BPA, LRD COURT REPORTING SERVICES
ID: W912P524T10WPType: 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, through the U.S. Army Corps of Engineers (USACE), Great Lakes and Ohio River Division, is seeking to establish a Blanket Purchase Agreement (BPA) for court reporting and transcription services. The objective is to secure qualified vendors who can produce verbatim transcripts of various legal proceedings, including meetings, conferences, depositions, and administrative hearings, ensuring accurate and confidential legal records. This BPA is crucial for maintaining a complete and secure documentation of proceedings, with a total maximum capacity of $5 million over its lifetime, which extends to May 2030. Interested vendors must have at least two years of experience, comply with security protocols, and submit their questions and offers by May 1, 2025, to the primary contact, Jamie Lynn Barnes, at jamie.l.barnes@usace.army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a solicitation for a Blanket Purchase Agreement (BPA) by the U.S. Army Corps of Engineers, Great Lakes and Ohio River Division, for court reporting and transcription services. The BPA aims to establish agreements with selected vendors to produce verbatim transcripts of meetings, conferences, depositions, and administrative hearings, ensuring accurate and secure legal records. The government plans to award up to six contracts, with individual call orders having a maximum value of $250,000 and an overall maximum capacity of $5 million across the BPA's lifetime, which extends to May 2030. Key requirements include the provision of qualified court reporters with at least two years of experience and specific skills in transcription. The document specifies the evaluation criteria for selecting vendors based on lowest overall price and mandates registration in the System for Award Management (SAM). Additionally, it details security protocols, including training for contract personnel and compliance with access control measures on federal property. Questions and offers must be submitted by May 1, 2025, emphasizing communication between prospective contractors and government representatives. The BPA addresses legal and logistical aspects crucial for the effective delivery of court reporting services within specified deadlines.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    FY26-30 A45 Transcription Services
    Justice, Department Of
    The Department of Justice, specifically the U.S. Marshals Service (USMS), is soliciting proposals for transcription services as part of the FY26-30 A45 Transcription Services contract. This procurement aims to secure a contractor capable of transcribing both digital and physical audio/video files, including providing Spanish-to-English translation, with delivery options of 10 days and 3 days. The services are critical for ensuring accurate documentation and compliance with DOJ security and privacy regulations, particularly concerning sensitive information and Personally Identifiable Information (PII). Interested small businesses must submit their completed quotes via email to Renee Leaman by December 10, 2025, with the procurement due date extended to December 17, 2025. For further inquiries, contact Renee Leaman or Kate Oravitz-Weeks at their respective email addresses.
    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.
    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.
    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.
    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.
    Blanket Purchase Agreement (BPA)-Bulk Petroleum Products- USACE St. Louis District
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE) St. Louis District is seeking businesses interested in entering into a Blanket Purchase Agreement (BPA) for Bulk Petroleum Products and related services. The procurement aims to fulfill the district's needs for approximately 200-240,000 gallons of D2 Bio-diesel, along with 100-150 barrels of engine/hydraulic oils, with an anticipated frequency of 2-4 orders per year. These petroleum products are essential for various operational requirements within the district, ensuring the availability of necessary fuels and lubricants for military and civil works projects. Interested parties should contact Michelle Person at michelle.r.person@usace.army.mil or call 314-331-8506 for further details and to express their interest in this opportunity.
    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.
    Army Press Journals
    United States Government Publishing Office
    The United States Government Publishing Office is seeking contractors for the production of Army Press Journals, specifically perfect bound pamphlets that require various operations including electronic prepress, 4-color printing, binding, addressing, packing, and distribution. This procurement is essential for the dissemination of official Army publications, ensuring that materials are produced to high standards for effective communication and record-keeping. Interested vendors can find complete specifications and additional details at the provided link, and are encouraged to reach out to primary contact Felicia Buchko at fbuchko@gpo.gov or secondary contact Chuck Szopo at cszopo@gpo.gov for further inquiries. The solicitation is categorized under NAICS code 323117 and PSC code T011, with no specified funding amount or deadline mentioned in the overview.
    A-E HYDROGRAPHIC MAPPING AND SURVEYING SERVICES
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), Portland District, is seeking responses from small business firms for architect-engineering (A-E) services related to hydrographic mapping and surveying. The procurement aims to gather information on the capabilities and qualifications of interested parties to inform future solicitation strategies, with a focus on various hydrographic and geodetic services, including single transducer and multi-beam surveys, side-scan sonar, and environmental monitoring. This contract, anticipated to be advertised in April 2026, will be awarded in accordance with the Brooks A-E Act, and interested firms must submit their qualifications and relevant project examples by January 5, 2026, at 3:00 p.m. Pacific Time, to Kristel Flores and Alicia Evans via email. Firms must also be registered in the System for Award Management (SAM) to be eligible for consideration.
    Library of Congress - Braille Transcription IDIQ
    Library Of Congress
    The Library of Congress is seeking proposals for Braille Transcription services through an Indefinite Delivery Indefinite Quantity (IDIQ) contract aimed at supporting the National Library Service for the Blind and Print Disabled. The contractor will be responsible for transcribing English and Spanish reading materials into braille, utilizing automated translation software, with a focus on producing high-quality, accessible content for individuals unable to read standard print due to visual or physical limitations. This initiative is crucial for enhancing the availability of reading materials for over 170,000 titles currently offered by the National Library Service, which adds thousands of new titles annually. Proposals are due by January 6, 2026, at 12:00 PM EST, and interested parties can direct inquiries to Lianne Carroll at lcarroll@loc.gov or Jennifer Zwahlen at jzwa@loc.gov. The contract has a minimum value of $5,000 and a maximum of $5,000,000, with a performance period spanning from March 17, 2026, to March 16, 2028.