BPA, Court Reporting Services
ID: W912P525QA005Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW072 ENDIST NASHVILLENASHVILLE, TN, 37203-1070, USA

NAICS

Court Reporting and Stenotype Services (561492)

PSC

SUPPORT- ADMINISTRATIVE: COURT REPORTING (R606)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking qualified vendors to establish a Blanket Purchase Agreement (BPA) for Court Reporting Services in Nashville, Tennessee. The objective is to provide verbatim transcripts for various legal and administrative proceedings, ensuring a complete and accurate legal record. These services are crucial for maintaining confidentiality and security during meetings, conferences, depositions, and hearings, including those before the Equal Employment Opportunity Commission (EEOC) and the Merit Systems Protection Board. Interested vendors must submit their proposals by May 7, 2025, and can contact Jamie Lynn Barnes at jamie.l.barnes@usace.army.mil or (615) 736-5643 for further information. The BPA will have a monetary limit of $250,000 per order and an overall cap of $5 million until May 2030.

    Files
    Title
    Posted
    The BPA Questionnaire serves as a request for qualifications from vendors interested in providing Court Reporting services across various states. The document prompts firms to share essential details, including their name, CAGE code, small business classification, and contact information. It requires a Statement of Capability (SOC) outlining the company's relevant skills and qualifications, including any certifications held by the firm or its personnel. Additionally, the questionnaire seeks information on the number of full-time employees available for Court Reporting services in states such as Tennessee, Kentucky, and New York, among others. Firms are also asked to list prior experience in Court Reporting within the specified geographical areas and to provide any supplementary information they deem necessary. This questionnaire is commonly associated with federal and state RFP processes, aiming to prequalify potential contractors for future government contracts in the field of Court Reporting services.
    The document outlines responses to questions regarding a new Blanket Purchase Agreement (BPA) for court reporting services. Key points include the absence of an incumbent vendor, approval for electronic dictation technology in addition to manual transcription, and pricing requirements set on an hourly basis. There are no predictions for travel areas or estimated service quantities due to the nature of upcoming requirements. Most proceedings are anticipated to last multiple days, typically averaging five, with transcript delivery dates specified at the call order level. Additionally, there are no specific provisions for late cancellations. The due date for vendor bids has been extended to May 7, 2025, and a BPA questionnaire is available in the System for Award Management. The responses provide clarity for potential vendors and outline the expectations for service fulfillment under the BPA.
    This document is an amendment to a solicitation regarding a Blanket Purchase Agreement (BPA) for court reporter services. The amendment serves two primary purposes: first, it provides responses to questions submitted by potential offerors, and second, it extends the deadline for quote submissions from May 1, 2025, to May 7, 2025, at 1:00 PM Central Time. Additionally, it modifies certain contract clauses and details the methods through which offerors must acknowledge receipt of the amendment to ensure their proposals are considered. The amendment maintains that all other terms and conditions of the original solicitation remain unchanged, preserving their validity. The communication emphasizes the importance of adhering to the specified acknowledgment protocols to avoid the rejection of offers. The document is structured clearly, outlining key amendments, their effects, and related administrative changes throughout the amendment process.
    The document details a solicitation for commercial products and services specifically related to court reporting and transcription services by the U.S. Army Corps of Engineers. The primary objective is to establish up to six Firm-Fixed Price Blanket Purchase Agreements (BPAs) to provide verbatim transcripts for various legal and administrative proceedings, ensuring an accurate, secure, and confidential legal record. Each BPA call has a monetary limit of $250,000 for individual orders and an overall cap of $5 million for the agreement's duration until May 2030. The solicitation outlines the requirements for qualified court reporters, who must possess relevant certifications and experience, and specifies terms for service delivery, invoice payments, and security protocols for personnel working at federal installations. Additionally, it emphasizes compliance with federal procurement regulations, including stipulations for women-owned small businesses. Vendors must submit offers by May 1, 2025, including various documentation such as amendments and SAM registrations, to participate in this procurement process.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Grand Jury Court Reporting Services - U.S. Attorneys Office, Northern District of Illinois
    Justice, Department Of
    The U.S. Department of Justice, through the Executive Office for United States Attorneys (EOUSA), is seeking qualified vendors to provide Grand Jury Court Reporting Services for the Northern District of Illinois, specifically in Chicago and Rockford. The procurement involves multiple single-award Indefinite Delivery/Indefinite Quantity (IDIQ) contracts, with a base period from March 1, 2026, to February 28, 2027, and four option years extending through February 28, 2031. These services are critical for the functioning of the U.S. Attorney's Office, ensuring accurate and timely transcription of Grand Jury proceedings, with specific requirements for security clearances and adherence to strict formatting and delivery standards. Interested parties must submit their quotes by January 6, 2026, and direct any questions to Perla McKay at Perla.McKay@usdoj.gov by December 5, 2025.
    Deposition Court Reporting Services - U.S. Attorneys Office, Northern District of Illinois
    Justice, Department Of
    The Department of Justice, through the Executive Office for United States Attorneys (EOUSA), is soliciting bids for Indefinite Delivery/Indefinite Quantity (IDIQ) contracts for deposition court reporting services for the U.S. Attorney's Office in the Northern District of Illinois, covering both Chicago and Rockford. The contract, which is a total small business set-aside under NAICS code 561492, aims to provide essential court reporting services that support the mission of the U.S. Attorneys as principal litigators, with a performance period from March 1, 2026, to February 28, 2031, including one base year and four option years. Interested parties must be registered in the System for Award Management (SAM) and submit their quotes by January 5, 2025, while questions regarding the solicitation should be directed to Perla McKay by December 5, 2025. The anticipated contract value is approximately $540,619.45 over five years, with a minimum guarantee of $1,000.00 throughout the contract duration.
    J. Percy Priest Lake Operations and Maintenance Requirement Contract
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting proposals for a Requirements Contract focused on Operations and Maintenance Services for J. Percy Priest Lake, located 14 miles east of Nashville, Tennessee. This contract aims to ensure the effective management and upkeep of the lake and its surrounding facilities, which are vital for recreational and environmental purposes in Davidson, Rutherford, and Wilson counties. The solicitation is exclusively set aside for small businesses, emphasizing the importance of local engagement in federal contracting opportunities. Interested parties can reach out to Robert Ellis at robert.s.ellis@usace.army.mil or call 615-736-5632 for further details regarding the proposal submission process.
    BPA - Translation and Interpreting Service PSC R608
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking to establish Blanket Purchase Agreements (BPAs) for Translation and Interpreting Services. This procurement aims to engage small businesses that can provide these essential services at competitive prices, with a focus on positive past performance as a key evaluation criterion. The services are critical for effective communication and operational support within the Department of the Navy. Interested vendors must submit their documentation and past performance references by April 30 for June awards or by October 31 for December awards, and can contact Barbara Grinder at barbara.j.grinder.civ@us.navy.mil for further information.
    Stringout Construction (Rehabilitation) at Ensley Engineer Yard (EEY).
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the Stringout Construction (Rehabilitation) project at the Ensley Engineer Yard (EEY) in Memphis, Tennessee. The project entails comprehensive construction work, including the removal of existing structures, installation of new steel floats and utilities, and the construction of a new connector bridge and electrical substation, divided into a base project and six options. This procurement is significant for maintaining operational capabilities at the EEY and will be conducted as an unrestricted procurement with a HUBZone Price Evaluation Preference, with a contract value estimated between $25,000,000 and $100,000,000. Interested parties can contact Jessica Lurry at Jessica.M.Lurry@usace.army.mil or Monica Pitchford at Monica.A.Pitchford@usace.army.mil for further details.
    Supply Blanket Purchase Agreement (Hardware)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking multiple small businesses to enter into a Blanket Purchase Agreement (BPA) for general hardware and lumber supplies at Fort Drum, New York. Interested contractors must be located within a 30-mile radius of Fort Drum and must be able to accept Government Purchase Cards, with potential payments exceeding $10,000 processed through Wide Area Workflow (WAWF). This procurement is crucial for supporting the Department of Public Works at Fort Drum, and BPAs will be evaluated annually based on price, socio-economic status, past performance, and technical capabilities. Interested parties should contact Samara Johnson at samara.e.johnson.civ@army.mil or Ernie Ixtlahuac at ernie.a.ixtlahuac.civ@army.mil for inquiries, ensuring they are registered in the System for Award Management (SAM) prior to submission.
    Fence Repair BPA Fort Drum, NY
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking multiple businesses to enter into a Blanket Purchase Agreement (BPA) for Fencing Services at Fort Drum, NY. The BPA will be active from April 27, 2024, to April 26, 2029. The services required include repairing and replacing various types of fencing, gates, operators, associated components, and hardware. The contractor must adhere to ASTM specifications and tolerances for material fabrication and installation. The work will be performed in accordance with the Performance Work Statement and subject to the terms and conditions of the contract. Interested parties must be registered with the System for Award Management Registration (SAM) under NACIS code 238990. The registrations can be done through the System for Award Management (SAM) website. The contractor will not receive a BPA until these registrations are completed. Interested parties should submit their UEID, CAGE Code, and capabilities statement via email to the provided contacts.
    Chemical Analyses of Environmental Samples for Dredged Materials, Blanket Purchase Agreement, US Army Corps of Engineers, New England District, Concord, MA
    Dept Of Defense
    The U.S. Army Corps of Engineers, New England District, is seeking contractors to establish a Blanket Purchase Agreement (BPA) for chemical analyses of environmental samples related to dredged materials. The primary objective is to conduct physical and chemical analyses of soil, sediment, and water samples to support dredge material suitability determinations and assess potential environmental impacts for various navigation and planning projects. This BPA will cover an indefinite quantity of services over a 36-month period, with a master limit of $250,000 and individual BPA calls not exceeding $25,000. Interested vendors must have an active registration in SAM.gov and can expect the solicitation documents to be available around December 29, 2025. For further inquiries, vendors may contact Jennifer M. Samela at jennifer.m.samela@usace.army.mil or by phone at 978-318-8324.
    VA E-ZPass BPA
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command-Aberdeen Proving Ground (ACC-APG), is seeking to establish a Blanket Purchase Agreement (BPA) for the procurement of Virginia E-ZPass toll charges and associated transponders for the Program Executive Office (PEO) Soldier. This procurement will be conducted on a sole source basis and is intended to span a period of ten years, highlighting the long-term commitment to ensuring efficient transportation solutions for military personnel. The Virginia E-ZPass system is crucial for facilitating travel and relocation for Army personnel, ensuring timely access to necessary toll services. Interested parties can reach out to Kelsey M. Collins at kelsey.m.collins3.civ@army.mil or Ms. Lisa J. Yamakawa at lisa.j.yamakawa.civ@army.mil for further details regarding this opportunity.
    FY23-28 General Construction Services BPA - W911S223S8000
    Dept Of Defense
    The Department of Defense, through the Mission and Installation Contracting Command (MICC) at Fort Drum, New York, is seeking multiple HUBZone small businesses to establish a Blanket Purchase Agreement (BPA) for General Construction Services from fiscal years 2023 to 2028. The BPA aims to facilitate various construction projects, including new work, additions, alterations, and maintenance of real property facilities, with an estimated total value of $15 million across approximately 35 projects annually, each averaging around $75,000. Interested contractors must comply with specific requirements, including obtaining payment bonds for projects exceeding $35,000, adhering to Davis-Bacon wage rates, and registering in the System for Award Management (SAM) and Wide Area Workflow (WAWF). Responses from interested parties must be submitted electronically by August 28, 2023, to the primary contact, Lyndsie Hall, at lyndsie.j.hall.civ@army.mil, including necessary documentation such as UEI, CAGE, Tax ID, and a capability statement.