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
    EOIR Language Services
    Active
    Justice, Department Of
    The Department of Justice (DOJ), specifically the Executive Office for Immigration Review (EOIR), is seeking sources for comprehensive language services, including on-site and telephonic interpretation, Video Remote Interpretation (VRI), written translation, and transcription services for immigration court proceedings across the United States and its territories. The requirement anticipates a daily need for approximately 800 interpreters, with a significant portion required to be on-site, reflecting the critical role these services play in facilitating communication in judicial processes. This Request for Information (RFI) is not a solicitation for proposals but aims to assess the interest and technical capabilities of potential contractors, particularly small businesses, in preparation for a future Indefinite Delivery Indefinite Quantity (IDIQ) contract expected to span five years. Interested parties must submit their capabilities statements electronically by September 23, 2024, to Michael D. Jackson at michael.d.jackson@usdoj.gov.
    Notice of Intent to Sole Source CaseMap/TimeMap/TextMap
    Active
    Justice, Department Of
    The Department of Justice, specifically the Executive Office for United States Attorneys (EOUSA), intends to award a sole source Purchase Order to LexisNexis for the CaseMap/TimeMap/TextMap software suite. This procurement aims to secure software updates, upgrades, and support for critical applications that assist prosecutors in organizing and managing case-related data effectively. The CaseMap suite is essential for capturing and organizing litigation evidence, allowing for streamlined access to vital information necessary for legal proceedings. The anticipated period of performance for this contract is one year, from October 1, 2024, to September 30, 2025. Interested parties may direct inquiries to Maynard Minor at maynard.minor@usdoj.gov or by phone at 202-252-5418, although telephonic questions are discouraged.
    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 bankruptcy and foreclosure proceedings. This initiative is crucial for enhancing the government's ability to recover federal debts efficiently while ensuring compliance with legal standards and ethical practices. Interested parties must submit their proposals by September 11, 2024, and can direct inquiries to Christina Y. Murray at christina.murray@usdoj.gov.
    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.
    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.
    Enterprise Facilities Operation and Maintenance (EFOM)
    Active
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking qualified contractors for the Enterprise Facilities Operation and Maintenance (EFOM) services across various locations in the United States. The procurement involves providing comprehensive facility operations and maintenance services, including preventive and corrective maintenance, for critical infrastructure such as data centers and operations centers that may require 24/7 staffing. This contract, structured as an Indefinite Delivery Indefinite Quantity (IDIQ) with a total ceiling of $400 million, emphasizes the need for licensed personnel in various trades and includes a partial small business set-aside. Interested parties must submit their proposals by September 23, 2024, and can direct inquiries to Contracting Officer Melissa J. Golicz at mgolicz@fbi.gov.
    R--BOATMAN OPERATIONS LOGISTICAL SERVICES
    Active
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is soliciting proposals for Boatman Operations Logistical Services to support the Grand Canyon Monitoring and Research Center (GCMRC) from December 2024 to November 2029. The procurement aims to secure qualified personnel, including boat operators and field technicians, to facilitate approximately 20 to 30 annual river trips essential for ongoing environmental monitoring and research. This contract, set aside for small businesses, emphasizes the importance of skilled labor in executing vital ecological studies and ensuring compliance with safety and operational guidelines. Interested parties must submit their proposals electronically by October 15, 2024, with a maximum contract value of $8 million and an initial task order estimated at $600,000. For further inquiries, contact Tracy Huot at thuot@usgs.gov or by phone at 916-278-9330.
    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 assisting offenders in their transition from incarceration to community life, including staffing, facility management, and adherence to federal regulations. These services are critical 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 Kevin Hoff at khoff@bop.gov or Tana Jankowiak at tjankowiak@bop.gov.
    Laptops
    Active
    Justice, Department Of
    The Department of Justice, specifically the Drug Enforcement Administration (DEA), is seeking quotes for the procurement of four Microsoft Surface Laptop Studio 2 units under solicitation number D-24-NI-0001. The laptops must meet specific technical requirements, including an Intel Core i7 processor, 32 GB of RAM, and a 1 TB SSD running Windows 11 Pro, to support the agency's operational needs. This procurement is critical for enhancing the DEA's technological capabilities while ensuring compliance with federal regulations and cybersecurity standards. Interested vendors must submit their quotes by September 19, 2024, at 11:00 am EST, and direct any questions to Jose Marin at jose.l.marin@dea.gov.
    FY24-28 D01 BTOOLKIT(ITD) Huntsville & Tuscaloosa Comcast
    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 in the Northern District of Alabama, covering the cities of Huntsville and Tuscaloosa. The contract will include a base period and four optional 12-month extensions, with a total estimated value of $14,251.30. This procurement is critical for ensuring reliable internet connectivity for law enforcement operations in the region. Interested parties may direct questions to Contracting Officer Renee Leaman at renee.leaman@usdoj.gov, with the notice not being a request for quotes or proposals.