EEO Court Reporting Support Services
ID: W91CRB-25-R-0018Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-APGABERDEEN PROVING GROU, MD, 21005-5001, 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
  1. 1
    Posted Jan 30, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 30, 2025, 12:00 AM UTC
  3. 3
    Due Feb 6, 2025, 5:00 PM UTC
Description

The Department of Defense, specifically the U.S. Army Contracting Command at Aberdeen Proving Ground, is seeking qualified small businesses to provide EEO Court Reporting Support Services as part of a non-personal service contract. The contractor will be responsible for supplying trained court reporters to produce accurate verbatim transcripts for proceedings related to the Equal Employment Opportunity (EEO) program, including Fact Finding Conferences and EEO hearings, primarily within the National Capital Region. This service is crucial for maintaining the integrity and compliance of EEO processes, reflecting the government's commitment to diversity and accountability in the workforce. Interested parties must submit a capabilities statement by February 6, 2025, to Contract Specialist Ronald H. Turing at ronald.h.turing.civ@army.mil, with the anticipated contract award scheduled for mid-May 2025.

Point(s) of Contact
Files
Title
Posted
Jan 31, 2025, 12:06 AM UTC
The Performance Work Statement (PWS) outlines the requirements for a Blanket Purchase Agreement (BPA) to provide Court Reporting Support Services for the Office of the Administrative Assistant to the Secretary of the Army's Equal Employment Opportunity (EEO) program. The contract, a non-personnel service, requires the contractor to supply trained court reporters capable of producing accurate verbatim transcripts of proceedings such as Fact Finding Conferences and EEO hearings. The performance period spans five years, beginning on May 18, 2025, with up to five ordering periods. The contractor is expected to maintain strict quality control, ensuring no more than two errors per page in transcripts and must provide timely delivery (within ten business days post-proceeding). Security measures, including access control and training requirements, are specified for contractor personnel. Additionally, clear guidelines on cancellation policies, minimum payments, and confidentiality obligations concerning protected information are included. The document emphasizes the importance of meeting performance standards to ensure accountability and compliance with regulations related to EEO processes, reflecting the government's commitment to integrity and diversity in the workforce.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
Equal Employment Opportunity (EEO) On-Call Sign Language Interpreting (SLI) Services
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking proposals from 8(a) certified firms to provide Equal Employment Opportunity (EEO) On-Call Sign Language Interpreting (SLI) Services. The objective is to establish Blanket Purchase Agreements (BPAs) with three contractors capable of delivering various SLI services, including in-person and remote interpreting, over a five-year period with five 12-month ordering periods. This initiative is crucial for ensuring accessibility and compliance with EEO policies for Deaf and Hard of Hearing employees within the U.S. Government. Interested parties should direct inquiries to Anielli Hipley at anielle.e.hipley.civ@army.mil or Mallory Harris at mallory.j.harris.civ@army.mil, and must adhere to the submission guidelines outlined in the Request for Proposal (RFP) documents.
143d AW Court Reporter Services
Buyer not available
The Department of Defense, specifically the Rhode Island Air National Guard, is conducting market research for a potential procurement titled "143d AW Court Reporter Services." The objective is to identify qualified vendors capable of providing skilled court reporting, stenographic record capture, and transcription services, ideally located near Quonset Air National Guard Base for on-demand support within 48 hours. This initiative is crucial for ensuring timely and accurate documentation of military proceedings, with a required turnaround time for transcriptions of 10 business days. Interested parties must submit their capabilities and socioeconomic status by 1700 EST on October 17, 2024, via email to MSgt Sandra Yazidjian at sandra.e.yazidjian.mil@army.mil, as this notice serves solely for market research and not as a solicitation.
TRANSCRIPTION SERVICES
Buyer not available
The Administrative Office of the US Courts is seeking qualified vendors to provide transcription services for the US District Court in the Eastern District of Pennsylvania. The Request for Quotation (RFQ) outlines the need for various types of court transcripts, including certified copies for court records, with an emphasis on quality, confidentiality, and compliance with legal standards, particularly regarding the redaction of personal identifiers. This procurement is essential for maintaining accurate court records and ensuring timely access to transcripts, with a minimum of two transcribers required at all times, although no specific workload is guaranteed. Interested vendors must submit their bids by March 6, 2025, and can contact Jordan Todd at jordantodd@paed.uscourts.gov or 215-300-8447 for further information.
Army Writing Course 2025
Buyer not available
The Department of Defense, specifically the Maryland Army National Guard (MDARNG), is seeking proposals for a commercial contract to provide an Army Writing Course in 2025 aimed at enhancing the writing skills of up to 30 junior Army Officers. The course will focus on effective memorandums and correspondence in accordance with Army Regulation (AR) 25-50 and will take place over two days at the 70th Regional Training Institute in Aberdeen Proving Grounds, Maryland, on April 2-3, 2025. This training is crucial for improving military communication standards and is set aside for small businesses under NAICS code 611691, with a firm fixed-price contract type. Interested bidders must submit their quotes by March 4, 2025, and can direct inquiries to Victor Mejia at victor.a.mejia4.civ@army.mil.
Multiple Award AEP IDIQ Services Contracts
Buyer not available
The District of Columbia Courts is seeking qualified firms to participate in the Multiple Award AEP IDIQ Services Contracts, aimed at acquiring architectural, engineering, and planning services. The contracts will support the Capital Projects and Facilities Management Division, encompassing a range of services including pre-design, space planning, and construction document preparation, with task orders awarded on a Firm-Fixed-Price or Time and Materials basis. This procurement is critical for addressing the urgent space and infrastructure needs of the judiciary, ensuring efficient court operations and modernized facilities. Interested firms must submit their proposals by March 21, 2025, and can direct inquiries to Flor de Maria de Rivera at maria.rivera@dccsystem.gov or by phone at 703-901-1547.
ACC APG Installation & Technology Division (Formerly Tenant Division) Competitive/Fair Opportunity Industry Updates FY 2025
Buyer not available
The Department of Defense, specifically the Army Contracting Command at Aberdeen Proving Ground, is announcing a series of contracting opportunities for small businesses, particularly those eligible under the 8(a) Small Business Set-Aside program, for Fiscal Year 2025. The opportunities include a recompete for post-wide minor construction services estimated at $100M-$110M, environmental forestry management services valued at $12M-$15M, and stormwater management facilities maintenance with an estimated worth of $20M-$24M, among others. These contracts are crucial for supporting the varied service needs of military installations while ensuring compliance with federal regulations. Interested parties should note that these postings are for informational purposes only, and formal proposals should not be submitted until official solicitations are announced; for further inquiries, contact Yadira Colon at yadira.i.colon.civ@army.mil.
Real Estate services for the Federal Government
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, Baltimore District, is seeking qualified firms to provide real estate title services for projects in the Mid-Atlantic region. This Sources Sought Notice aims to identify interested vendors capable of delivering these services in compliance with the Attorney General's regulations for real estate acquisition, while fostering competition among various socioeconomic categories, including Small Businesses, Service-Disabled Veteran-Owned, and Women-Owned Small Businesses. The selected firms will play a crucial role in supporting the Corps' real estate acquisition efforts, which are vital for the successful execution of military projects. Interested vendors must submit a capabilities statement by March 11, 2025, and should be registered in the System for Award Management (SAM) under the relevant NAICS code (541990) to be eligible for future contracts. For further inquiries, vendors can contact Sharon Alexander at sharon.l.alexander@usace.army.mil or by phone at 410-962-0191.
RSM RIVER MECHANICS PODCAST EDITING
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking proposals for podcast editing services for the RSM River Mechanics Podcast, which aims to enhance the quality of audio recordings featuring expert interviews in river mechanics and sediment transport. The primary objective is to provide professional editing that improves audio clarity and listener engagement, focusing on the removal of filler words, speech errors, and balancing audio from multiple speakers across a minimum of four mandatory episodes and up to five optional episodes. This initiative is crucial for effectively communicating expert knowledge and insights to the community, thereby facilitating better understanding of water resource management. Interested small businesses must submit their proposals electronically, adhering to the guidelines outlined in the performance work statement, with a contract period of 60 days post-award. For further inquiries, potential offerors can contact Helen Jacobson at Helen.Jacobson@usace.army.mil or David A. Kaplan at david.a.kaplan@usace.army.mil.
Army Science Board (ASB): Nonpersonal services to perform professional, analytical, and administrative services, to include planning, preparation, execution, administrative support, and documentation for conferences of the ASB.
Buyer not available
The Department of Defense, specifically the Army Science Board (ASB), is seeking nonpersonal services to provide professional, analytical, and administrative support for its conferences and study programs. The procurement aims to identify capable service providers who can deliver comprehensive support, including planning, execution, and documentation for ASB meetings, while adhering to federal advisory committee regulations and security protocols. This opportunity is critical as the ASB plays a vital role in advising senior Army leaders on scientific and technical matters, thereby influencing national security and operational effectiveness. Interested organizations must submit a capabilities statement by March 13, 2025, to Ryan T. Baker at ryan.t.baker24.civ@army.mil or Martine Ianniello at martine.ianniello.civ@army.mil, with the anticipated contract duration from April 2025 to April 2030.
ERDC Communications Infrastructure Contract
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the ERDC Communications Infrastructure Contract, aimed at providing communication infrastructure services, including maintenance and repair at various ERDC sites. The contract encompasses the installation of wiring and network systems in the newly constructed Building 9000 at the ERDC Vicksburg location, requiring compliance with industry standards and specialized experience in systems such as AVAYA PBX and CCTV. This initiative is crucial for ensuring efficient voice, video, and data communications networks, with a contract value ranging from $2,500 to $22.95 million over a five-year period. Interested contractors must submit their proposals by January 21, 2025, and can direct inquiries to TriNeciya Martin at trineciya.c.martin@usace.army.mil or Christy Love at christy.j.love@usace.army.mil.