Grand Jury and Deposition Court Reporting Services INS
ID: 15JA0524Q00000102Type: Combined Synopsis/Solicitation
Overview

Buyer

JUSTICE, DEPARTMENT OFOFFICES, BOARDS AND DIVISIONSEOUSA-ACQUISITIONS STAFFWASHINGTON, DC, 20530, 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 Justice, through the Executive Office for United States Attorneys, is soliciting quotes for Grand Jury and Deposition Court Reporting Services for the Southern District of Indiana, under Solicitation Number 15JA0524Q00000102. The contract requires qualified small businesses to provide court reporting services, ensuring compliance with security measures related to grand jury materials, including background checks for personnel and maintaining secure facilities. This procurement is vital for supporting the judicial process and safeguarding sensitive information, with a performance period from September 20, 2024, to September 19, 2025, and four option years available. Interested contractors must submit their quotes by 2:00 PM EST on September 4, 2024, and can direct inquiries to Charmella C. Ware at charmella.ware@usdoj.gov or by phone at 202-258-6524.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Department of Justice's Executive Office for United States Attorneys is soliciting quotes for Grand Jury and Deposition Court Reporting Services for the Southern District of Indiana. This request, referenced as Solicitation Number 15JA0524Q00000102, follows federal procurement regulations and is specifically set aside for small businesses under NAICS code 561492, which limits annual receipts to $16 million. A combined synopsis/solicitation format is utilized, and interested contractors must submit their quotes by 2:00 PM EST on September 4, 2024, via email. Questions regarding the solicitation can be directed to the contracting officer by August 26, 2024. For awards under the simplified acquisition threshold of $250,000, notifications of unsuccessful bids will be delivered electronically. This solicitation exemplifies the federal government’s commitment to engaging small businesses in its procurement activities and ensuring competitive bidding processes.
    The document outlines the solicitation for a federal contract, specifically for court reporting services in the Southern District of Indiana (Solicitation 15JA0524Q00000102). It includes an authorized individuals list for placing work orders, sample work order forms, and a checklist for proposal preparation. The proposal package must consist of four volumes: Volume I includes resumes of personnel and references; Volume II covers past performance references; Volume III entails a summary of experience indicating expertise in recording methods and handling grand jury security; and Volume IV provides pricing information. Additionally, it emphasizes the necessity for compliance with security measures regarding grand jury materials, including background investigations for personnel and maintaining approved facilities and equipment. The submission of documentation for the review of security procedures is mandatory. The Contractor's adherence to security protocols is essential for safeguarding sensitive information, and any identified security issues must be addressed promptly. This solicitation is part of broader government efforts to ensure integrity, security, and compliance in the procurement process for judicial services, reflecting the government's commitment to maintaining strict oversight and accountability in handling sensitive information.
    The U.S. Department of Labor's Wage Determination documents outline minimum wage rates and fringe benefits for contracts subject to the Service Contract Act for various occupations. The documents specify wage requirements based on Executive Orders 14026 and 13658, applicable to contracts awarded on or after specified dates in 2022 and 2015, respectively. For contracts in Indiana, the minimum wage for covered workers is set at $17.20 per hour as of 2024, or $12.90 per hour for earlier contracts not extended. Fringe benefits include health and welfare contributions and paid sick leave requirements established by Executive Order 13706, mandating one hour of sick leave for every 30 hours worked. Specific occupation rates are provided, along with additional compensation details for certain hazardous roles and required uniforms. The documents emphasize compliance with wage determinations through a conformance process for unlisted job classifications. These wage determinations are critical in supporting fair labor practices and ensuring that workers receive equitable compensation in federal contracts, particularly relevant for government RFPs and grants targeting service-oriented jobs in designated regions.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    FY24 IOD-OMSU Medical Equipment
    Active
    Justice, Department Of
    The Department of Justice, specifically the U.S. Marshals Service (USMS), is soliciting quotes for medical equipment under the RFQ number 15M10224QA4700344, with a focus on small businesses. The procurement includes various medical supplies such as IO700-EN Sam IO drivers, needles, stabilizers, and adapters, with a performance period extending from September 30, 2024, to September 29, 2025. This initiative underscores the federal government's commitment to engaging small businesses while ensuring compliance with regulations and providing essential medical supplies to government agencies. Interested vendors must submit their quotes by September 18, 2024, and can reach out to Jennifer Brite at jennifer.brite@usdoj.gov or Kate Oravitz-Weeks at Kathryn.Oravitz-Weeks@usdoj.gov for further inquiries.
    RFQ Services to Print and Outsource Juror Mailings NDFL
    Active
    Buyer not available
    The U.S. District Court for the Northern District of Florida is soliciting quotations for the printing and outsourcing of juror mailings, specifically Petit Jury Summons, under RFQ FLNDCLERK24-0004. The contract will be awarded based on the Lowest Price, Technically Acceptable (LPTA) criteria, requiring vendors to provide secure printing and mailing services for juror packets, which must include summons, questionnaires, and return envelopes, all dispatched within 72 hours of request. This procurement is crucial for ensuring efficient jury service operations while maintaining confidentiality and accountability in handling sensitive information. Interested vendors must submit their quotes via email by September 20, 2024, and direct any inquiries to LeAyn Dunbar or Joan Kurtz at the provided email addresses before the deadline of September 13, 2024.
    Software Licenses
    Active
    Administrative Office Of The Us Courts
    The Administrative Office of the US Courts is seeking quotes for software licenses, specifically for 12-month Box.com or equivalent licenses, to be utilized across three courthouses in New Jersey. The procurement includes 15 licenses for EntGov50, 15 licenses for BoxShield50, and 1 license for Premier Services, with the intention of enhancing operational efficiency and compliance within the court system. Interested vendors must submit their quotes to the designated contacts, Diana Rubulotta at dianarubulotta@njd.uscourts.gov and procurement@njd.uscourts.gov, and are encouraged to review the attached terms and conditions, which outline compliance requirements and the "Brand Name or Equal" provision for product submissions. The deadline for quote submissions is not specified, but prompt communication is advised for any inquiries.
    FY24 IOD-OMSU Quick Draw Medical Pack System
    Active
    Justice, Department Of
    The Department of Justice, specifically the U.S. Marshals Service (USMS), is soliciting proposals for the procurement of a Quick Draw Medical Pack System and associated accessories, aimed exclusively at small businesses. This solicitation, numbered 15M10224QA4700343, requires compliance with Federal Acquisition Regulation (FAR) clauses and emphasizes the importance of submitting detailed proposals, including product photos and brochures, by the deadline of September 17, 2024. The procurement is critical for enhancing emergency management capabilities, ensuring that the USMS can effectively meet operational needs while promoting equitable participation in government contracting. Interested vendors should direct inquiries to Jennifer Brite at jennifer.brite@usdoj.gov or Kate Oravitz-Weeks at Kathryn.Oravitz-Weeks@usdoj.gov for further information.
    Solicitation: Milk/Dairy Requirement for FCC Terre Haute
    Active
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons, is seeking proposals for the supply of milk and dairy products for the Federal Correctional Complex (FCC) in Terre Haute, Indiana. The procurement involves an indefinite delivery/requirements contract with firm-fixed unit prices, covering a base period of one year with an option for an additional year, and includes products such as milk, cottage cheese, cream, margarine, and eggnog, with estimated yearly usage of 1.5 million units for milk alone. This contract is crucial for meeting the dietary needs of the facility's population, and interested vendors must be registered in the System for Award Management (SAM) and submit their quotations by September 17, 2022, at 1:00 PM CST. For further inquiries, potential contractors can contact Justin Wray at jwray@bop.gov or by phone at 202-580-9405.
    FY24-28 D29 BTOOLKIT(ITD) Sioux Sparklight
    Active
    Justice, Department Of
    The Department of Justice, specifically the U.S. Marshals Service, intends to award a sole source firm fixed price contract for internet services to support the Investigative Operations Division in Sioux City, Iowa. This procurement aims to secure reliable internet connectivity, which is crucial for the effective operation of investigative activities. The contract will cover a base period with four additional 12-month option periods, with a total estimated value of $6,203.76. Interested parties may direct questions to Contracting Officer Renee Leaman at renee.leaman@usdoj.gov, as this notice does not constitute a request for quotes or proposals.
    Private Counsel Debt Collection - District of Puerto Rico
    Active
    Justice, Department Of
    The Department of Justice is seeking proposals from qualified small businesses to provide private counsel debt collection services for the District of Puerto Rico under Solicitation No. 15JPSS24R00000015. The objective of this procurement is to engage legal firms or solo practitioners to assist in the collection of delinquent debts owed to the federal government, including representation in various legal proceedings such as bankruptcy and foreclosure. This initiative is crucial for enhancing the federal government's debt recovery efforts while ensuring compliance with legal standards and protecting debtor rights. Proposals are due by September 11, 2024, and interested parties should contact Christina Y. Murray at christina.murray@usdoj.gov for further information.
    S--FL-CRYSTAL RIVER NWR-JANITORIAL SERVICES - Option
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting quotations for janitorial services at the Crystal River National Wildlife Refuge Complex, with the contract set to commence on January 1, 2025. The procurement involves a base year contract with options for four additional years, contingent upon funding availability, and is exclusively set aside for small businesses under the SBA guidelines. The services are critical for maintaining cleanliness and operational efficiency in various facilities, including the Refuge Headquarters and restrooms, ensuring a safe and welcoming environment for the public. Interested contractors must submit their proposals by September 19, 2024, at 1400 EST, and direct any inquiries to Contracting Officer Merenica Banks at merenicabanks@fws.gov.
    R602--Courier Services Contract | Grand Junction, CO
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting quotations for a courier services contract specifically designated for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) to support the Western Colorado VA Health Care System. The contract will cover daily scheduled courier services for transporting laboratory specimens and medical supplies across various locations in Colorado and Utah, ensuring compliance with the Service Contract Act and maintaining confidentiality of sensitive information. This procurement is crucial for facilitating timely and efficient healthcare logistics, with the contract anticipated to span from October 1, 2024, to September 30, 2029. Interested vendors must submit their quotes via email to Contract Specialist Jim Lewis by 2:00 PM MDT on September 19, 2024, and may direct any questions to him by September 16, 2024.
    Enterprise Facilities Operation and Maintenance (EFOM)
    Active
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is soliciting proposals for the Enterprise Facilities Operation and Maintenance (EFOM) services across various locations in the United States. This procurement aims to establish an Indefinite Delivery Indefinite Quantity (IDIQ) contract for facility operations and maintenance, requiring licensed contractors to provide essential services such as preventive and corrective maintenance, as well as operational support for critical infrastructure, including data centers and utility plants. The contract has a total ceiling value of $400 million, with a base period of one year and four optional renewal years, emphasizing the importance of maintaining efficient and secure operational facilities. Interested parties must submit their proposals by September 23, 2024, and can direct inquiries to Contracting Officer Melissa J. Golicz at mgolicz@fbi.gov.