Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 09, 2025 SAM #8657
SOURCES SOUGHT

99 -- Detainee Management Accountability and Reporting (DMAR)

Notice Date
8/7/2025 12:11:19 PM
 
Notice Type
Sources Sought
 
Contracting Office
W6QK ACC-APG CONT CT WASH OFC ALEXANDRIA VA 22331-0700 USA
 
ZIP Code
22331-0700
 
Solicitation Number
W909MY25RA003
 
Response Due
9/5/2025 11:00:00 AM
 
Archive Date
09/05/2025
 
Point of Contact
Keane Sablon, Phone: 5206712289, Rosetta Wisdom-Russell, Phone: (703) 704-0826
 
E-Mail Address
keane.s.sablon.civ@army.mil, rosetta.wisdom-russell.civ@army.mil
(keane.s.sablon.civ@army.mil, rosetta.wisdom-russell.civ@army.mil)
 
Description
Purpose The purpose of this Request for Information (RFI) is to conduct market research and gather information from industry regarding existing and emerging technologies, systems, and capabilities that could fulfill the United States Army requirements for a modernized Detainee Management Accountability and Reporting (DMAR) System. This RFI is issued in accordance with FAR 15.201(e) to assess market interest, identify potential sources of supply, and inform future acquisition strategy and requirements development. Product Manager (PM) Biometrics seeks a comprehensive and interoperable DMAR solution that provides end-to-end detainee lifecycle management, from point of capture to final disposition. This includes the documentation of biometric, biographic, medical, and legal information; tracking of detainee movement and status; audit logging; and integration with related intelligence, law enforcement, and command and control systems. The capability must be scalable, cybersecure, and compliant with all applicable Department of Defense (DoD), U.S. Government, and international regulations governing the handling of detainees in both kinetic and non-kinetic operational environments. This RFI is intended to: Understand the current capabilities and maturity of potential commercial solutions. Identify vendors or organizations capable of developing or delivering a compliant solution. Gather technical input and innovative approaches to inform requirements definition and acquisition planning. Assess industry�s ability to support fielding timelines, sustainment models, cybersecurity accreditation, and training solutions. Respondents are encouraged to provide candid and thorough responses, including technology readiness, operational deployment experience, integration architecture, and sustainment approach. While this RFI does not commit the Government to issuing a solicitation or awarding a contract, it is an essential step toward developing a future solution that supports operational commanders, DoD law enforcement entities, and intelligence professionals in ensuring accountability, transparency, and mission compliance in detainee operations. The Government is not seeking proposals and will not accept unsolicited proposals at this time. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluation will be provided. The Government will retain all responses, which will be protected as business sensitive and will not be released outside of the Government and the Government�s program support contractor(s). Respondents are advised that the Government will not pay for any information provided, or administrative costs incurred, in response to this RFI. All costs associated with responding to this RFI will be solely at the Respondent�s expense. Defense and commercial contractors, including small businesses, veteran-owned businesses, service-disabled veteran-owned businesses, HUB Zone small businesses, and woman-owned small businesses are encouraged to participate. Not responding to this RFI does not preclude participation in any future Request for Proposal(s) (RFP), if any is issued. It is the responsibility of the potential offerors to monitor for additional information pertaining to any future requirement. Background The U.S Army operates in complex and dynamic environments where the humane, lawful, and accountable handling of detainees is critical to mission success, strategic credibility, and compliance with international norms. During joint, interagency, and multinational operations, U.S. forces may detain individuals for security, intelligence, or law enforcement purposes. These detainees must be managed in accordance with U.S. law, the Law of Armed Conflict (LOAC), the Geneva Conventions, and DoD policy, particularly DoD Directive 2310.01E and DoD Instruction 2310.01. The current operational landscape includes counterterrorism, counterinsurgency, irregular warfare, and stability operations, often in austere or contested environments. These missions require an integrated and secure DMAR system capable of tracking detainees from the point of capture through transfer, release, prosecution, or other disposition. The system must provide real-time situational awareness to Commanders, Legal Advisors, Intelligence Analysts, and Military Police at multiple echelons�from tactical units (e.g., Brigade Combat Teams) to Combatant Commands and Strategic-level stakeholders. In addition to documenting biographic, biometric, medical, legal, and behavioral data, DMAR must support secure multi-domain operations (i.e., unclassified and classified) and operate in both connected and disconnected modes. DMAR should integrate with other enterprise and tactical systems including the Department of Defense Automated Biometric Identification System (DoD ABIS), Army Intelligence Data Platform (AIDP), and Joint/Coalition detainee management platforms. There is also a growing requirement to integrate with forensic and evidentiary collection systems, providing a chain of custody for all items associated with detainees. PM Biometrics is seeking innovative solutions that automate reporting, reduce data entry burdens, and enhance visibility of detainee status, history, and compliance with detention standards. PM Biometrics intends to modernize this capability to enhance mission readiness, ensure transparency and accountability, and provide data interoperability across Services, Agencies, and Coalition partners�while maintaining a secure and compliant architecture aligned with Zero Trust principles and DoD Cybersecurity Frameworks. Objectives PM Biometrics seeks information that addresses the following: Commercial solution to support full detainee lifecycle management. Vendor capacity to develop, update, and sustain a DMAR software capability. Integration with Joint, Interagency, and Coalition systems. Support for biometric and forensic data integration. Secure multi-domain operations (NIPR and SIPR) and disconnected operations. Role-based access controls and analytics. Compliance with DoD Instruction 2310.01E and Geneva Conventions. Requested Information To support the development of requirements and inform potential acquisition strategies, PM Biometrics requests comprehensive responses from interested vendors or integrators that address functional, technical, and programmatic aspects of a proposed DMAR solution. Respondents are encouraged to be specific, including architecture diagrams, where appropriate, and clearly state system capabilities, maturity levels, and gaps. Please structure your response to address the following categories: 4.1 Software Development Capability Describe your software development approach (e.g., waterfall, agile, and/or hybrid). Describe your quality assurance process for developing clean and efficient code. Explain how your software development process will allow for scalability. Outline your program resource structure for a new software effort, covering the entire lifecycle from initial coding to documentation development and ongoing sustainment. Describe your history using Cloud based services to host newly developed applications, programs, and/or data. Can any of your current software efforts (specifically government funded) be tailored to meet DMAR requirements with minimal rework? If so, how? What are the foundational technologies or software platforms that your development efforts would rely on? How do you maintain that relationship without passing the cost on to the customer? 4.2 System Overview and Architecture Provide a high-level description of your system�s architecture (modular, monolithic, microservices, etc.), including deployment options (cloud, on-premise, hybrid, edge). Describe the system�s current Technology Readiness Level (TRL) and operational maturity (e.g., TRL 7 = operationally tested in a relevant environment). Outline platform dependencies, software stack, and third-party components. Include relevant system certifications, accreditations (ATO/Interim ATO), or compliance with DoD IT policies (e.g., DoDI 8510.01 RMF, DoDI 5000.87 Software Acquisition Pathway). 4.3 Core Functional Capabilities Detainee Lifecycle Tracking: Describe features that support intake, biometric and biographic capture, property logging, movement between facilities, status updates, disposition, and release documentation. Medical and Legal Records: Detail how the system captures and protects detainee medical, legal, and behavioral health records in compliance with the Health Insurance Portability and Accountability Act (HIPAA), Law of Armed Conflict (LOAC), and Geneva Conventions. Chain of Custody & Evidentiary Management: Explain mechanisms for maintaining audit trails and evidentiary integrity for all detainee-associated items, media, and documents. Reporting and Dashboards: Describe user-configurable reports, real-time dashboards, command summary products, and automated alerts. 4.4 Data Integration and Interoperability Describe your system�s ability to integrate with existing DoD systems such as AIDP, DoD ABIS, or other intelligence platforms. Identify adherence to or support for open standards and APIs (RESTful, SOAP, NIEM, XML, JSON, etc.). Provide examples of past system integrations in secure, federated, or coalition environments. 4.5 Cybersecurity, Access Control, and Compliance Explain how your system meets or can be adapted to meet DoD cybersecurity requirements, including: National Institute of Standards Special Publication (NIST SP) 800-53. Role-Based Access Control, Attribute-Based Access Control. Multi-Factor Authentication. Zero Trust Architecture principles. Provide details on logging, auditing, data encryption (in transit and at rest), and compliance with Controlled Unclassified Information (CUI) standards. 4.6 Scalability and Tactical Suitability Describe the system�s performance in a Disconnected/Degraded/Intermittent/Low-bandwidth (D-DIL) environment. Identify the maximum number of detainee records supported and concurrent users under normal operating conditions. 4.7 User Experience and Training Detail user interface features, accessibility (e.g., for mobile/dismounted users), language support, and ease of navigation. Include the training concept for end users, administrators, and sustainment personnel. Describe helpdesk, support models, and availability of field service representatives (FSRs). 4.8 Deployment, Sustainment, and Licensing Describe deployment timelines, delivery methodology (Agile, DevSecOps), and sustainment strategies. Include details on update cycles, bug fixes, cybersecurity patching, and configuration management. Identify software licensing models (e.g., perpetual, subscription, usage-based) and infrastructure hosting options (e.g., AWS GovCloud/DoD IL5, on-prem). 4.9 Past Performance and References Provide summaries of relevant past or current contracts (DoD, Federal, non-government-sector, or international) involving detainee operations, biometric identity, law enforcement, or corrections systems. Include customer organization, contract number, contract value, performance period, scope, and POC (if available and releasable). 4.10 Rough Order of Magnitude (ROM) Pricing (Optional) If available, provide a ROM for: Software development costs. Initial deployment and fielding across 1-3 echelons. Annual licensing or subscription costs. Training and support services. Clarify any cost variables based on user volume, hosting environment, or custom development. 4.11 Innovation and Recommendations Suggest innovative technologies, capabilities, or approaches that could enhance detainee operations. Identify technical risks, policy limitations, or barriers to implementation based on current DoD or coalition practices. Other Requests/Questions Provide a list of firm�s current Contract Vehicles and/or GSA Schedules (if applicable). Indicate any vehicles that could potentially be leveraged for this effort. Do you intend to bid this effort? If so, as a Prime Contractor, Subcontractor, or Other; please describe. Does your firm primarily do business in the government or non-government sector? Does your firm/organization have an approved accounting system, as required in US Federal Acquisition Regulation (FAR) 16.301-3(a)(3) for cost-reimbursement contracts? 5.0 Submission Instructions Interested parties and capable sources able to address the above request are invited to submit responses that address the topics outlined in Section 4.0. Submissions should be clear, concise, and structured in a manner that aligns with the information requested. The Government encourages industry to use professional judgment in tailoring their response to emphasize their system�s unique value and relevance to DoD detainee operations. 5.1 Format and Structure Identify a single point of contact for receipt of all information pursuant to this RFI. Responses must be submitted electronically in PDF format. The document should be formatted for 8.5 x 11-inch pages, using Times New Roman or Arial 11-point font, single-spaced, with 1-inch margins. The total submission, including cover page, tables, diagrams, and appendices, shall not exceed 20 pages. Attachments such as system diagrams, screenshots, or technical datasheets may be included in an annex and do not count toward the page limit. All company proprietary information must be clearly marked on each page with the appropriate distribution and restriction markings (e.g., �Proprietary,� �CUI�). 5.2 Cover Page Requirements Submission must include a cover sheet with the following information: Company/Organization Name Date of Incorporation Number of years in business Number of employees Point of Contact (POC) Title Address Phone Number Email Address Website address (if applicable) CAGE Code Unique Entity Identifier (UEI) NAICS Code(s) Business Size Classification (i.e., Large, Small) SBA Socio-Economic Certification Status (e.g., 8(a), HUBZone, etc.) 5.3 Delivery Instructions Submit one electronic response via email to Keane Sablon, Contract Specialist, keane.s.sablon.civ@army.mil and Rosetta Wisdom-Russell, Contracting Officer, at rosetta.wisdom-russell@army.mil. Subject line must include �Response to RFI � Detainee Management Accountability and Reporting - [Company Name]� All responses must be received no later than: 05 September 2025, 2:00 PM Eastern Time (ET) Late submissions may not be considered unless deemed in the Government�s interest. 5.4 Questions and Clarifications All questions and requests for further information shall be in writing and submitted no later than 21 August 2025, 2:00 PM ET to Keane Sablon, Contract Specialist, keane.s.sablon.civ@army.mil and Rosetta Wisdom-Russell, Contracting Officer, at rosetta.wisdom-russell@army.mil. Telephonic requests for additional information will not be honored. Answers may be distributed via an amendment or public notice without attribution to the original requestor. 5.5 Additional Notes Respondents are solely responsible for ensuring timely submission of their information. Participation in this RFI is voluntary and not required to respond to any future solicitation. The Government will not provide reimbursement for costs incurred in response preparation, submittal, or participation in any follow-on engagements (e.g., demos or industry days). Any submission may be shared across relevant DoD stakeholders and programs to inform future acquisition planning. Please indicate if any portion of your response is restricted to a specific audience (e.g., PM Biometrics only). 6.0 Industry Day and Demonstration (Optional) Interested vendors may be invited to demonstrate their solution at a future Industry Day. Indicate interest in a demo opportunity in your response. 7.0 Disclaimers This RFI is for informational purposes only and does not constitute a contract or commitment by the Government. Responses will not be returned. Proprietary information must be clearly marked.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/89fea4f7e7664f8b9fe51672a881ccab/view)
 
Place of Performance
Address: Fort Belvoir, VA 22060, USA
Zip Code: 22060
Country: USA
 
Record
SN07542752-F 20250809/250807230103 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.