Categories: Buyer Resources

by ybriw

Share

What Should Your Ankle Monitor RFP Actually Require?

Federal procurement standards — including ICE’s Intensive Supervision Appearance Program (ISAP) specs — establish a baseline: FCC-certified tamper-resistant ankle transmitters, 99.999% system reliability (no more than 8.76 hours of downtime per year), minimum 24-hour battery life, GPS coordinate storage every 3 minutes with uploads at least every 4 hours, and water resistance to at least 15 feet. Most reputable vendors meet these minimums. The specifications that actually differentiate vendors — and predict your program’s operational costs over a 3–5 year contract — are the ones most RFPs underweight or omit entirely.

The Baseline: Federal Technical Requirements

Whether you’re writing a county-level RFP or evaluating responses to a state contract, start with the DHS/ICE ISAP specifications as your floor. These have been refined across multiple procurement cycles and represent the federal government’s minimum acceptable standards for electronic monitoring equipment:

Requirement Federal Standard What “Best-in-Class” Looks Like
System uptime 99.999% annually Same, with documented SLA penalties for violations
Battery life 24 hours minimum 40–80 hours; some BLE tethers last 2+ years
GPS storage frequency Every 3 minutes Configurable: 1–15 minutes per offender based on risk
Data upload frequency Every 4 hours Near real-time over LTE-M/NB-IoT (seconds to minutes)
Water resistance 15 feet IP68 rated (submersible, suitable for swimming)
Tamper resistance “Tamper-resistant” (generic) Specify detection method: optical fiber, capacitive, or heart-rate
Ankle fit “Adjustable to fit any ankle” Multiple size options (XS–XL) with tool-free snap-on installation
Spare inventory 10% spare equipment Same, plus defined swap turnaround time (24–48 hours)

Five Specifications Most RFPs Miss

1. Anti-Tamper Detection Methodology

The single most impactful specification you can add to your RFP. Most RFPs say “tamper-resistant” or “tamper-evident” without specifying how. This is like requiring a vehicle be “safe” without asking about airbags or crash test ratings.

Require vendors to document their specific tamper detection technology and provide false positive rates from production deployments (not lab tests). The three main methods — heart-rate sensing, capacitive sensing, and optical fiber detection — have dramatically different false alarm profiles. Cook County, Illinois documented over 80% false alert rates, much of it attributable to analog sensing methods that produce threshold-based false positives.

RFP language to add: “Vendor shall describe the tamper detection methodology used, including the physical sensing technology, false positive rate documented in production deployments of comparable size, and whether tamper evidence is preserved after an event.”

2. Indoor Positioning Fallback

GPS doesn’t work indoors. Period. When an offender enters a concrete building, a parking garage, or a subway station, the GPS receiver loses satellite lock. What happens next determines whether your monitoring center gets flooded with “GPS signal lost” alerts or the device quietly switches to Wi-Fi or cellular positioning.

RFP language to add: “Device shall support multi-mode positioning including GPS, Wi-Fi, and cellular LBS, with automatic fallback between modes. Vendor shall document indoor positioning accuracy and the alert suppression logic applied during GPS-to-indoor transitions.”

3. Alert Categorization and Smart Suppression

Raw alert volume is the hidden cost of electronic monitoring programs. A GAO report on federal pretrial supervision found that agencies don’t fully collect or analyze data on alert causes or response times. Your RFP should require the monitoring platform to:

  • Categorize alerts by type: tamper, zone violation, GPS signal loss, low battery, communication failure
  • Apply configurable suppression windows (e.g., suppress transient GPS dropouts for a configurable duration before generating an alert)
  • Provide alert analytics: total alerts per device per month, broken down by type, with false-positive classification

RFP language to add: “Monitoring platform shall categorize all alerts by type and provide configurable suppression windows. Vendor shall provide monthly alert analytics per device including false positive rates by alert category.”

4. Total Cost of Ownership (Not Just Per-Device Price)

The New Hampshire Department of Corrections and Washington County, Oregon both structured their EM procurement evaluations to capture total program cost. Device purchase price typically represents only 30–40% of total program cost. Your RFP should require vendors to itemize:

  • Device cost (purchase, lease, or per-diem models)
  • Monitoring center fees (24/7 staffing, per-alert triage cost)
  • Charging equipment (how many chargers per device? replacement cost?)
  • Training hours required for officers and monitoring staff
  • Device replacement rates and costs (warranty, damage, loss)
  • Software licensing and data storage fees
  • Installation and removal labor (time per device)

RFP language to add: “Vendor shall provide a total cost of ownership estimate for a [X]-device program over [3/5] years, itemizing all cost categories including device, monitoring, training, replacement, software, and support.”

5. Scalability and Multi-Device Platform

Your caseload mix will change over the contract period. Programs that start with GPS-only often need to add RF curfew monitoring or smartphone-based low-risk supervision within 1–2 years. If the vendor’s platform only supports their GPS devices, you’ll end up running two parallel monitoring systems — doubling training, software costs, and officer workflows.

RFP language to add: “Monitoring platform shall support integration of GPS ankle monitors, RF home monitoring, and smartphone/wristband-based monitoring within a single officer interface. Vendor shall describe the device types currently supported and the roadmap for additional device integration.”

Building Your Evaluation Scoring Matrix

Virginia’s procurement guidance and North Dakota’s RFP evaluator guidelines both emphasize that scoring criteria must be measurable, objective, and weighted before the RFP is issued. Here’s a suggested weighting framework for EM procurement:

Evaluation Category Suggested Weight Key Sub-Criteria
Technical capability 30% Positioning accuracy, anti-tamper method, battery life, indoor fallback
Total cost of ownership 25% All-in program cost over contract period, not just unit price
Monitoring platform 20% Alert management, analytics, multi-device support, mobile access
Vendor experience 15% References from similar agencies, deployment scale, support SLAs
Training and implementation 10% Onboarding timeline, training hours, ongoing support model

Critical rule: cost proposals should be evaluated separately from technical proposals. Committee members should score technical merit first, then factor in cost — preventing low-cost vendors with inferior technology from winning on price alone.

Red Flags in Vendor Responses

  • “Proprietary” without specifics — If a vendor describes their tamper detection as “proprietary technology” without explaining the physical sensing method, push back. You need to know whether it’s optical fiber, capacitive, or heart-rate based.
  • No production deployment data — Lab test results are meaningless for false alert rates. Demand field data from a program of comparable size.
  • Per-device pricing without total cost — A $5/day device with a 30% annual replacement rate and high false alert volume costs more than a $7/day device with 5% replacement and low alerts.
  • No multi-mode positioning — GPS-only devices will generate excessive signal loss alerts in any urban environment.
  • Single device type only — Vendors who only sell GPS won’t support your curfew-only or low-risk cases cost-effectively.

Related Resources

Related Posts

  • GPS ankle monitoring costs agencies $5-15 per offender per day, compared to $137-$550 per day for pretrial detention. Washington DC documented total annual EM costs of approximately $750 per participant. The true cost includes device hardware, monitoring platform fees, cellular data, strap replacements, false alert labor, and staff overhead — with false alert labor often exceeding hardware costs in programs using high-false-positive tamper detection.

  • Selecting an ankle monitor vendor requires evaluating six weighted criteria: anti-tamper technology reliability (30%), total cost of ownership including false alert labor (25%), monitoring platform capabilities (20%), field deployment track record (15%), and training/implementation support (10%). This guide provides a scoring framework agencies can adapt for RFP evaluation committees.

  • Effective EM staff training covers four domains: device operations (installation, troubleshooting, charging), monitoring center protocols (alert triage, escalation, documentation), field supervision skills (offender compliance, home visits, violation response), and legal/ethical framework (Fourth Amendment, data privacy, evidence handling). The UK Inspectorate of Probation found that programs with structured training delivered measurably better outcomes than those that treated EM as plug-and-play technology.

  • Launching an electronic monitoring program requires more than buying devices. Virginia's DCJS and the BJA/APPA User's Guide identify three phases: defining program purpose and target population, developing policies and screening criteria, and selecting equipment through structured procurement. The biggest implementation mistake is net-widening — monitoring low-risk offenders who don't need it.