Private Counsel Debt Collection - Western District of Pennsylvania
ID: 15JPSS25R00000001Type: Combined Synopsis/Solicitation
Overview

Buyer

JUSTICE, DEPARTMENT OFOFFICES, BOARDS AND DIVISIONSJMD-PROCUREMENT SERVICES STAFFWASHINGTON, DC, 20530, USA

NAICS

Offices of Lawyers (541110)

PSC

SUPPORT- PROFESSIONAL: LEGAL (R418)
Timeline
    Description

    The U.S. Department of Justice is seeking proposals for private legal counsel to assist in debt collection activities within the Western District of Pennsylvania. The primary objective of this procurement is to secure professional legal services for the collection of both secured and unsecured federal debts, including representation in bankruptcy proceedings. This initiative is crucial for ensuring effective recovery of delinquent federal debts while adhering to legal and ethical standards. Interested vendors must submit their proposals by November 8, 2024, and can direct inquiries to Christina Y. Murray at christina.murray@usdoj.gov. The contract is expected to span five years, with potential extensions, and will involve a mix of fixed-price and cost-reimbursement agreements.

    Point(s) of Contact
    Christina Y. Murray
    christina.murray@usdoj.gov
    Files
    Title
    Posted
    The document outlines the Statement of Work (SOW) for private counsel debt collection in the Western District of Pennsylvania under the Federal Debt Recovery Act (FDRA). It establishes the government's policy to collect delinquent debts owed to the U.S. by contracting private counsel to support U.S. Attorneys. The scope of services encompasses all legal actions related to the collection of secured and unsecured federal debts, including litigation in appropriate judicial districts. Key points include adherence to various applicable laws and ethical standards, such as the Fair Debt Collection Practices Act and Federal Debt Collection Procedures Act, ensuring compliance in all collection activities. The contractor is responsible for collecting debts, managing payments, and maintaining documentation of collection efforts within the Department of Justice's Consolidated Debt Collection System (CDCS). Moreover, the document specifies case referral protocols, guidelines for handling payments, conditions for lawsuits, and the contractor's obligations with regard to bankruptcy and foreclosure cases. A clear framework for invoicing and fee contingencies is provided, emphasizing that no fees should be deducted from collected amounts, directing all debtor payments to established bank accounts. This initiative highlights the government's ongoing efforts to streamline debt recovery processes, maximize collection efficiency, and maintain rigorous oversight of legal representation in debt-related matters.
    The Quality Assurance Surveillance Plan (QASP) outlines the process for evaluating the performance of the Contractor providing private counsel debt collection services for the Western District of Pennsylvania. Its primary objective is to ensure that the contractor meets established performance standards as defined in the Statement of Work (SOW). The plan delineates the Government’s role in quality assurance, emphasizing that the contractor is responsible for management and quality control. The Contracting Officer’s Representative (COR) will be responsible for monitoring performance, document assessments, and managing communications, adhering strictly to contractual obligations. Various surveillance methods are specified, including demonstration, inspections (random sampling, planned sampling), and customer feedback to gauge both the quality and effectiveness of the services rendered. The Performance Requirements Summary (PRS) section details multiple service standards the contractor must meet, each evaluated through periodic inspections. Key aspects include the quality of litigation services, prompt case management, effective communication with agency representatives, proper cost control, and compliance with regulations, all of which are to be assessed regularly to ensure high-quality service delivery in line with contractual expectations. This plan exemplifies the Government's commitment to maintaining strict oversight in the management of contracted services.
    The document consists of a comprehensive list of acronyms relevant to various aspects of federal government operations, particularly concerning Request for Proposals (RFPs), grants, and contracts. Key acronyms include roles and functions such as ACO (Administrative Contracting Officer), CO (Contracting Officer), and COR (Contracting Officer's Representative), which are crucial in contract administration. It also identifies government agencies involved in legal and financial oversight, like the DOJ (Department of Justice) and IRS (Internal Revenue Service), essential for compliance and regulatory matters. The inclusion of terms like FAR (Federal Acquisition Regulation) and FISMA (Federal Information Security Management Act) underscores the emphasis on governance, security standards, and financial management in federal processes. This compilation serves as a reference guide for professionals involved in federal grants and contracts, ensuring consistency and clarity in communication and compliance with regulations across various government entities. The document is structured numerically, allowing for quick identification and retrieval of specific terms, highlighting the importance of standardized terminology in government operations.
    The document outlines various Contract Line Item Numbers (CLINs) associated with the collection of unsecured and secured debts, as well as bankruptcy proceedings, under federal procurement protocols. It delineates fee structures for contractors, including contingency fees for collecting unsecured debts, fixed hourly rates for attorneys and paralegals engaged in ancillary legal work, and flat fees for foreclosures and possessory actions. Each CLIN mandates prior written approval from the Contracting Officer Representative (COR) or Assistant United States Attorney (AUSA) before engaging in specific activities, emphasizing accountability and verification of appropriate funding. Additionally, miscellaneous costs and travel expenses related to approved training are covered under specific CLINs, with clear guidelines established for reimbursements. The purpose of this document is to provide a comprehensive framework for contractors involved in debt collection and related legal activities, ensuring compliance with government funding regulations while managing costs effectively.
    The U.S. Department of Justice’s Confidentiality Agreement outlines conditions for contractor employees regarding the protection of sensitive government data acquired during their contract (No. 15JPSS). Employees must not disclose, disseminate, or remove any information related to the contract without written approval from the Contracting Officer. The agreement emphasizes that all data remains government property, and any failure to comply may lead to legal consequences under federal law. It also ensures that confidentiality obligations extend beyond the duration of employment and do not interfere with statutory protections related to whistleblowing or reporting misconduct. Modifications to the agreement are permitted under specific legal circumstances. The document serves as a critical safeguard in maintaining the integrity and confidentiality of governmental information within the context of federal contracts and grants dealings.
    The Department of Justice (DOJ) Cybersecurity and Privacy Rules of Behavior (ROB) for General Users outlines the responsibilities and acceptable use policies for DOJ personnel regarding information systems and data security. These rules apply to all users, including government employees, interns, and contractors, emphasizing their role as the first defense in safeguarding Personally Identifiable Information (PII). Users must acknowledge understanding of these requirements, which align with federal policies and laws such as the Privacy Act of 1974. Key responsibilities include complying with federal laws, protecting sensitive information, adhering to rules regarding device usage, and reporting security incidents promptly. Specific guidelines cover classified information management, password security, proper use of email, mobile devices, and virtual conferencing. Violations of these rules could result in severe consequences, including loss of access or employment. The document stresses the importance of user training and responsible data management to mitigate risks associated with cybersecurity and privacy. The ROB aims to foster a culture of compliance and security within the DOJ, essential for fulfilling the agency's mission and protecting sensitive governmental information.
    The Consolidated Debt Collection System (CDCS) Rules of Behavior (ROB) outline the responsibilities of all users regarding the use of Department of Justice (DOJ) information technology resources. Users, including DOJ employees and contractors, must adhere to legal and regulatory requirements to safeguard personally identifiable information (PII) and ensure compliance with federal standards. Noncompliance can lead to sanctions ranging from warnings to criminal prosecution. Key rules include accountability for actions, safeguarding sensitive data, reporting security incidents, and following proper procedures for classified information. Users must use DOJ systems solely for authorized purposes, protect passwords and devices, and ensure secure handling of data, especially while traveling or working remotely. The document emphasizes the importance of reporting violations and maintaining data integrity, and it underscores managers' responsibilities in monitoring compliance and terminating access when staff separate from the DOJ. The ROB serves as a critical component to safeguard DOJ resources and maintain information security integrity.
    The U.S. Department of Justice (DOJ) has issued Policy Statement 1400.03, inviting comments and questions from PC Offices regarding its content. The statement encourages communication with designated Points of Contact (POCs), whose details are provided but currently categorized as TBD (To Be Determined). Interested parties can reach out via email or telephone or visit the DOJ's address in Washington, D.C. The document primarily aims to facilitate inquiries regarding the policy and ensure transparency and engagement within the DOJ framework. Its structure is straightforward, providing contact information and highlighting the importance of feedback from relevant government entities. This policy serves a critical function in aligning the DOJ with stakeholder needs and fostering a collaborative environment amidst federal guidelines, grant oversight, and local RFP processes.
    The U.S. Department of Justice outlines procedures for managing debtor payments and monitoring refunds within its financial systems. It lists specific steps for users to review financial history related to civil debts, emphasizing the necessity of contacting the Help Desk if a refund should not be processed. The document details how to navigate the system to monitor refund transactions, providing a step-by-step guide to accessing disbursement history. Furthermore, it invites inquiries regarding the instructions, ensuring that users can contact designated points of contact (POCs) for assistance. This guidance ensures transparency and accuracy in handling financial transactions related to debtor payments, reflecting the federal government's commitment to effective financial management and support for its personnel.
    The government solicitation seeks proposals for private legal counsel to assist the United States Attorney's Office in the Western District of Pennsylvania with debt collection activities. The primary focus is on collecting delinquent federal debts, both secured and unsecured, through negotiation, litigation, and related services. The RFP outlines various contract line items (CLINs) for pricing proposals, including contingency fees and hourly rates for attorneys and paralegals, as well as flat fees for specific cases like foreclosures and bankruptcies. Eligibility is limited to law firms and solo practitioners in good standing, with specific bar admission requirements. The document emphasizes the evaluation criteria which includes technical qualifications, past performance, and pricing, with a structured two-phased offer review process. The proposal deadline is set for November 8, 2024. Awarded contracts may last up to five years, extendable for six months, and aim for high-compliance standards in managing and resolving debt collections within the judicial district. This RFP illustrates the government's commitment to efficient debt recovery while ensuring adequate legal representation through stipulated qualifications and performance metrics.
    The document outlines a proposal for the U.S. Department of Justice's Private Counsel Debt Collection Program in the Western District of Pennsylvania. It invites bidders to provide past performance information that demonstrates relevant experience in similar debt collection work over the past three years. Vendors must identify three client references, detailing responsibilities, service descriptions, and contact information for the principal representatives. The government will evaluate the past performance based on recency, relevancy, and quality, assigning a confidence assessment rating. Offerors without relevant past performance may not receive favorable evaluations. The document emphasizes the importance of providing accurate client references and underscores the government's prerogative to verify this information to ensure a thorough assessment of each vendor's qualifications. Overall, the file serves as part of the federal procurement process, ensuring that selected vendors possess the necessary experience and reliability to fulfill the contract's requirements.
    The document outlines the process for submitting a Past Performance Questionnaire related to a Request for Proposals (RFP) for Private Counsel Debt Collection services in the Western District of Pennsylvania, under the U.S. Department of Justice. Offerors must fill out Part I of the questionnaire and send it to relevant clients who will provide performance references. The appointed client references should submit their evaluations via email, confirming the capabilities of the offeror in collecting delinquent federal debts, including litigation and bankruptcy proceedings, within the last three years. The evaluation involves assessing various performance elements: quality, schedule adherence, cost control, management, small business subcontracting, and regulatory compliance, with ratings from “Exceptional” to “Unsatisfactory” along with explanations. Responses should demonstrate the firm’s past performance effectiveness and adherence to contract stipulations. The completed questionnaires are due by November 8, 2024, and must be sent directly from the reference's email account to maintain authenticity. This procurement process seeks to ensure that federal debts are collected efficiently through qualified legal representation.
    The document outlines a price proposal for private counsel debt collection services in the Western District of Pennsylvania. It details specific categories of services and associated compensation structures for unsecured and secured debt collection, bankruptcy proceedings, and miscellaneous costs. For unsecured debt collection, the proposal includes contingency fees, attorney rates, and paralegal fees, while secured services cover flat fees for foreclosure handling and eviction actions. Additionally, costs for out-of-pocket expenses (ODCs), travel, and ancillary activities are also addressed, indicating reimbursement at cost or fixed rates for professionals. The structured approach helps potential bidders understand the required pricing format for government contracts related to debt collection, embodying essential standards required in federal RFP processes.
    The document outlines a sample Employment Commitment Letter associated with the federal Request for Proposal (RFP) No. 15JPSS25R00000001, which pertains to Private Counsel Debt Collection in the Western District of Pennsylvania. The purpose of the letter is to formally express a candidate's commitment to work with a law firm contingent upon the firm winning the bid related to the Private Counsel Program. The letter specifies that the candidate will be available to start employment upon contract execution. It is a straightforward template meant to facilitate recruitment for possible government contracts, emphasizing readiness to support federal initiatives in debt collection. The structure includes fields for the date, recipient’s name, firm name, address, and signature, indicating the procedural nature of official communications in government contracting. This document is a key element in ensuring that potential legal representatives can quickly confirm their availability, thereby streamlining the contracting process.
    The document outlines a solicitation for Private Counsel Debt Collection services for the Western District of Pennsylvania by the U.S. Department of Justice. Its primary objective is to secure professional legal services to facilitate the collection of unsecured and secured debts, including legal representation in bankruptcy proceedings. The contract spans five years from March 16, 2025, to March 15, 2030, with potential extensions. The contract structure includes a mix of fixed-price, labor-hour, and cost-reimbursement agreements, with a contingency fee arrangement for unsecured debt collections. Specific contract line-item numbers (CLINs) are assigned for various services, including flat fees for specific actions and contingent costs based on successful collections. Key personnel must undergo background checks, and performance will be monitored by a Contracting Officer’s Representative (COR) to ensure compliance with contract terms. Proper handling of confidential data, compliance with legal standards, and maintaining professional liability insurance are emphasized. The document is framed within government procurement contexts, detailing necessary procedures, requirements, and limitations to ensure effective debt collection while protecting government interests and adhering to legal and ethical standards.
    The document serves as a technical proposal for the U.S. Department of Justice's Private Counsel Debt Collection Program in the Western District of Pennsylvania, under the solicitation number 15JPSS25R00000001. It outlines the proposal submission procedure, includes a checklist for required documents, and details the expectations for vendor qualifications and past debt collection experiences. Vendors need to provide extensive information about their debt collection history, attorney qualifications, and administrative practices, such as case management and compliance with standards for court representation. Additionally, the proposal requires specific certifications regarding business ownership, tax compliance, and ethical conduct, as well as adherence to federal regulations concerning labor practices. The comprehensive checklist ensures that vendors submit all necessary documentation, reflecting their ability to conduct debt collection on behalf of the federal government effectively. This solicitation highlights the government's focus on ensuring competent legal representation while enforcing ethical and regulatory standards in debt collection activities.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Private Counsel Debt Collection - IDIQ
    Active
    Justice, Department Of
    The Department of Justice is seeking proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for Private Counsel Debt Collection services, aimed at assisting U.S. Attorneys' Offices in recovering civil debts owed to the United States. The selected contractors will provide legal representation across various federal judicial districts, handling both secured and unsecured debts, and must comply with federal regulations and ethical standards throughout the debt collection process. This procurement is critical for enhancing the government's ability to manage taxpayer resources effectively and ensure compliance with legal obligations in debt recovery. Proposals are due by October 28, 2024, and interested parties should contact Christina Y. Murray at christina.murray@usdoj.gov for further information.
    INTERNATIONAL PROCESS SERVING
    Active
    Justice, Department Of
    The Department of Justice (DOJ) is seeking proposals for international process serving services under Request for Proposal (RFP) No. 15JPSS24R00000023, aimed at facilitating the service of judicial and extrajudicial documents in compliance with international legal conventions. The contractor will be responsible for managing the entire process of serving documents, including maintaining an automated tracking system, handling service requests, and ensuring accurate reporting, all while providing services at no cost to the U.S. Government. This contract is crucial for upholding the United States' obligations under the Hague Service Convention and the Inter-American Convention, ensuring efficient legal document handling across borders. Interested parties must submit their proposals via email to Kimberly T. Tran by November 1, 2024, at 2:00 PM ET, and may direct any questions to her by October 10, 2024, at 12:00 PM ET.
    Request for Proposal (RFP) - 15BRRC24R00000013 Day Reporting Center (DRC) Services Located within Erie County, PA
    Active
    Justice, Department Of
    The Department of Justice, through the Federal Bureau of Prisons, is soliciting proposals for Day Reporting Center (DRC) services for federal offenders in Erie County, Pennsylvania, under solicitation number 15BRRC24R00000013. The contractor will be responsible for providing comprehensive community-based services aimed at facilitating the transition of federal offenders from incarceration to community life, including staffing, facility management, and adherence to federal regulations. These services are crucial for promoting rehabilitation and public safety, ensuring effective offender management and community reintegration. Interested parties must submit their proposals electronically by October 4, 2024, at 2:00 PM EST, and can direct inquiries to the primary contact, Kevin Hoff, at khoff@bop.gov or 202-598-6164.
    Real Property
    Active
    Justice, Department Of
    The U.S. Department of Justice, through the U.S. Marshals Service, is seeking a national vendor to provide comprehensive management services for seized and forfeited real property as part of its Asset Forfeiture Program. The contractor will be responsible for pre-seizure assessments, custody, management, and disposition of various property types, including residential, commercial, and non-traditional assets like oil and gas rights, across all U.S. states and territories. This initiative is crucial for effectively managing forfeited assets, maximizing revenue, and ensuring compliance with legal protocols. Interested vendors must submit their capability statements by October 21, 2024, and can contact Sean G. Williams at sean.williams2@usdoj.gov or 202-954-7964 for further information.
    Premium Operations Support Services
    Active
    Pension Benefit Guaranty Corporation
    The Pension Benefit Guaranty Corporation (PBGC) is seeking proposals for Premium Operations Support Services to assist its Financial Operations Department and Collection and Compliance Division. The contract aims to provide professional services that support PBGC's premium operations programs, including technical, financial, accounting, and auditing support, ensuring compliance with financial reporting standards and maintaining critical accounting functions. This procurement is vital for sustaining PBGC's premium enforcement and debt collection activities, ultimately contributing to the integrity of the Corporation’s financial statements. Interested offerors must submit their proposals, including a Written Price Proposal and a Written Technical Proposal, by November 4, 2024, with questions due by October 28, 2024. For further inquiries, contact Dennis Johnson at johnson.dennis@pbgc.gov or Don Sittman at sittman.donald@pbgc.gov.
    Comprehensive Medical Services - FCI Lewisburg
    Active
    Justice, Department Of
    The Department of Justice, through the Federal Bureau of Prisons, is soliciting proposals for Comprehensive Medical Services at the Federal Correctional Institution in Lewisburg, Pennsylvania. The procurement aims to establish a contract for the provision of both inpatient and outpatient medical services, including physician services, with a contract structure consisting of a Base Year and four 12-month option years. This initiative is crucial for ensuring the health and well-being of inmates within the federal correctional system, emphasizing compliance with safety regulations and contractor liability insurance requirements. Interested parties should monitor the official U.S. Government contract opportunities website for the solicitation release on or about October 9, 2024, and can direct inquiries to David Duffield at dduffield@bop.gov or 202-913-1669.
    UNICOR Sales Representative
    Active
    Justice, Department Of
    The Department of Justice, through Federal Prison Industries (UNICOR), is seeking proposals from qualified small businesses for a one-year fixed-price indefinite delivery-indefinite quantity contract to serve as a Sales Representative. The primary objective is to enhance UNICOR's business development activities by identifying and developing new domestic and international business opportunities, particularly in marketing consulting services, with a focus on lead generation and industry engagement. This initiative is crucial for expanding UNICOR's customer base and promoting its products while providing job training and economic self-sustainability for inmates. Interested vendors must submit their proposals via email by October 18, 2024, at 2:00 PM EST, and all inquiries should be directed to Aaron Mitchell at aaron.mitchell2@usdoj.gov by October 10, 2024.
    Adhesives and Tape
    Active
    Justice, Department Of
    The Department of Justice, through Federal Prison Industries, Inc. (UNICOR), is seeking proposals for a contract to supply adhesives and tape for use in various manufacturing locations, including Coleman, FL, Ashland, KY, Forrest City, AR, and Allenwood, PA. The procurement involves a firm fixed price, Indefinite Delivery/Indefinite Quantity (IDIQ) contract with one base year and four option years, emphasizing compliance with ISO 9001 standards and the submission of product samples. These materials are crucial for the production of office furniture within federal correctional facilities, reflecting the government's commitment to quality sourcing while promoting participation from small businesses. Interested vendors must submit their proposals by October 29, 2024, and direct any inquiries to Peyton Perry at peyton.perry@usdoj.gov.
    COMPREHENSIVE MEDICAL SERVICES - MDC LOS ANGELES
    Active
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons, is seeking proposals for Comprehensive Medical Services at the Metropolitan Detention Center (MDC) in Los Angeles, California. The procurement aims to secure a single award for a range of medical services, including inpatient and outpatient facility and physician services, with an emphasis on comprehensive proposals that meet all outlined requirements. This contract, structured as an indefinite delivery/requirements type with firm-fixed unit pricing, will cover a Base Year and four optional renewal years, with estimated service quantities specified for inpatient days, psychiatric days, and outpatient visits. Interested parties should monitor the official U.S. Government contract opportunities website for the solicitation release on or about November 13, 2024, and can direct inquiries to LaShundra D. Thomas at ldthomas@bop.gov or 202/598-6077.
    Dental Insurance
    Active
    Treasury, Department Of The
    The Department of the Treasury, specifically the Office of the Comptroller of the Currency (OCC), is seeking proposals for a comprehensive Dental Insurance Program to serve its employees, retirees, and their eligible family members. The procurement involves managing and administering two dental plan options: a Preferred Provider Organization (PPO) and a Dental Health Maintenance Organization (DHMO), with the OCC covering full premium costs for active employees and certain retirees. This initiative is crucial for ensuring quality dental care and benefits for government personnel, with a contract performance period set from April 1, 2025, to March 31, 2026. Interested contractors must submit their proposals by the extended deadline of October 21, 2024, and can direct inquiries to Matthew Quinn at Matthew.Quinn@occ.treas.gov or Joey Barden at Joey.Barden@occ.treas.gov.