot

Awarded-market signal for NAICS 513210 (last 12 months), benchmarked to sector 51.

12-month awarded value
$367,513,320
Sector total $556,770,547 • Share 66.0%
Live
Median
$1,401,626
P10–P90
$544,193$2,259,058
Volatility
Volatile122%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
66.0%
share
Momentum (last 3 vs prior 3 buckets)
+179%($173,350,176)
Deal sizing
$1,401,626 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for DC
Live POP
Place of performance
District of Columbia • 20002 United States
State: DC
Contracting office
Washington, DC • 20004 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
DC20260001 (Rev 3)
Match signal: state matchOpen WD
Published Jan 23, 2026District of Columbia • Washington, D.C.
Rate
Asbestos Worker/Heat and Frost Insulator
Base $40.77Fringe $20.17
Rate
HAZARDOUS MATERIAL HANDLER
Base $24.46Fringe $10.19
+70 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 70 more rate previews.
Davis-BaconBest fitstate match
DC20260001 (Rev 3)
Open WD
Published Jan 23, 2026District of Columbia • Washington, D.C.
Rate
Asbestos Worker/Heat and Frost Insulator
Base $40.77Fringe $20.17
Rate
HAZARDOUS MATERIAL HANDLER
Base $24.46Fringe $10.19
Rate
Fire Stop Technician
Base $30.21Fringe $10.43
+69 more occupation rates in this WD
Davis-Baconstate match
DC20260002 (Rev 2)
Open WD
Published Jan 16, 2026District of Columbia • Washington, D.C.
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $40.77Fringe $20.17
Rate
ASBESTOS WORKER: HAZARDOUS MATERIAL HANDLER
Base $24.46Fringe $10.19
Rate
FIRESTOPPER
Base $30.21Fringe $10.43
+28 more occupation rates in this WD
Davis-Baconstate match
DC20260003 (Rev 0)
Open WD
Published Jan 02, 2026District of Columbia • Washington, D.C.
Rate
ASBESTOS WORKER: HAZARDOUS MATERIAL HANDLER
Base $24.46Fringe $10.19
Rate
ELEVATOR MECHANIC
Base $57.16Fringe $38.43
Rate
PLUMBER
Base $29.60Fringe $14.71
+11 more occupation rates in this WD
Service Contract Actstate match
2021-0169 (Rev 18)
Open WD
Published Dec 03, 2025District of Columbia
47040
Diver
Base $60.90Fringe $0.00
47041
Diver Tender 34.80 (not set) - Diver Supervisor
Base $66.99Fringe $0.00

HEALTH & WELFARE: $5.55 per hour, up to 40 hours per week, or $222.00 per week or $962.00 per month HEALTH & WELFARE EO 13706: $5.09 per hour, up to 40 hours per week, or $203.60 per week, or $882.27 per month* *This rate is to be used only when compensating employees for performance on an SCA- covered contract also covered by EO 13706, Establishing Paid Sick Leave for Federal Contractors. A contractor may not receive credit toward its SCA obligations for any paid sick leave provided pursuant to EO 13706. | VACATION: 2 weeks paid vacation after 1 year of service with a contractor or successor, 3 weeks after 5 years, and 4 weeks after 15 years. Length of service includes the whole span of continuous service with the present contractor or successor, wherever employed, and with the predecessor contractors in the performance of similar work at the same Federal facility. (Reg. 29 CFR 4.173) | HOLIDAYS: A minimum of eleven paid holidays per year: New Year's Day, Martin Luther King Jr.'s Birthday, Washington's Birthday, Memorial Day, Juneteenth National Independence Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. (A contractor may substitute for any of the named holidays another day off with pay in accordance with a plan communicated to the employees involved.) (See 29 CFR 4.174) ** UNIFORM ALLOWANCE ** If employees are required to wear uniforms in the performance of this contract (either by the terms of the Government contract, by the employer, by the state or local law, etc.), the cost of furnishing such uniforms and maintaining (by laundering or dry cleaning) such uniforms is an expense that may not be borne by an employee where such cost reduces the hourly rate below that required by the wage determination. The Department of Labor will accept payment in accordance with the following standards as compliance: The contractor or subcontractor is required to furnish all employees with an adequate number of uniforms without cost or to reimburse employees for the actual cost of the uniforms. In addition, where uniform cleaning and maintenance is made the responsibility of the employee, all contractors and subcontractors subject to this wage determination shall (in the absence of a bona fide collective bargaining agreement providing for a different amount, or the furnishing of contrary affirmative proof as to the actual cost), reimburse all employees for such cleaning and maintenance at a rate of $3.35 per week (or $.67 cents per day). However, in those instances where the uniforms furnished are made of ""wash and wear"" materials, may be routinely washed and dried with other personal garments, and do not require any special treatment such as dry cleaning, daily washing, or commercial laundering in order to meet the cleanliness or appearance standards set by the terms of the Government contract, by the contractor, by law, or by the nature of the work, there is no requirement that employees be reimbursed for uniform maintenance costs. ** SERVICE CONTRACT ACT DIRECTORY OF OCCUPATIONS ** The duties of employees under job titles listed are those described in the ""Service Contract Act Directory of Occupations"", Fifth Edition (Revision 1), dated September 2015, unless otherwise indicated. ** OCCUPATIONS NOT INCLUDED IN THE SCA DIRECTORY OF OCCUPATIONS ** Diver Supervisor Responsibilities of the supervisor include oversight of diving operations, conducting safety meetings, establishing dive plan/tasks, completing dive related paperwork, communicating with divers and tenders, monitoring diving equipment and diving conditions.

Point of Contact

Name
Valerie Wallace
Email
valerie.wallace@csosa.gov
Phone
Not available

Agency & Office

Department
COURT SERVICES AND OFFENDER SUPERVISION AGENCY
Agency
COURT SERVICES AND OFFENDER SUPERVISION AGENCY
Subagency
COURT SERVICES OFFENDER SUPV AGCY
Office
Not available
Contracting Office Address
Washington, DC
20004 USA

More in NAICS 513210

Description

1. Introduction

The Court Services and Offender Supervision Agency (CSOSA or “the Agency”) is conducting market research in accordance with FAR Part 10 to identify potential sources capable of providing a Policy and Procedure (P&P) Management System.  CSOSA is seeking to acquire a Policy and Procedure Management system. This system will serve as the agency’s single source of management for all directives and guidance documents. It will help ensure that policies are consistent, up to date, and easily accessible across the Agency.

This Sources Sought Notice is issued for informational and planning purposes only and does not constitute a solicitation. Responses will not be considered as proposals or offers.

2. Purpose

The purpose of this notice is to:

  • Identify capable vendors that can meet the Agency’s requirements
  • Determine the availability of small businesses and socioeconomic categories
  • Assess industry capabilities and commercial solutions
  • Support acquisition planning and strategy development

3. Requirement Overview

CSOSA seeks a commercially available solution to serve as the Agency’s single authoritative system for managing all policies, procedures, directives, and guidance documents.

The system must enable:

  • Centralized policy management
  • Standardization and consistency of directives
  • Enterprise-wide accessibility
  • Compliance, auditability, and reporting

4. General System Requirements

4.1 IT Security & Architecture

The system shall:

  • Be FedRAMP authorized or support SaaS and on-premises deployment models
  • Align with Microsoft Azure / Entra ID
  • Support PIV / Single Sign-On (SSO)
  • Provide role-based access control (RBAC)
  • Support data portability and migration

4.2 Administrative & Functional Capabilities

The system shall provide:

  • Advanced workflow automation, including parallel and conditional routing
  • Automated policy lifecycle management
  • Compliant archiving with immutable, read-only history
  • Workflow assignment based on document type or template selection
  • Employee collaboration capabilities (e.g., discussion boards)
  • Policy attestation and knowledge check functionality
  • Reporting and dashboards at:
    • Workflow stage level
    • Individual user level
    • Program office level
  • Full audit trail of system activity
  • Integration capability with Microsoft Office 365 and related tools such as FS Pro
  • User-friendly interface (UI/UX)
  • Closed-domain AI capabilities for:
    • Intelligent search
    • Identification of inconsistencies or missing content
  • Minimal IT dependency post-implementation

5. Policy and Procedure Management Lifecycle Requirements

The system shall support a four-stage Policy and Procedure (P&P) lifecycle, which is timeline-driven and includes flexible workflows based on document type and review requirements.

Lifecycle Stages

  1. Development (S.1)
  2. Review (S.2)
  3. Approval (S.3)
  4. Maintenance (S.4)

The system must support:

  • Multiple workflow variations
  • Substage-level timelines and task dependencies
  • Full or abbreviated review processes

5.1 Development (S.1) Requirements

The system shall:

  • Support template creation or import
  • Automatically assign workflows based on document type/template
  • Provide role-based permissions (author, collaborator, etc.)
  • Manage substage-specific timelines
  • Allow:
    • Suspension or extension of substages
    • Reassignment of authors and collaborators
  • Provide automated notifications based on substage timelines
  • Require completion of tasks to transition to Review (S.2)

5.2 Review (S.2) Requirements

The system shall:

  • Support substage-specific workflows with timeline and/or task completion requirements
  • Allow multiple workflow variations with differing timelines
  • Enable:
    • Assignment of individuals or groups per substage
    • Addition or removal of reviewers
    • Removal of substages when applicable
  • Provide role-based task access
  • Support automated notifications
  • Accommodate multiple formal review tracks
  • Require completion of tasks to transition to Approval (S.3)

5.3 Approval (S.3) Requirements

The system shall:

  • Provide automated notification to designated signatories
  • Notify authors upon approval
  • Require final approval prior to publication

5.4 Maintenance (S.4) Requirements

The system shall:

  • Generate automated notifications based on recertification/review due dates
  • Allow document owners to review and update policies
  • Support approval of updated documents with revised effective dates

6. Vendor Response Requirements

Interested vendors shall submit a capability statement (not to exceed 10 pages) that includes:

  1. Company Information
    • Company name, address, UEI, and CAGE code
    • Business size and socioeconomic status
  2. Technical Capability
    • Description of the proposed solution
    • Alignment with the requirements outlined above
    • Hosting model (cloud, on-premises, hybrid)
  3. Relevant Experience
    • Experience providing similar systems
    • Past performance references
  4. Security & Compliance
    • FedRAMP status or capability
    • Security approach
  5. Integration Capability
    • Experience integrating with Microsoft environments
  6. Rough Order of Magnitude (ROM)
    • Estimated pricing structure (licenses, implementation, maintenance)

7. Submission Instructions

  • Responses shall be submitted electronically in PDF format. Responding firms shall not provide a generic capabilities statement. Response must describe how your product is aligned with the requirements described in this Sources Sought.
  • Maximum length: 10 pages
  • Submission deadline: April 23, 2026, at 7:00 PM EDT
  • Email: Valerie.wallace@csosa.gov
  • Subject Line: Sources Sought – Policy Management System

8. Disclaimer

This Sources Sought Notice is issued solely for information and planning purposes and does not constitute a solicitation. The Government does not intend to award a contract based on responses to this notice and will not reimburse any costs incurred in responding.

Files

Files size/type shown when available.

No public attachments surfaced yet. Some owner portals gate files behind registration, and BidPulsar keeps enriching the package as new public links appear.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.